Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Volume I - Bid Manual - CAG-26-069
General Bid Informa on: Builders Exchange of Washington, Inc. (425) 258-1303 City Contact: Casey Jeszeck (425) 430-7323 cjeszeck@rentonwa.gov Award Amount: _____________________ Award Date: _____________________ Award To: _____________________ _____________________ _____________________ Contract No.: 26-069 Rainier Ave South Stormwater Pump Sta on Upgrade Project Contract Documents Project No.: SWP-27-3963 Public Works Department U lity Systems Division Approved for Bid ____________________________ ___________ City of Renton Date: Renton City Hall—5th Floor 1055 South Grady Way Renton, Washington 98057 Approved for Construc on ____________________________ ___________ City of Renton Date: Volume 1 of 2 Surface Water Enginering jfarah 04/02/2026 CITY OF RENTON RENTON, WASHINGTON Contract Provisions for the RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT City Project Number: SWP-27-3963 City Contract Number: CAG-26-069 YEAR: 2026 City of Renton 1055 South Grady Way Renton, WA 98057 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project Table of Contents SWP-27-3963 Page 1 of 2 2026 TABLE OF CONTENTS 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 AS PART OF THE BID. SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD. VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. VICINITY AND SITE MAPS 3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 4. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III. PROJECT PROPOSAL 0. * PROJECT PROPOSAL BID SUMMARY 1. * ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 2. * PROPOSAL PAGE 3. * SCHEDULE OF PRICES 4. * COMBINED AFFIDAVIT AND CERTIFICATE FORM NON-COLLUSION ANTI-TRUST CLAIMS MINIMUM WAGE 5. * SUBCONTRACTOR LIST 6. * CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES 7. * DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE REGISTRATION 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND TO THE CITY OF RENTON IV. AGREEMENT FORMS 1. CONTRACT AGREEMENT 2. CONTRACT BOND TO THE CITY OF RENTON 3. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. RETAINAGE SELECTION V. CONTRACT SPECIFICATIONS 1. PROJECT SPECIAL PROVISIONS CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project Table of Contents SWP-27-3963 Page 2 of 2 2026 APPENDICES A. STANDARD PLANS AND DETAILS (CITY OF RENTON AND WSDOT) B. WASHINGTON STATE PREVAILING HOURLY MINIMUM WAGE RATES REFERENCES C. CITY OF RENTON INSURANCE REQUIREMENTS D. TRAFFIC CONTROL INFORMATION E. GEOTECHNICAL REPORT VOLUME II - PLANS City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ I. CALL FOR BIDS RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project I.1 - Call for Bids SWP-27-3963 Page 1 of 2 2026 CITY OF RENTON CALL FOR BIDS Project Scope Construct the Project Name. The work to be performed under this contract shall include, but not be limited to: Construction surveying, staking, and production of as-built plans. Installing and maintaining adequate TESC measures and restoring all disturbed areas. Temporary traffic control measures in accordance with the contract documents and applicable City of Renton and MUTCD standards. Installation of 60-kW natural gas emergency generator and supporting power and telemetry panels. Approximately 205 lineal feet of retaining wall and footing drain connection with existing storm system. Concrete site work including concrete stairs and pedestal to support new generator and equipment. Two new stormwater pumps, discharge pipes and gate valves. Maintenance improvements to existing pump house including hoist monorail and winch system, new door opening, and enlarged floor grate. Trench excavation, including removal of existing unsuitable material, and disposal of excavated material. Removal of sidewalk, curb and gutter, and site work associated with the pump station upgrades. The estimated project cost is $1,400,000 to $1,710,000. A total of 60 working days is allowed for completion of the project. Bid Submission Process Sealed bids will be received until 12:00 PM on Thursday, April 23, 2026, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. No mailed, Fedex, or UPS delivered bids will be accepted. Please include the bidder’s name, address, and name of the project on the envelope. The bids will be opened and publicly read via Zoom video-conferencing web application at 1:00 PM, Thursday, April 23, 2026 (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/83971661991?pwd=UEY4byVbJPDpfBKjGWfuPN5staImmq.1 CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project I.1 - Call for Bids SWP-27-3963 Page 2 of 2 2026 Using the Zoom app: Meeting ID: 839 7166 1991; Password: 089336. Via telephone by dialing: 1-253-205-0468, followed by 84323332243#,,,,*100279# US Zoom is free to use and is available at https://zoom.us/. 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 April 6, 2026. Approved plans, specifications, addenda, and the 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”). Should you require further assistance, contact Builder Exchange of Washington at (425) 258- 1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. All Bid Proposals shall be accompanied by a Bid Proposal Deposit (certified check or satisfactory bid bond) in an amount equal to five percent (5%) of the amount of such Bid Proposal. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Women and Minority Business Enterprises (WMBE) are encouraged to bid. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids. Jason A. Seth. MMC, City Clerk Dates of Publication: Daily Journal of Commerce April 9, 2026 Daily Journal of Commerce April 16, 2026 City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ II. INFORMATION FOR BIDDERS RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project II.1 - Information and Checklist for Bidders SWP-27-3963 Page 1 of 5 2026 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: Information for Bidders 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project has does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, 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 Prevailing Wages in effect at time of Advertisement are provided in Appendix B. The Bidder 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. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. 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 contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. c. Traffic Control, Hours of Work and Street Closure. This project is located on Rainier Ave S just south of the rail underpass in downtown Renton. The site is surrounded by businesses. Due to the proximity of the project site to the residences, night work will not be allowed. Refer to Special Provision Section 1-08.0(2) for requirements and restrictions regarding hours of work. No road closure (greater than 24-hours) is anticipated for portions of the Work and will not be allowed. For construction under traffic, refer to Section 1-07.23(1) and for temporary traffic control refer to Section 1-10. d. 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, CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project II.1 - Information and Checklist for Bidders SWP-27-3963 Page 2 of 5 2026 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. e. 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 "2025 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. 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. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. The City will not be responsible for other explanations or interpretations of the bid documents. 3. If a bidder has any questions regarding the project, the bidder may either: Submit questions in writing to Renton City Hall – Utility Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Casey Jeszeck, or Submit questions via e-mail to: cjeszeck@rentonwa.gov. Put “Bid Questions – PROJECT NAME” in the subject line. No other type of inquiry will be accepted. Questions received less than five (5) 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. 4. 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. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 5. 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. CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project II.1 - Information and Checklist for Bidders SWP-27-3963 Page 3 of 5 2026 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. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. A Bid Proposal Deposit (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. Bid Proposal Deposits will be returned to unsuccessful bidders immediately following the decision as to award of contract. The Bid Proposal Deposit 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 Bid Proposal Deposit shall be forfeited to the City of Renton as liquidated damage for such failure. 8. Payment for this work will be made in check or electronic transfers. 9. 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. 10. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 11. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 12. 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. 13. 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”. 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project as identified within Section 1-08.3 “Progress Schedule”. 15. 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 into the work place and potentially exposing City of Renton Employees. 16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 17. Liquidated damages will be enforced in accordance with Section 1-08.9 “Liquidated Damages”. 18. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. Checklists for Bidder CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project II.1 - Information and Checklist for Bidders SWP-27-3963 Page 4 of 5 2026 Project Proposal Bid Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following forms and documents shall be submitted with the bid. 0. ☐ Project Proposal Bid Summary - The form included in these Bid Documents must be used; no substitute will be accepted. 1. ☐ Acknowledgment of Receipt of Addenda – The form included in these Bid Documents must be used; no substitute will be accepted. Bidders must acknowledge receipt of each addenda issued. 2. ☐ Proposal Cover Page – The form included in these Bid Documents must be used; no substitute will be accepted. 3. ☐ Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. 4. ☐ Combined Affidavit and Certificate Form (Non-Collusion, Anti-Trust Claims, Minimum Wage) – The form included in these Bid Documents must be used; no substitute will be accepted. 5. ☐ Subcontractor List - The form included in these Bid Documents must be used; no substitute will be accepted. 6. ☐ Certification of Compliance with Wage Payment Statutes - The form included in these Bid Documents must be used; no substitute will be accepted. 7. ☐ Department of Labor and Industries Certificate Registration - The form included in these Bid Documents must be used; no substitute will be accepted. 8. ☐ Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. 9. ☐ Proposal Bid Bond to the City of Renton – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Verify Bid Proposal Deposit is at least 5 percent of the total amount of bid including sales tax. CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project II.1 - Information and Checklist for Bidders SWP-27-3963 Page 5 of 5 2026 Contract Agreement Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. 1. ☐ Contract Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. 2. ☐ Performance Contract Bond to the City of Renton – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 3. ☐ Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. 4. ☐ Retainage – Refer to Standard Spec. Section 1-09.9(1), Retainage. 5. ☐ Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. 1.Summary of Fair Practices Policy 2.Summary of Americans with Disability Act Policy 72,224 6,019 Vicinity Map - Burnett Ave S and Williams Ave S Water Quality Retrofit Project This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. 3/7/2024 Legend 4,09302,046 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet Notes 4,093 WGS_1984_Web_Mercator_Auxiliary_Sphere T. Solly tsolly@Rentonwa.gov City and County Labels City and County Boundary Renton <all other values> 3,530 294 Legend 0 100 Notes 200 WGS_1984_Web_Mercator_Auxiliary_Sphere All data, information, and maps are provided "as is" without warranty or any representation of accuracy, timeliness of completeness. The burden for determining accuracy, completeness, timeliness, merchantability and fitness for or the appropriateness for use rests solely on the user. 200 Feet City and County Labels Parcels City and County Boundary Renton <all other values> 2023.sid Red: Band_1 Green: Band_2 Blue: Band_3 City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ III. PROJECT PROPOSAL BID SUMMARY Project Name: Rainier Ave S Stormwater Pump Station Upgrade Project City Project Number: SWP-27-3963 City Contract Number: CAG-26-069 Company: Address: Telephone Number: Email Address: Total Bid Amount: $ RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.1 – Acknowledgment of Receipt of Addenda SWP-27-3963 Page 1 of 1 2026 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. [Business Name] [Signature of Authorized Official] [Printed Name] [Title] [Date] [City] [State] RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.2 - Proposal Page SWP-27-3963 Page 1 of 1 2026 PROPOSAL PAGE TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one) bid bond, or cashier's check (made payable to the City of Renton), or postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. ITEM SPEC.APPROX.UNIT TOTAL NO. SECTION QUANTITY PRICE AMOUNT 1 1-04 1 Lump Sum ________________ Per Lump Sum _____________________ 2 1-07 1 Lump Sum ________________ Per Lump Sum _____________________ 3 2-09 1 Lump Sum ________________ Per Lump Sum _____________________ 4 1-05 20 Ton ________________ Per Ton _____________________ 5 1-04 1 Est $50,000.00 Per Est _______$50,000_______ 6 2-00 1 Lump Sum ________________ Per Lump Sum _____________________ 7 1-10 1 Lump Sum ________________ Per Lump Sum _____________________ 8 8-14 130 Sq. Foot ________________ Per Sq. Foot _____________________ 9 8-04 20 Linear Foot ________________ Per Linear Foot _____________________ 10 2-30 100 Linear Foot ________________ Per Linear Foot _____________________ 11 7-15 80 Linear Foot ________________ Per Linear Foot _____________________ 12 1-04 50 Linear Foot ________________ Per Linear Foot _____________________ 13 5-04 25 Sq. Yard ________________ Per Sq. Yard _____________________ 14 6-11 1 Lump Sum ________________ Per Lump Sum _____________________ SCHEDULE OF PRICES SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE: Unit prices for all items, all extentions, subtotals, and total amounts of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Unscheduled Excavation Minor Changes Temporary Restoration Gas Line Excavation and Backfill Asphalt Plane and Overlay Structural - Retaining Wall and Fill RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-262-069 SWP-27-3963 ITEM WITH UNIT PRICED BID Mobilization & Demobilization BID SCHEDULE Sidewalk Traffic Control Site Work Excavation Safety and Shoring Temporary Sedimentation and Erosion Control Curb and Gutter Fence Removal and Restoration Rainier Ave S Stormwater Pump Station Upgrade Project SWP-27-3963 Page 1 of 2 III.3 - Schedule of Prices 2026 CAG-26-069 ITEM SPEC.APPROX.UNIT TOTAL NO. SECTION QUANTITY PRICE AMOUNT SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM WITH UNIT PRICED BID 15 11-00 1 Lump Sum ________________ Per Lump Sum _____________________ 16 15-00 1 Lump Sum ________________ Per Lump Sum _____________________ 17 16-00 1 Lump Sum ________________ Per Lump Sum _____________________ 18 17-00 1 Lump Sum ________________ Per Lump Sum _____________________ Subtotal _____________________ 10.5% Sales Tax _____________________ Bid Total _____________________ Automatic Control Structural - Pump Station Modifications Mechanical Electrical Rainier Ave S Stormwater Pump Station Upgrade Project SWP-27-3963 Page 2 of 2 III.3 - Schedule of Prices 2026 RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.4 - Combined Affidavit & Certificate Form SWP-29-3963 Page 1 of 1 2026 COMBINED AFFIDAVIT & CERTIFICATE FORM 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 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 certify (or declare) under penalty of perjury under the laws of the State of Washington that the 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. [Business Name] [Signature of Authorized Official] [Printed Name] [Title] [Date] [City] [State] Approved CLB 4-2-26 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal In accordance with RCW 39.30-060 as amended: For all public works contracts exceeding $1,000,000 the bidder shall submit with the bid the names of the licensed subcontractors and proof of license by providing subcontractors license number with whom the bidder, if awarded the contract, will subcontract for the following work or to name itself for the work, if it is licensed to perform the work for which it has named itself.: • All structural steel installation, rebar installation, heating, ventilation and air conditioning, and plumbing work as described in chapter 18.106 RCW, and electrical work 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. If the work does not apply to this contract, check the box “Not Applicable”. 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: The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the proof of license information must be corrected by the bidder within 48 hours of bid submission. Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work 2 Approved CLB 4-2-2 SUBCONTRACTOR LIST To Be Submitted with the Bid Proposal Category of Work Plumbing (per RCW 18.106) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work Category of Work Electrical (per RCW 19.28) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work Category of Work Structural Steel Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work Category of Work Rebar Installation Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work Category of Work Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Subcontractor's WA License No. Bid Item Numbers Description of Work RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.6 - Certification of Compliance with Wage Payments Statutes SWP-27-3963 Page 1 of 1 2026 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. RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.7 - DOLI Certificate of Registration SWP-27-3963 Page 1 of 1 2026 DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION Name on Registration: ___________________________________________________________ Registration Number: ___________________________________________________________ Expiration Date: ____________________________________________________________ NOTE: A copy of the certificate will be requested as part of contract execution when project is awarded. RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.8 - Proposal Signature Page SWP-27-3963 Page 1 of 3 2026 PROPOSAL SIGNATURE PAGE The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not included. [Signature of Authorized Official]* [Business Name] [Printed Name] [Address Line 1] [Title] [Address Line 2] [Date] [Contact Name] [Telephone Number] [Email] The address, contact name, phone number, and email listed above will be used for all communications regarding this proposal. * NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid and the signature must be notarized. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. Type of business entity (e.g. corporation, partnership, etc.): State of Incorporation, or State where business entity was formed: CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project III.8 - Proposal Signature Page SWP-27-3963 Page 2 of 3 2026 WA State Contractor’s Registration # UBI # Industrial Insurance Account # Employment Security Department # State Excise Tax Registration # 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: The Surety Company which will furnish the required Contract Bond is [Surety] [Address Line 1] [Telephone Number] [Address Line 2] Name: Title (Partner, Member, Manager): CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project III.8 - Proposal Signature Page SWP-27-3963 Page 3 of 3 2026 Subscribed and sworn to before me on this _______ day of _________________, 20____. [Signature of Notary Public in and for the State of Washington] [Printed Name of Notary Public] My commission expires: [Date] [Stamp] STATE OF ) County of ) RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project III.9 – Proposal Bid Bond to the City of Renton SWP-27-3963 Page 1 of 2 2026 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Rainier Ave S Stormwater Pump Station Upgrade Project 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 contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ________ day of ____________________, 20______. CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project III.9 – Proposal Bid Bond to the City of Renton SWP-27-3963 Page 2 of 2 2026 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: Surety WAOIC # Surety NAIC # City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ IV. AGREEMENT FORMS Rainier Ave S Stormwater Pump Station Upgrade Project IV.1 - Agreement SWP-27-3963 Page 1 of 2 2026 - Contract Template Updated 12/29/2017 AGREEMENT CONTRACT NO. CAG-26-069 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 2025 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 Rainier Ave S Stormwater Pump Station Upgrade Project, CAG-26-069, 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. Third-Party Beneficiaries. The state of Washington shall be an express third party beneficiary of this contract with full rights as such. However, nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the state of Washington and the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the state of Washington and the Parties and no one else. CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project IV.1 - Agreement SWP-27-3963 Page 2 of 2 2026 - Contract Template Updated 12/29/2017 8. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF, the 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] [Enter Phone Number] [Enter Fax Number or Email Address] [Enter Fax Number or Email Address] 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. RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project IV.2 – Contract Bond to the City of Renton SWP-27-3963 Page 1 of 2 2026 - 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-26-069 providing for construction of the Rainier Ave S Stormwater Pump Station Upgrade Project; 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 CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project IV.2 – Contract Bond to the City of Renton SWP-27-3963 Page 2 of 2 2026 - 03/08/2022 F clb Bond and notice to SURETY is not required for such increased obligation. • This Contract Bond shall be governed and construed by the laws of the State of Washington, and 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: RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project IV.3 - Fair Practices Policy Affidavit of Compliance SWP-27-3963 Page 1 of 1 2026 FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 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. I. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. II. 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] RAINIER AVE S STORMWATER PUMP STATION UPGRADE PROJECT CAG-26-069 SWP-27-3963 Rainier Ave S Stormwater Pump Station Upgrade Project IV.4 – Retainage Selection SWP-27-3963 Page 1 of 1 2026 RETAINAGE SELECTION 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 Contractor and bank; and are not allowed to be withdrawn without the City’s written authorization, or __ 2. The City, at its’ 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. [Signature] [Printed Name] [Title, Company] [Date] City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ V. CONTRACT SPECIFICATIONS Introduction to the Special Provisions City of Renton 1-1 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid TABLE OF CONTENTS 1-01.3 Definitions ...................................................................................................... 15 1-02 BID PROCEDURES AND CONDITIONS .................................................................. 18 1-02.1 Prequalification of Bidders ...................................................................................... 18 1-02.1 Qualifications of Bidder ......................................................................................... 18 1-02.2 Plans and Specifications ........................................................................................ 18 1-02.4(1) General .............................................................................................................. 18 1-02.5 Proposal Forms ................................................................................................ 19 1-02.6 Preparation of Proposal ......................................................................................... 19 1-02.6(1) Recycled Materials Proposal .......................................................................... 20 1-02.7 Bid Deposit ..................................................................................................... 21 1-02.9 Delivery of Proposal ................................................................................................ 21 1-02.10 Withdrawing, Revising, or Supplementing Proposal ............................................... 21 1-02.12 Public Opening of Proposals ................................................................................. 22 1-02.13 Irregular Proposals ............................................................................................... 22 1-02.14 Disqualification of Bidders ................................................................................... 23 1-02.15 Pre Award Information .......................................................................................... 24 1-03 AWARD AND EXECUTION OF CONTRACT .............................................................. 25 1-03.1 Consideration of Bids ......................................................................................... 25 1-03.2 Award of Contract ................................................................................................. 25 1-03.3 Execution of Contract ...................................................................................... 25 1-03.4 Contract Bond .................................................................................................... 26 1-03.7 Judicial Review ................................................................................................... 27 1-04 SCOPE OF WORK ............................................................................................... 28 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda .......................................................................................................................... 28 1-04.4(1) Minor Changes .................................................................................................. 28 1-04.6 Variation in Estimated Quantities ........................................................................ 28 1-04.8 Progress Estimates and Payments ......................................................................... 28 1-04.11 Final Cleanup ..................................................................................................... 29 1-04.12 Contractor-Discovered Discrepancies ................................................................. 29 1-05 CONTROL OF WORK ........................................................................................... 30 1-05.4 Conformity with and Deviation from Plans and Stakes ............................................ 30 Introduction to the Special Provisions City of Renton 1-2 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-05.4(1) Contractor Supplied Surveying ...................................................................... 31 1-05.4(2) Contractor Provided As-Built Information ....................................................... 31 1-05.7 Removal of Defective and/or Unauthorized Work .................................................... 32 1-05.10 Guarantees ......................................................................................................... 33 1-05.11 Final Inspection .............................................................................................. 34 1-05.11 Final Inspections and Operational Testing ........................................................ 34 1-05.11(1) Substantial Completion Date ................................................................... 34 1-05.11(2) Final Inspection and Physical Completion Date ........................................ 34 1-05.11(3) Operational Testing .................................................................................. 35 1-05.12 Final Acceptance ................................................................................................ 35 1-05.13 Superintendents, Labor, and Equipment of Contractor ..................................... 35 1-05.14 Cooperation with Other Contractors .................................................................... 36 1-05.15 Method of Serving Notices .................................................................................... 36 1-05.16 Water and Power ................................................................................................. 36 1-05.17 Oral Agreements ................................................................................................. 37 1-05.19 Contractor's Daily Diary ...................................................................................... 37 1-06 CONTROL OF MATERIAL ...................................................................................... 39 1-06.1(4) Fabrication Inspection Expense ................................................................... 39 1-06.2(2)B Financial Incentive ...................................................................................... 39 1-06.6 Recycled Materials ............................................................................................... 39 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................... 40 1-07.1 Laws to be Observed ............................................................................................. 40 1-07.2 State Sales Tax ...................................................................................................... 40 1-07.6 Permits and Licenses ............................................................................................ 42 1-07.9 Wages .................................................................................................................. 42 1-07.9(5) Required Documents ........................................................................................ 42 1-07.9(5) A General ................................................................................................... 42 1-07.11 Requirements for Non-Discrimination .................................................................. 43 1-07.11(11) City of Renton Affidavit of Compliance ....................................................... 43 1-07.12 Federal Agency Inspection .................................................................................. 43 1-07.15(2) Temporary Water Pollution/Erosion Control ...................................................... 43 1-07.16 Protection and Restoration of Property ................................................................. 46 1-07.16(1) Private/Public Property ................................................................................ 46 1-07.17 Utilities and Similar Facilities ............................................................................... 47 1-07.17(3) Site Specific Potholing ................................................................................. 51 1-07.17(4) Interruption of Services ............................................................................... 52 Introduction to the Special Provisions City of Renton 1-3 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-07.17(5) Resolution of Utility Conflicts ....................................................................... 52 1-07.18 Public Liability and Property Damage Insurance ................................................... 53 1-07.18(1) General ....................................................................................................... 53 1-07.18(2) Coverages ................................................................................................... 53 1-07.18(3) Limits ......................................................................................................... 55 1-07.18(4) Evidence of Insurance: ................................................................................ 56 1-07.22 Use of Explosives ................................................................................................ 57 1-07.23 Public Convenience and Safety ........................................................................... 57 1-07.23(1) Construction Under Traffic ........................................................................... 57 1-07.24 Rights-of-Way ..................................................................................................... 58 1-08 PROSECUTION AND PROGRESS .......................................................................... 60 1-08.0 Preliminary Matters ............................................................................................... 60 1-08.0(1) Preconstruction Conference .......................................................................... 60 1-08.0(2) Hours of Work ............................................................................................... 61 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ............ 62 1-08.1 Subcontracting ..................................................................................................... 62 1-08.3 Progress Schedule ................................................................................................ 62 1-08.4 Notice to Proceed and Prosecution of the Work ...................................................... 64 1-08.5 Time for Completion ............................................................................................. 64 1-08.9 Liquidated Damages ............................................................................................. 66 1-08.11 Contractor's Plant and Equipment ....................................................................... 67 1-08.12 Attention to Work ................................................................................................ 67 1-09 MEASUREMENT AND PAYMENT ........................................................................... 68 1-09.1 Measurement of Quantities ................................................................................... 68 1-09.3 Scope of Payment ................................................................................................. 69 1-09.6 Force Account ...................................................................................................... 70 1-09.7 Mobilization .......................................................................................................... 70 1-09.9 Payments ............................................................................................................. 70 1-09.9(1) Retainage ..................................................................................................... 71 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts .......... 72 1-09.9(3) Final Payment ............................................................................................... 73 1-09.11 Disputes and Claims ........................................................................................... 74 1-09.11(3) Time Limitations and Jurisdiction ................................................................. 74 1-09.13 Claims and Resolutions ...................................................................................... 75 1-09.13(1)A General ..................................................................................................... 75 1-09.13(3) Claims $250,000 or Less.............................................................................. 75 1-09.13(3)A Arbitration General .................................................................................... 75 Introduction to the Special Provisions City of Renton 1-4 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-09.14 Measurement and Payment ................................................................................. 76 General ........................................................................................................................ 76 1-09.14.2(A1) Mobilization & Demobilization (Bid Item 1) – Lump Sum............................. 76 1-09.14.2(A2) Temporary Sedimentation and Erosion Control (Bid Item 2) – Lump Sum .... 77 1-09.14.2(A3) Excavation Safety and Shoring (Bid Item 1) – Lump Sum ............................ 77 1-09.14.2(A4) Unscheduled Excavation (Bid Item 4) – Ton ............................................... 77 1-09.14.2(A5) Minor Changes (Bid Item 5) – Estimate ...................................................... 77 1-09.14.2(A6) Site Work (Bid Item 6) – Lump Sum ........................................................... 77 1-09.14.2(A7) Traffic Control (Bid Item 7) – Lump Sum .................................................... 78 1-09.14.2(A8) Sidewalk (Bid Item 8) – Square Foot .......................................................... 78 1-09.14.2(A9) Curb and Gutter (Bid Item 9) – Linear Foot ................................................. 78 1-09.14.2(A10) Fence Removal and Restoration (Bid Item 10) – Linear Foot ..................... 78 1-09.14.2(A11) Gas Line Excavation and Backfill (Bid Item 11) – Linear Foot ..................... 78 1-09.14.2(A12) Temporary Restoration (Bid Item 12) – Linear Foot ................................... 78 1-09.14.2(A13) Asphalt Plane and Overlay (Bid Item 13) – Linear Foot .............................. 78 1-09.14.2(A14) Structural – Retaining Wall and Fill (Bid Item 13) – Lump Sum ................... 79 1-09.14.2(A15) Structural – Pump Station Modifications (Bid Item 15) – Lump Sum .......... 79 1-09.14.2(A16) Mechanical (Bid Item 16) – Lump Sum .................................................... 79 1-09.14.2(A17) Electrical (Bid Item 17) – Lump Sum ........................................................ 79 1-09.14.2(A18) Automatic Control (Bid Item 18) – Lump Sum .......................................... 79 1-10 TEMPORARY TRAFFIC CONTROL .......................................................................... 79 1-10.1 General................................................................................................................. 79 1-10.2(2) Traffic Control Plans ...................................................................................... 81 1-10.3 Traffic Control Labor, Procedures, and Devices ...................................................... 82 1-10.4 Measurement ....................................................................................................... 85 1-10.5 Payment ............................................................................................................... 85 1-11 RENTON SURVEYING STANDARDS ....................................................................... 85 1-11.1(1) Responsibility for Surveys .............................................................................. 85 1-11.1(2) Survey Datum and Precision .......................................................................... 85 1-11.1(3) Subdivision Information ................................................................................. 86 1-11.1(4) Field Notes .................................................................................................... 86 1-11.1(5) Corners and Monuments ............................................................................... 86 1-11.1(6) Control or Base Line Survey ........................................................................... 87 1-11.1(7) Precision Levels ............................................................................................ 87 1-11.1(8) Radial and Station -- Offset Topography .......................................................... 88 1-11.1(9) Radial Topography ......................................................................................... 88 1-11.1(10) Station--Offset Topography .......................................................................... 88 1-11.1(11) As-Built Survey ............................................................................................ 88 1-11.1(12) Monument Setting and Referencing .............................................................. 88 1-11.2 Materials............................................................................................................... 89 1-11.2(1) Property/Lot Corners ..................................................................................... 89 1-11.2(2) Monuments ................................................................................................... 89 1-11.2(3) Monument Case and Cover ............................................................................ 89 Introduction to the Special Provisions City of Renton 1-5 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............................................... 90 2-01.1 Description .......................................................................................................... 90 2-01.2 Disposal of Usable Material and Debris ................................................................. 90 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ................................................... 90 2-02.2(2) Removal of Unforeseen Obstructions and Debris ........................................... 90 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters .................................... 91 2-03 ROADWAY EXCAVATION AND EMBANKMENT ........................................................ 91 2-03.3 Construction Requirements .................................................................................. 91 2-06 SUBGRADE PREPARATION .................................................................................. 93 2-09 STRUCTURE EXCAVATION ................................................................................... 94 2-09.1 Description .......................................................................................................... 94 5-04 HOT MIX ASPHALT ............................................................................................... 96 5-04.1 Description ........................................................................................................... 96 5-04.2 Materials .............................................................................................................. 96 5-04.2(1) How to Get an HMA Mix Design on the QPL ........................................................ 97 5-04.2(1)A Vacant ......................................................................................................... 97 5-04.2(2)B Using Warm Mix Asphalt Processes ............................................................. 97 5-04.3 Construction Requirements .................................................................................. 97 5-04.3(1) Weather Limitations .......................................................................................... 97 5-04.3(2) Paving Under Traffic .......................................................................................... 98 5-04.3(3) Equipment ....................................................................................................... 98 5-04.3(3)A Mixing Plant ................................................................................................ 98 5-04.3(3)B Hauling Equipment ..................................................................................... 99 5-04.3(3)C Pavers ........................................................................................................ 99 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle .................................. 100 5-04.3(3)E Rollers ...................................................................................................... 101 5-04.3(4) Preparation of Existing Paved Surfaces ............................................................ 101 5-04.3(4)A Crack Sealing ............................................................................................ 102 5-04.3(4)B Vacant ...................................................................................................... 103 5-04.3(4)C Pavement Repair ...................................................................................... 103 5-04.3(5) Producing/Stockpiling Aggregates and RAP ...................................................... 104 5-04.3(5)A Vacant ...................................................................................................... 104 5-04.3(6) Mixing ............................................................................................................ 104 5-04.3(7) Spreading and Finishing .................................................................................. 105 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ........................................ 105 5-04.3(9) HMA Mixture Acceptance ................................................................................ 105 5-04.3(9)A Vacant ...................................................................................................... 107 Introduction to the Special Provisions City of Renton 1-6 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 5-04.3(9)B Vacant ...................................................................................................... 107 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ......................................... 107 5-04.3(9)D Mixture Acceptance – Commercial Evaluation ........................................... 109 5-04.3(10) HMA Compaction Acceptance ...................................................................... 109 5-04.3(10)A HMA Compaction – General Compaction Requirements ........................... 111 5-04.3(10)B HMA Compaction – Cyclic Density ........................................................... 111 5-04.3(10)C Vacant .................................................................................................... 111 5-04.3(10)D HMA Nonstatistical Compaction ............................................................. 111 5-04.3(11) Reject Work .................................................................................................. 112 5-04.3(11)A Reject Work General ................................................................................ 113 5-04.3(11)B Rejection by Contractor ........................................................................... 113 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) .................................. 113 5-04.3(11)D Rejection - A Partial Sublot ...................................................................... 113 5-04.3(11)E Rejection - An Entire Sublot ..................................................................... 113 5-04.3(11)F Rejection - A Lot in Progress ..................................................................... 113 5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) .................................... 114 5-04.3(12) Joints............................................................................................................ 114 5-04.3(12)A HMA Joints .............................................................................................. 114 5-04.3(12)B Bridge Paving Joint Seals ......................................................................... 114 5-04.3(12)B1 HMA Sawcut and Seal ............................................................................... 114 5-04.3(14) Planing (Milling) Bituminous Pavement .......................................................... 116 5-04.3(14)A Pre-Planing Metal Detection Check .......................................................... 116 5-04.3(14)B Paving and Planing Under Traffic .............................................................. 117 5-04.3(15) Sealing Pavement Surfaces ....................................................................... 120 5-04.3(16) HMA Road Approaches .............................................................................. 120 5-04.3(17) Temporary Pavement Marking .................................................................... 120 5-04.3(18) Permanent Pavement Patching and Overlay ............................................... 120 5-04.5 Payment ............................................................................................................. 122 5-05 CEMENT CONCRETE PAVEMENT ......................................................................... 128 5-05.1 Description ........................................................................................................ 128 5-05.2 Materials ............................................................................................................ 128 5-05.3 Construction Requirements ................................................................................ 128 5-05.3(8) Joints .......................................................................................................... 129 5-07 TEMPORARY RESTORATION IN PAVEMENT AREA .................................................. 131 5-07.1 Description ........................................................................................................ 131 5-07.2 Materials ............................................................................................................ 131 5-07.3 Construction Requirements ................................................................................ 131 7-01 DRAINS ............................................................................................................ 132 7-01.2 Materials ............................................................................................................ 132 7-01.3 Construction Requirements ................................................................................ 132 Introduction to the Special Provisions City of Renton 1-7 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-01.3(1) Drain Pipe ........................................................................................................ 132 7-01.3(2) Underdrain Pipe ............................................................................................... 132 7-02 CULVERT PIPE ................................................................................................... 132 7-02.2 Materials ............................................................................................................ 132 7-04 STORM SEWERS ................................................................................................ 133 7-04.2 Materials ............................................................................................................ 133 7-04.2(1) Temporary Stormwater Diversion ................................................................. 133 7-04.3(2) CCTV Inspection ............................................................................................. 135 7-04.3(3) Direct Pipe Connections ................................................................................. 136 7-05 MANHOLES, INLETS, AND CATCH BASINS ........................................................... 136 7-05.2 Materials ............................................................................................................ 136 7-05.3 Construction Requirements ................................................................................ 136 7-05.3(1) Adjusting Manholes and Catch Basins to Grade ............................................... 136 7-05.3(2) Abandon Existing Catch Basins and Manholes ................................................. 138 7-06 CONSTRUCTION DEWATERING .......................................................................... 139 7-06.1 Description ........................................................................................................ 139 7-06.1(1) Design Requirements .................................................................................. 140 7-06.1(2) SCOPE: ....................................................................................................... 140 7-06.1(3) EXISTING MONITORING WELLS: .................................................................. 141 7-06.1(4) QUALITY ASSURANCE: ................................................................................ 141 7-06.1(5) SUBMITTALS: .............................................................................................. 142 7-06.1(6) AVAILABLE SUBSURFACE DATA.................................................................... 142 7-06.2 Materials - Not used. ........................................................................................... 143 7-06.3 Construction Requirements ................................................................................ 143 7-06.3(2) Monitoring System: ..................................................................................... 143 7-06.3(3) Formation Protection and Well Development: .............................................. 144 7-06.3(4) Standby Equipment: .................................................................................... 144 7-06.3(5) Discharge Points and Pipes:......................................................................... 144 7-06.3(6) Water Supply for System Installation and Electrical Service: ......................... 145 7-06.3(7) Dewatering System Protection: .................................................................... 145 7-06.3(8) System Removal: ........................................................................................ 145 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ................................................... 146 7-08.3 Construction Requirements ................................................................................ 146 7-09 WATER MAINS ................................................................................................... 150 7-09.1(1)A Trench Widths ......................................................................................... 151 7-09.3(5) Grade and Alignment ................................................................................. 151 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement .............................. 152 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block .......................................... 154 Introduction to the Special Provisions City of Renton 1-8 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-09.3(23) Hydrostatic Pressure Test .......................................................................... 155 7-09.3(25) Abandonment of Existing Water Pipe ........................................................... 159 7-10 SETTLEMENT MONITORING ................................................................................ 160 7-10.1 Description ......................................................................................................... 160 7-10.2 Materials ............................................................................................................ 160 7-10.3 Construction Requirements ................................................................................ 161 7-10.3(1) Quality Assurance ....................................................................................... 161 7-10.3(2) Submittals .................................................................................................. 162 7-10.3(3) Availability of Data ....................................................................................... 162 7-10.3(4) Job Conditions ............................................................................................ 163 7-10.3(5) Settlement Monitoring Point Locations ......................................................... 163 7-10.3(6) Settlement Monitoring Point Installation ....................................................... 163 7-10.3(7) Protection and Maintenance ........................................................................ 164 7-10.3(8) Settlement Limits ........................................................................................ 164 7-10.3(9) Monitoring Schedule ................................................................................... 164 7-11 TEMPORARY WATER BY-PASS SYSTEM ................................................................. 165 7-11.1 Description ......................................................................................................... 165 7-11.2 Materials ............................................................................................................ 165 7-11.3 Construction Requirements ................................................................................ 165 7-12 VALVES FOR WATER MAINS ................................................................................ 165 7-12.3(1) Installation of Valve Marker Post ................................................................... 165 7-12.3(2) Adjust Existing Valve Box to Grade ................................................................ 166 7-14 HYDRANTS ....................................................................................................... 166 7-14.3(1) Setting Hydrants .......................................................................................... 166 7-14.3(3) Resetting Existing Hydrants .......................................................................... 167 7-14.3(4) Moving Existing Hydrants ............................................................................. 167 7-14.3(7) Remove and Salvage Hydrant ....................................................................... 168 7-14.3(8) Abandoned Valves ....................................................................................... 168 7-14.3(9) Water Main-Cut and Cap ............................................................................. 168 7-15 SERVICE CONNECTIONS ................................................................................... 168 7-15.3 Construction Details ........................................................................................... 168 7-16 CORROSION MONITORING TEST STATIONS AND JOINT BONDING REQUIREMENTS 169 7-16.1 Description ......................................................................................................... 169 7-16.2 Materials ............................................................................................................ 170 7-16.3(1) Construction Requirements ......................................................................... 170 7-16.3(2) Electrical Bonding ....................................................................................... 170 7-16.3(3) Test Lead Installation ................................................................................... 171 7-16.3(4) Test Station Installation (Type FF and FI) ....................................................... 171 7-16.3(5) Stationary Reference Electrode Installation .................................................. 172 Introduction to the Special Provisions City of Renton 1-9 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-16.3(6) Magnesium Anodes ..................................................................................... 172 7-16.3(6) Drain Anodes .............................................................................................. 172 7-16.3(7) Commissioning ........................................................................................... 172 7-16.3(8) Submittals .................................................................................................. 173 Submittal and approval of the following items will be required prior to commencement of work: .................................................................................................................................. 173 7-17 SANITARY SEWERS ............................................................................................ 173 7-17.2 Materials ............................................................................................................ 173 7-17.3 Construction Requirements ................................................................................ 174 7-17.3(1) Protection of Existing Sewerage Facilities ..................................................... 174 7-18 SIDE SEWERS ................................................................................................... 176 7-18.2 Materials ............................................................................................................ 176 7-18.3(5) End Pipe Marker .......................................................................................... 177 7-19 SEWER CLEANOUTS .......................................................................................... 177 7-19.3 Construction Requirements ................................................................................ 177 7-19.4 Measurement ..................................................................................................... 177 7-20 PRE-INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP ....... 177 7-20.1 Description ........................................................................................................ 177 7-20.2 Materials ............................................................................................................ 177 7-20.2(1) Equipment .................................................................................................. 177 7-20.3 Construction Requirements ................................................................................ 178 7-20.3(1) Notification ................................................................................................. 178 7-20.3(2) Cleaning ..................................................................................................... 178 7-20.3(3) Waste Material Disposal .............................................................................. 178 7-20.3(4) CCTV Inspection ......................................................................................... 178 7-20.3(5) Lining Feasibility ......................................................................................... 179 7-20.3(6) Active/Inactive Lateral Assessments ............................................................ 181 7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) ............................ 181 7-21.1 Description ........................................................................................................ 181 7-21.1(1) Related Work Specified Elsewhere ............................................................... 181 7-21.1(2) Licensing .................................................................................................... 182 7-21.1(3) Contractor and Manufacturer Qualifications ................................................ 182 7-21.1(4) Contractor Submittals ................................................................................. 182 7-21.1(5) Quality Assurance ....................................................................................... 184 7-21.1(6) Warranty ..................................................................................................... 185 7-21.2 Materials ............................................................................................................ 185 7-21.2(1) Cured in Place Resin Impregnated Material in General .................................. 185 7-21.2(2) Resin .......................................................................................................... 187 7-21.2(3) Physical Properties ...................................................................................... 187 7-21.2(4) End Seals .................................................................................................... 188 Introduction to the Special Provisions City of Renton 1-10 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-21.3 Construction Requirements ................................................................................ 188 7-21.3(1) Preparation ................................................................................................. 188 7-21.3(2) Liner Installation ......................................................................................... 189 7-21.3(3) Service Connection Restoration .................................................................. 190 7-21.3(4) Testing ........................................................................................................ 191 7-22 RESIN IMPREGNATED FABRIC CIPP .................................................................... 191 7-22.1 Description ........................................................................................................ 191 7-22.1(1) Related Work Specified Elsewhere ............................................................... 191 7-22.2 Materials ............................................................................................................ 191 7-22.2(1) Cured in Place Pipe Liner ............................................................................. 191 7-22.2(2) Resin .......................................................................................................... 191 7-22.2(3) Physical Properties ...................................................................................... 192 7-22.3(4) Material Testing ........................................................................................... 192 7-22.3 Construction Requirements ................................................................................ 192 7-22.3(1) Preparation ................................................................................................. 192 7-22.3(2) Installation ................................................................................................. 192 7-23 RESIN IMPREGNATED FIBERGLASS CIPP ............................................................. 194 7-23.1 Description ........................................................................................................ 194 7-23.1(1) Related Work Specified Elsewhere ............................................................... 194 7-23.1(2) Reference Specifications, Codes, and Standards ......................................... 194 7-23.1(3) CIPP Liner Samples ..................................................................................... 195 7-23.1(4) CIPP Liner Handling .................................................................................... 195 7-23.2 Materials ............................................................................................................ 195 7-23.2(1) General Specifications ................................................................................ 195 7-23.2(2) Chemical Resistance .................................................................................. 195 7-23.2(3) Component Properties ................................................................................ 196 7-23.2(4) Finished and Cured CIPP Liner Properties .................................................... 196 7-23.2(5) Dimensions ................................................................................................ 196 7-23.3 Construction Requirements ................................................................................ 196 7-23.3(1) Installation Procedures ............................................................................... 196 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ...................................... 198 8-02 ROADSIDE RESTORATION .................................................................................. 201 8-02.3 Construction Requirements ................................................................................. 201 8-02.3(1) Responsibility During Construction .............................................................. 201 8-02.3(2) Work Plans ................................................................................................... 202 8-02.3(4) Topsoil ......................................................................................................... 203 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation ................................. 203 8-02.3(10) Lawn Installation ....................................................................................... 203 8-04 CURBS, GUTTERS, AND SPILLWAYS .................................................................... 207 8-04.1 Description ........................................................................................................ 207 8-04.3 Construction Requirements ................................................................................ 207 Introduction to the Special Provisions City of Renton 1-11 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways ........................................... 207 8-04.3(3) Panting of Curbs ......................................................................................... 207 8-05 PRE- AND POST- CONSTRUCTION PHOTOGRAPHS AND VIDEO INSPECTION ......... 208 8-05.1 Materials ............................................................................................................ 208 8-05.2 Construction Requirements ................................................................................ 208 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ...................................................... 209 8-06.1 Description ........................................................................................................ 209 8-06.2 Materials ............................................................................................................ 209 8-06.3 Construction Requirements ............................................................................... 209 8-13 MONUMENT CASES ........................................................................................... 209 8-13.1 Description ......................................................................................................... 209 8-13.3 Construction Requirements ................................................................................ 210 8-13.3(1) Monument Case and Cover ........................................................................... 210 8-13.3(2) Adjust Monument Case and Cover ................................................................ 210 8-14 CEMENT CONCRETE SIDEWALKS ....................................................................... 211 8-14.2 Materials .............................................................................................................. 211 8-14.3 Construction Requirements .................................................................................. 211 8-14.3(4) Curing ......................................................................................................... 212 8-18 MAILBOX SUPPORT ........................................................................................... 213 8-18.3 Construction Requirements ................................................................................ 213 8-22 PAVEMENT MARKING ........................................................................................ 213 8-22.1 Description ........................................................................................................ 213 8-22.2 Materials ............................................................................................................ 213 8-22.3 Construction Requirements ................................................................................ 214 8-22.3(5) Installation Instructions .............................................................................. 214 8-22.3(6) Removal of Pavement Markings ................................................................... 214 8-23 TEMPORARY PAVEMENT MARKINGS ................................................................... 215 8-23.3(5) Removal of Utility Locate Markings from Sidewalks Required ........................ 215 DIVISION 9 ................................................................................................................ 216 MATERIALS ............................................................................................................... 216 9-03 AGGREGATES ................................................................................................... 216 9-03.8 Aggregates for Hot Mix Asphalt ............................................................................ 216 9-03.8(7) HMA Tolerances, Specification Limits and Adjustments ................................ 216 9-03.9(2) Permeable Ballast ..................................................................................... 217 9-03.12 Gravel Backfill .................................................................................................. 218 9-03.12(6) Underdrain Aggregate ................................................................................ 218 Introduction to the Special Provisions City of Renton 1-12 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 9-03.22 Cement-based Grout for Abandoning Existing Utilities ........................................ 218 9-05 DRAINAGE STRUCTURES AND CULVERTS............................................................ 219 9-05.2 Underdrain Pipe .................................................................................................. 219 9-05.2(9) Slotted PVC Underdrain Pipe ........................................................................... 219 9-05.4 Steel Culvert Pipe and Pipe Arch ......................................................................... 219 9-05.7(2) Reinforced Concrete Storm Sewer Pipe ........................................................ 219 9-05.7(3) Concrete Storm Sewer Pipe Joints ............................................................... 219 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints .................................................... 220 9-05.9 Steel Spiral Rib Storm Sewer Pipe ........................................................................ 220 9-05.12 (1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe ........................................................................................................ 221 9-05.13 Ductile Iron Sewer Pipe ..................................................................................... 221 9-05.13(1) Ductile Iron Pipe Casing ............................................................................ 221 9-05.14 ABS Composite Sewer Pipe ............................................................................... 221 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe .............................................................. 221 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings ................... 222 9-05.20(1) Description ............................................................................................... 222 9-05.20(2) Pipe Material and Fabrication .................................................................... 222 9-05.20(3) Fittings and Gaskets .................................................................................. 222 9-05.20(4) Installation ................................................................................................ 222 9-05.23 High Density Polyethylene Piping ....................................................................... 222 9-05.52 Dense Foam ..................................................................................................... 223 9-08 PAINTS AND RELATED MATERIALS ...................................................................... 223 9-08.9 Manhole Coating System Products ...................................................................... 223 9-08.9(1) Coating Systems Specification .................................................................... 223 9-14.2 TOPSOIL ........................................................................................................ 224 9-14.2(1) Topsoil Type A .............................................................................................. 224 9-14.2(1)a Compost Procurement ............................................................................. 224 9-14.2(1)b Topsoil Type A (Compost Amended Planting Soil) ...................................... 224 9-14.2(2) Topsoil Type B .............................................................................................. 225 9-14.2(4) Sandy Loam ................................................................................................. 226 9-14.7(4) Sod ................................................................................................................ 226 9-23 CONCRETE CURING MATERIALS, BONDING AGENTS, AND ADMIXTURES .............. 226 9-23.9 Fly Ash (RC) ........................................................................................................ 226 9-30 WATER DISTRIBUTION MATERIALS ...................................................................... 227 9-30.1 Pipe ................................................................................................................... 227 9-30.1(2) Polyethylene Encasement ........................................................................... 227 Introduction to the Special Provisions City of Renton 1-13 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 9-30.2 Fittings ............................................................................................................... 228 9-30.2(1) Ductile Iron Pipe .......................................................................................... 228 9-30.2(2) Galvanized Iron Pipe .................................................................................... 229 9-30.2(3) Steel Casing Pipe ........................................................................................ 229 9-30.2(4)C Spacers and Seals for Casing Pipe ............................................................. 229 9-30.2(6) Restrained Joint Pipe and Fittings ................................................................. 229 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe .......................................... 232 9-30.3 Valves ................................................................................................................ 232 9-30.3(1) Gate Valves (3 inches to 16 inches) .............................................................. 233 9-30.3(3) Butterfly Valves ........................................................................................... 233 9-30.3(4) Valve Boxes ................................................................................................. 233 9-30.3(5) Valve Marker Posts ...................................................................................... 234 9-30.3(6) Valve Stem Extensions ................................................................................ 234 9-30.3(7) Combination Air Release/Air Vacuum Valves ................................................ 234 9-30.3(8) Tapping Sleeve and Valve Assembly ............................................................. 234 9-30.3(9) Blow-Off Assembly ...................................................................................... 235 9-30.5 Hydrants ............................................................................................................ 235 9-30.5(1) End Connections ........................................................................................ 235 9-30.5(2) Hydrant Dimensions .................................................................................... 235 9-30.5(4) Hydrant Restraints ...................................................................................... 236 9-30.6 Water Service Connections (2 Inches and Smaller) .............................................. 236 9-30.6(1) Saddles ...................................................................................................... 236 9-30.6(2) Corporation Stops ....................................................................................... 236 9-30.6(3) Service Pipes .............................................................................................. 236 9-30.6(4) Service Fittings............................................................................................ 237 9-30.6(5) Meter Setters .............................................................................................. 237 9-30.6(7) Meter Boxes ................................................................................................ 237 9-30.7 Corrosion Protection........................................................................................... 237 9-30.7(1) Definitions .................................................................................................. 237 9-30.7(2) Test Stations ............................................................................................... 237 9-30.7(3) Jumper Bond Cable and Test Lead Wires ...................................................... 238 9-30.7(4) Wire Connectors ......................................................................................... 238 9-30.7(5) Copper-Copper Sulfate Reference Electrode ................................................ 238 9-30.7(6) Thermite Welding Material ........................................................................... 238 9-30.7(7) Drain Anode ................................................................................................ 239 9-30.7(7) Cathodic Protection Anodes ........................................................................ 239 Introduction to the Special Provisions City of Renton 1-14 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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, 2025 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) Agency Special Provision Project-specific special provisions are labeled without a date as such: (Rainier Pump Station, PSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Plans, City of Renton Public Works Department • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition. Contractor shall obtain copies of these publications, at Contractor’s own expense. DIVISION 1 DIVISION 1 City of Renton 1-15 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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”, Introduction to the Special Provisions City of Renton 1-16 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid “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. Introduction to the Special Provisions City of Renton 1-17 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Introduction to the Special Provisions City of Renton 1-18 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 Introduction to the Special Provisions City of Renton 1-19 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Section 1-02.4(1) is supplemented with the following: (March 31, 2025, Renton GSP) Questions received in less than 4 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 (November 25, 2024 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 in legible figures (not words) written in ink or typed and expressed in U.S. dollars. 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 (April 22, 2025 APWA GSP, Option B) The first sentence of the second paragraph is revised to read as follows: All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars. 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. Introduction to the Special Provisions City of Renton 1-20 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. Subcontractor’s List (June 11, 2025 APWA GSP 1-02.6, Option C) The fourth paragraph of Section 1-02.6 is revised to read: The Bidder shall submit with the Bid the completed Subcontractor List included in the Contracting Agency Proposal Package. If a Subcontractor List Form is not included in the package, use DOT Form 271-015LP. The Form shall contain the following: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning, and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, 2. The Work those subcontractors will perform on the Contract and the proof of license when required as described in RCW 39.30.060; and 3. No more than one subcontractor for each category of work identified, except, when subcontractors vary with Bid alternates, in which case the Bidder shall identify which subcontractor will be used for which alternate. 1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) Section 1-02.6(1) is a new Section The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. Introduction to the Special Provisions City of Renton 1-21 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (March 31, 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. 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. Introduction to the Special Provisions City of Renton 1-22 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (March 31, 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 bidder will be by addenda. Only those contractors found on the Builders Exchange of Washington, Inc “Self-Registered Bidders List” will be notified. The addenda will be posted on Builders Exchange of Washington, Inc. 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 (City of Renton Form provided in contract document), if applicable, as required in Section 1-02.6; 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; Introduction to the Special Provisions City of Renton 1-23 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 1-02.14 Disqualification of Bidders (September 30, 2025, Renton GSP) Supplement this section with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. Introduction to the Special Provisions City of Renton 1-24 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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, 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. Introduction to the Special Provisions City of Renton 1-25 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. (March 31, 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 (March 31, 2025, Renton GSP) 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 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 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. Introduction to the Special Provisions City of Renton 1-26 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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, 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 Introduction to the Special Provisions City of Renton 1-27 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. Introduction to the Special Provisions City of Renton 1-28 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda (March 31, 2025, Renton GSP) Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Change Orders after the contract is executed 2. Addenda 3. Proposal Form 4. Renton Project Special Provisions 5. Renton General 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 $50,000 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. 1-04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) Supplement this section with the following: The quantities for 4, 8, 9, 10, 11, 12, and 13 have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications. 1-04.8 Progress Estimates and Payments (March 31, 2025, Renton GSP) Section 1-04.8 is supplemented as follows: Introduction to the Special Provisions City of Renton 1-29 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup (March 31, 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. 1-04.12 Contractor-Discovered Discrepancies (March 31, 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 in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. Introduction to the Special Provisions City of Renton 1-30 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviation from Plans and Stakes (March 31, 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 herein and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer, or the Contractor supplied surveyor informed of staking requirements and provide at least 48-hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided to the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. Introduction to the Special Provisions City of Renton 1-31 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (March 31, 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. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Built Drawings." 1-05.4(2) Contractor Provided As-Built Information (March 31, 2025, Renton GSP) Section 1-05.4(2) is a new section: Introduction to the Special Provisions City of Renton 1-32 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor’s responsibility to have his 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, Storm Drain Laterals, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Built Drawings", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work (March 31, 2025, Renton GSP) Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor 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 Owner 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 Owner 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 Owner may, upon an additional 10 calendar days written notice, sell such Introduction to the Special Provisions City of Renton 1-33 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. 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 (March 31, 2025, Renton GSP) Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or Unauthorized Work.” The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. Introduction to the Special Provisions City of Renton 1-34 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. Introduction to the Special Provisions City of Renton 1-35 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 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 (March 31, 2025, Renton GSP) 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. Before the final acceptance of the work, the contractor must submit the Final Payment Voucher provided by the City. 1-05.13 Superintendents, Labor, and Equipment of Contractor (August 14, 2013 APWA GSP) Introduction to the Special Provisions City of Renton 1-36 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 31, 2025, Renton GSP) Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work and shall properly connect and coordinate the Contractor’s Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. CenturyLink 4. City of Renton (water, sewer, storm, transportation) 5. Comcast 6. Seattle Public Utilities 7. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 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 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 pay item. Introduction to the Special Provisions City of Renton 1-37 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-05.17 Oral Agreements (March 31, 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. 1-05.19 Contractor's Daily Diary (March 31, 2025, Renton GSP) Section 1-05.19 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 by an alternative electronic method approved by the Engineer. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. Introduction to the Special Provisions City of Renton 1-38 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Workdays) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary, to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner’s representative on the job site will also complete a Daily Construction Report. Introduction to the Special Provisions City of Renton 1-39 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 AWPA GSP) Delete this section in its entirety. 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. 1-06.6 Recycled Materials (March 31, 2025, Renton GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project, however, the use of recycled materials is not a requirement of the Contract. Recycled aggregates shall not be installed as pipe zone bedding but may be allowed in the backfill zone if approved by the Engineer. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. Introduction to the Special Provisions City of Renton 1-40 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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 Introduction to the Special Provisions City of Renton 1-41 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above 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). Introduction to the Special Provisions City of Renton 1-42 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-07.6 Permits and Licenses (March 31, 2025, Renton GSP) Section 1-07.6 is supplemented as follows: The Contractor shall ensure that all necessary permits are obtained and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses, and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be 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(5) Required Documents 1-07.9(5) A General (July 8, 2024 APWA GSP) This section is revised to read as follows: Introduction to the Special Provisions City of Renton 1-43 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance (March 31, 2025, Renton GSP) Section 1-07.11(11) is new: 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 (March 31, 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. 1-07.15(2) Temporary Water Pollution/Erosion Control (March 31, 2025, Renton GSP) 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. Introduction to the Special Provisions City of Renton 1-44 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the 2022 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, Certified Professional in Erosion and Sediment Control (CPESC), or a Certified Professional in Stormwater Quality (CPSWQ). 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 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 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 Introduction to the Special Provisions City of Renton 1-45 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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. Introduction to the Special Provisions City of Renton 1-46 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (March 31, 2025, Renton GSP) Section 1-07.16(1) is supplemented by adding 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. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. 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. 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. He 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 Introduction to the Special Provisions City of Renton 1-47 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. 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. 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. 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. D. 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 (March 31, 2025, Renton GSP) Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information Introduction to the Special Provisions City of Renton 1-48 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume 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 Owner 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 conduct a utility coordination meeting with the utility companies concerning any possible conflict prior to commencing excavation in any area and submit documentation of said meeting to the Engineer. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. All costs for utility coordination, discussions, and meetings shall be considered incidental to the Contract and no additional compensation will be made. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. (If Necessary Project Manager to Provide Project Specific Utility/Connection 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. Introduction to the Special Provisions City of Renton 1-49 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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- Introduction to the Special Provisions City of Renton 1-50 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid pressure shoring can be achieved with hydraulic jacks or by ensuring zero clearance between the shielded shoring and the trench wall. • 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 Introduction to the Special Provisions City of Renton 1-51 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. 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 (March 31, 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 Introduction to the Special Provisions City of Renton 1-52 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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 (March 31, 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 (December 31, 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. Introduction to the Special Provisions City of Renton 1-53 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid If “Resolution of utility conflicts” is included as a bid item in Section 10-01, 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. 1-07.18 Public Liability and Property Damage Insurance (March 31, 2025, Renton GSP) Delete this section in its entirety, and replace it with the following: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency, and the Contracting Agency’s consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required, the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. Introduction to the Special Provisions City of Renton 1-54 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. Introduction to the Special Provisions City of Renton 1-55 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid F. Pollution Liability - the City requires this coverage for this project. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees, and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured’s with written notice of any policy cancellation, within two business days of their receipt of such notice. E. 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. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $4,000,000 ** Products/Completed Operations Aggregate $4,000,000 ** Each Occurrence Limit $2,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) Introduction to the Special Provisions City of Renton 1-56 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability (when necessary to meet required limits) Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability to apply on a per project basis Per Loss $1,000,000 Aggregate $2,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor’s expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: Introduction to the Special Provisions City of Renton 1-57 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives (March 31, 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 (March 31, 2025, Renton GSP) Section 1-07.23(1) is supplemented by adding the following: 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. Introduction to the Special Provisions City of Renton 1-58 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (April 22, 2025 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made as described below. 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 Introduction to the Special Provisions City of Renton 1-59 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. Introduction to the Special Provisions City of Renton 1-60 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters (March 31, 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: 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 Introduction to the Special Provisions City of Renton 1-61 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid • Acceptance and approval of Work • Labor compliance, payrolls, and certifications • Safety regulations for the Contractors’ and the Owner's employees and representatives • Suspension of Work, time extensions • Change order procedures • Progress estimates, procedures for payment • Special requirements of funding agencies • Construction engineering, advance notice of special Work • Any interpretation of the Contract Documents requested by the Contractor • Any conflicts or omissions in Contract Documents • Any other problems or questions concerning the Work • Processing and administration of public complaints • Easements and rights-of-entry • Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work 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 Introduction to the Special Provisions City of Renton 1-62 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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 (March 31, 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 (March 31, 2025, Renton GSP) 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 Introduction to the Special Provisions City of Renton 1-63 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, 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 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. Introduction to the Special Provisions City of Renton 1-64 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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: 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 (March 31, 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 Introduction to the Special Provisions City of Renton 1-65 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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: Introduction to the Special Provisions City of Renton 1-66 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.9 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 Introduction to the Special Provisions City of Renton 1-67 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Contract. 1-08.11 Contractor's Plant and Equipment (March 31, 2025, Renton GSP) Section 1-08.11 is a new Section: 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 (March 31, 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. Introduction to the Special Provisions City of Renton 1-68 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities (March 31, 2025, Renton GSP) Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date, and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for the Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Introduction to the Special Provisions City of Renton 1-69 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (December 31, 2025, Renton GSP) Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 10-01 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. Introduction to the Special Provisions City of Renton 1-70 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (March 31, 2025, Renton GSP) Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; 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 (March 31, 2025, Renton GSP) 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 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. Introduction to the Special Provisions City of Renton 1-71 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 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 (March 31, 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 Introduction to the Special Provisions City of Renton 1-72 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (March 31, 2025, Renton GSP) 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: 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 day set forth in Contract Documents multiplied by the number of days the Contractor’s approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 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. Introduction to the Special Provisions City of Renton 1-73 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 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 (March 31, 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, Introduction to the Special Provisions City of Renton 1-74 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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, 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. Introduction to the Special Provisions City of Renton 1-75 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 1-09.13(3) Claims $250,000 or Less (March 31, 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 (March 31, 2025, Renton GSP) Introduction to the Special Provisions City of Renton 1-76 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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 Measurement and Payment 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. 1-09.14.2(A1) Mobilization & Demobilization (Bid Item 1) – Lump Sum 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, and provide as-built data; cleanup site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. No more than 80- percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10-percent of value of total contract. Introduction to the Special Provisions City of Renton 1-77 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-09.14.2(A2) Temporary Sedimentation and Erosion Control (Bid Item 2) – Lump Sum Lump sum price shown shall cover the complete cost of providing all temporary erosion and sedimentation control relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: silt fence, temporary trenching, temporary mulching, plastic sheeting, hydroseed, control of water; dewatering and restoration of damage caused by storm events, and all other work necessary, for a complete installation of all temporary sedimentation and erosion control facilities. 1-09.14.2(A3) Excavation Safety and Shoring (Bid Item 1) – Lump Sum Lump sum price shown shall cover the complete cost of excavation safety and shoring including: all labor, materials, and equipment for the installation of the safety and shoring work as shown on the Plans, and 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. 1-09.14.2(A4) Unscheduled Excavation (Bid Item 4) – Ton The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for excavation and disposal that is beyond the limits shown on the project plans and is performed at the Owner’s request. Excavated material shall be replaced with import structural fill. Price includes haul and disposal of excavated material, and replacement with import. Measurement shall be per ton of imported material. 1-09.14.2(A5) Minor Changes (Bid Item 5) – Estimate For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for “Minor Changes” in the Proposal to become a part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for “Minor Changes” is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). 1-09.14.2(A6) Site Work (Bid Item 6) – Lump Sum Lump sum price shown shall cover the complete cost of providing all site work relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: structure excavation, backfill, and compaction; temporary construction fencing; disposal of excess material; control of water; landscaping; select bedding; backfill; dewatering; restoration for underground utilities; and all other work necessary for a complete installation of all site work and underground utilities. Introduction to the Special Provisions City of Renton 1-78 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-09.14.2(A7) Traffic Control (Bid Item 7) – Lump Sum Lump sum price shown shall cover the complete cost of providing all work, materials, and equipment necessary for traffic control as shown in the Plans and detailed in the technical specifications. 1-09.14.2(A8) Sidewalk (Bid Item 8) – Square Foot The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for replacement of the existing sidewalk where disturbed for the improvements as shown in the Plans and detailed in the contract specifications including, but not limited to: removal of existing sidewalk, replacement and leveling of subgrade; protection of existing bollards and infrastructure in place; and installation of new sidewalk. Payment shall be per unit based on in- place quantities. 1-09.14.2(A9) Curb and Gutter (Bid Item 9) – Linear Foot The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for replacement of the existing curb and gutter where disturbed for the improvements as shown in the Plans and detailed in the contract specifications including, but not limited to: removal of existing curb and gutter, replacement and leveling of subgrade; protection of existing infrastructure in place; and installation of new curb and gutter. Payment shall be per unit based on in-place quantities. 1-09.14.2(A10) Fence Removal and Restoration (Bid Item 10) – Linear Foot The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for removal and replacement of the existing fence where disturbed for the improvements as shown in the Plans and detailed in the contract specifications including, but not limited to: removal of existing fence, replacement of fence footings; and installation of new fence matching the existing fence. Payment shall be per unit based on in-place quantities. 1-09.14.2(A11) Gas Line Excavation and Backfill (Bid Item 11) – Linear Foot Unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for the excavation and backfill of the gas line, to be installed by PSE. Work includes: trenching; import bedding and backfill; compaction; restoration; and all other work for a complete installation. Payment shall be per lineal foot as measured through the fittings. 1-09.14.2(A12) Temporary Restoration (Bid Item 12) – Linear Foot The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for temporary restoration of disturbed paved areas. Price shall include: removal and disposal of existing pavement; saw cutting to neat line; asphalt; compaction; joint sealing; temporary striping; and cleanup. Payment shall be per lineal foot of trench that is paved, with overlapping trenches measured only in one direction. 1-09.14.2(A13) Asphalt Plane and Overlay (Bid Item 13) – Linear Foot The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for restoration of disturbed paved areas. Price shall include: removal and disposal of existing pavement; saw cutting to neat line; asphalt; compaction; joint sealing; repainting of Introduction to the Special Provisions City of Renton 1-79 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid damaged striping; adjustment of valve boxes and other structures; and cleanup. Payment shall be per square yard. 1-09.14.2(A14) Structural – Retaining Wall and Fill (Bid Item 13) – Lump Sum Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the retaining wall and fill structure complete as shown on the Plans and detailed in the contract specifications including, but not limited to: cast-in-place concrete retaining wall; cast-in-place concrete fill; underdrain behind wall; fence on top of retaining wall; stairs; and replacement of recovered block retaining wall. 1-09.14.2(A15) Structural – Pump Station Modifications (Bid Item 15) – Lump Sum Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for structural modifications in the existing building complete as shown on the Plans and detailed in the contract specifications including, but not limited to: saw cutting the existing wall; procuring and installing the new door; abandoning the existing door; expanding the floor openings and installing associated grating and supports; monorail and hoist; and concrete walk outside the new door. 1-09.14.2(A16) Mechanical (Bid Item 16) – Lump Sum Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for mechanical modifications in the existing building complete as shown on the Plans and detailed in the contract specifications including, but not limited to: removal of the existing pumps and piping; installation of new pumps, including guide rails; installation of new pipe, fittings, and valves; and pipe supports. 1-09.14.2(A17) Electrical (Bid Item 17) – Lump Sum The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications. 1-09.14.2(A18) Automatic Control (Bid Item 18) – Lump Sum Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the automatic control system as shown on the Plans and detailed in the contract specifications. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (March 31, 2025, Renton GSP) 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 Introduction to the Special Provisions City of Renton 1-80 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 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. Introduction to the Special Provisions City of Renton 1-81 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control plans, traffic control devices, and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor’s allowable contract time and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor (March 31, 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 (March 31, 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 Introduction to the Special Provisions City of Renton 1-82 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid the traffic control plan and take prompt action to correct any problems that become evident during operation. 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 (March 31, 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. Introduction to the Special Provisions City of Renton 1-83 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of the Specifications. 1-10.3(1)C Other Traffic Control Labor (March 31, 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(3)A Construction Signs (March 31, 2025, Renton GSP) Section 1-10.3(3) is supplemented as follows: Introduction to the Special Provisions City of Renton 1-84 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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). 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 (March 31, 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. Introduction to the Special Provisions City of Renton 1-85 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-10.4 Measurement (March 31, 2025, Renton GSP) Section 1-10.4 is replaced with: 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 (March 31, 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 (March 31, 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 Introduction to the Special Provisions City of Renton 1-86 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. 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 Introduction to the Special Provisions City of Renton 1-87 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single-family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented, and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. 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. Introduction to the Special Provisions City of Renton 1-88 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(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." Introduction to the Special Provisions City of Renton 1-89 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non-corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., 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. DIVISION 2 City of Renton 2-90 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (March 31, 2025, Renton GSP) Section 2-01.1 is supplemented as follows: 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 property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days’ written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris (March 31, 2025, Renton GSP) Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.2(2) Removal of Unforeseen Obstructions and Debris (March 31, 2025, Renton GSP) Section 2-02.2(2) is a new section: Known obstructions and debris are shown in the plans but other obstructions may not be shown. The removal and replacement of identified and minor obstructions, whether identified or not, shall be anticipated and accomplished. Minor obstructions consist of those ordinarily encountered in the due course of excavation and able to be excavated with appropriate and typical excavation equipment, including, but not limited to, rocks, boulders, logs, roots, stumps, concrete, etc. Major DIVISION 2 City of Renton 2-91 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid obstructions encountered that are not shown in the Contract Drawings and could not have been foreseen by visual inspection of the site prior to bidding shall immediately be brought to the attention of the Engineer in writing. Major obstructions are those which require special equipment, personnel, or an inordinate amount of time to remove, such as reinforced concrete, structural metal, concrete encased pipes, vehicles, etc. The Engineer will decide if an obstruction is major and unforeseen and will make a determination for proceeding with the work. If the Engineer finds that the obstruction adversely affects the Contractor’s costs or schedule for completion, a proper adjustment to the Contract will be made in accordance with Section 1-04.4 as amended in the Special Provisions. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (March 31, 2025, Renton GSP) Section 2-02.3(3) is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary asphalt concrete patching shall be required. Temporary patching shall be placed as specified in Section 5-07. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements (March 31, 2025, Renton GSP) Section 2-03.3 is supplemented as follows: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for 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. DIVISION 2 City of Renton 2-92 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 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. DIVISION 2 City of Renton 2-93 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 2-06 SUBGRADE PREPARATION 2-06.3(3) Subgrade for Permeable Pavements (March 9, 2016 APWA GSP) Before placing permeable ballast for Porous HMA/WMA, the Contractor shall bring the Subgrade to the required line, grade, and cross-section. The Contractor shall compact the Subgrade to a depth of 6 inches to at least 90 percent, but not more than 92 percent, of the maximum density as determined by the compaction control tests described in Section 2-03.3(14)D. Two (2) density tests will be conducted for every 5,000 square feet of prepared subgrade; or four (4) tests per 200 lineal feet of roadway or sidewalk. All subgrade shall be firm and unyielding as determined by the Engineer. The Contractor shall take measures to protect the prepared and approved subgrade from traffic, water run-on, standing water, or other damage. Subgrade that has been over compacted, shall be scarified to a minimum depth of eight (8) inches and recompacted. Material used to protect the Subgrade from traffic or provide access to adjacent facilities shall be removed and the subgrade compacted prior to placing geotextile, if used and/or permeable ballast. 2-06.5 Measurement and Payment (March 31, 2025, Renton GSP) 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. DIVISION 2 City of Renton 2-94 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 2-09 STRUCTURE EXCAVATION 2-09.1 Description (March 31, 2025, Renton GSP) 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. 2-09.3(1)D Disposal of Excavated Material (March 31, 2025, Renton GSP) 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. 2-09.3(3)D Shoring and Cofferdams (March 31, 2025, Renton GSP) Section 2-09.3(3)D is supplemented by adding the following: Provide adequate shoring safety systems meeting the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW for all excavations. Sloping of excavation sides may be used instead of shoring, sheeting, or bracing to the extent that such sloping is practical. Sloping of the excavation sides will not be permitted where the slopes extend past the right-of-way or easement boundary, where the sloping infringes on other work or existing facilities, or where sloping excessively impacts the surrounding areas, as determined by the Engineer. A sheet pile system, if constructed, shall be installed using a variable electric moment hammer or similar method to limit vibration induced settlement. Settlement shall be monitored in accordance with the Contract Documents. The Contractor shall submit Shoring Plans, prior to beginning work, showing proposed methods and construction details for all construction excavations 4 feet or more in depth in accordance with Sections 1-05.3. The plan shall be specific to the project, show the type and location of Structural Shoring and Non-Structural Shoring, and address both construction of and removal of all shoring required. If proposed pipelines beneath SPU pipelines are to be installed by open trench methods, the Shoring Plan shall include specific provisions to prevent the loss of existing pea gravel bedding DIVISION 2 City of Renton 2-95 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid and backfill adjacent to the SPU pipelines. The Shoring Plan shall include Plans and calculations prepared by (or under the direction of) a professional engineer licensed under Title 18 RCW, State of Washington, and shall carry the professional engineer’s signature and seal. For trench boxes and hydraulic shoring systems, manufacturers certified plans may be submitted in accordance with Section 2-09.3(4). When work is complete, the Contractor shall remove structural shoring to at least 4 feet below final grade. DIVISION 5 City of Renton 5-96 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid DIVISION 5 SURFACE TREATMENT AND PAVEMENTS 5-04 HOT MIX ASPHALT Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description (January 31, 2023 APWA GSP) This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials (June 30, 2025 Renton GSP) Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. DIVISION 5 City of Renton 5-97 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL (January 31, 2023 APWA GSP) 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(1)A Vacant 5-04.2(2)B Using Warm Mix Asphalt Processes (January 31, 2023 APWA GSP) 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 (January 31, 2023 APWA GSP) 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. DIVISION 5 City of Renton 5-98 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (January 31, 2023 APWA GSP) 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 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 (January 31, 2023 APWA GSP) 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 DIVISION 5 City of Renton 5-99 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field-testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment (January 31, 2023 APWA GSP) 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 (June 30, 2025 Renton GSP) HMA pavers shall be self-contained, power-propelled units, provided with an internally heated DIVISION 5 City of Renton 5-100 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, or required by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle (January 31, 2023 APWA GSP) 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 lay DIVISION 5 City of Renton 5-101 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid down 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: 6. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 7. Shall not be connected to the hauling vehicle or paver. 8. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 9. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 10. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 11. Shall be positively connected to the paver. 12. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 13. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 14. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers (January 31, 2023 APWA GSP) 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 (June 30, 2025 Renton GSP) 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. Pre-leveling 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 pre-leveling 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 pre- leveled areas by the compaction equipment. Equipment used for the compaction of pre-leveling 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 DIVISION 5 City of Renton 5-102 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one-part water to one-part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. 5-04.3(4)A Crack Sealing (June 30, 2025 Renton GSP) 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. DIVISION 5 City of Renton 5-103 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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: 15. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 16. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: 17. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. 18. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair (January 31, 2023 APWA GSP) 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 DIVISION 5 City of Renton 5-104 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (January 31, 2023 APWA GSP) Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing (January 31, 2023 APWA GSP) 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 DIVISION 5 City of Renton 5-105 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (June 30, 2025 Renton GSP) The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one Job Mix Formula (JMF) is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA (January 31, 2023 APWA GSP) 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 (January 31, 2023 APWA GSP) Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. DIVISION 5 City of Renton 5-106 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 19. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: c. 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% d. 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. 20. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder DIVISION 5 City of Renton 5-107 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. e. 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). f. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation (January 31, 2023 APWA GSP) HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. DIVISION 5 City of Renton 5-108 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the Job Mix Formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. DIVISION 5 City of Renton 5-109 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3(9)D Mixture Acceptance – Commercial Evaluation (January 31, 2023 APWA GSP) If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the Job Mix Formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance (January 31, 2023 APWA GSP) DIVISION 5 City of Renton 5-110 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for DIVISION 5 City of Renton 5-111 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (June 30, 2025 Renton GSP) Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. On bridge decks and on roadway approaches within five feet of a bridge/back of pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal direction only. Refer to contract drawings for HMA Paving Train requirements and restrictions (e.g. equipment spacing, weight limits, etc.). 5-04.3(10)B HMA Compaction – Cyclic Density (January 31, 2023 APWA GSP) 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 (January 31, 2023 APWA GSP) 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots DIVISION 5 City of Renton 5-112 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance 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 (January 31, 2023 APWA GSP) DIVISION 5 City of Renton 5-113 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and 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: DIVISION 5 City of Renton 5-114 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 21. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 22. 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 23. 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. 5-04.3(12) Joints 5-04.3(12)A HMA Joints (January 31, 2023 APWA GSP) 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 (June 30, 2025 Renton GSP) 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 DIVISION 5 City of Renton 5-115 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5- 04.3(12)B1 and the following requirement: 24. 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 (June 30, 2025 Renton GSP) The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼-inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 25. Removal of material from high places by grinding with an approved grinding machine, or 26. Removal and replacement of the wearing course of HMA, or 27. 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. DIVISION 5 City of Renton 5-116 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (January 31, 2023 APWA GSP) The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as 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 or directed by the Engineer, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. DIVISION 5 City of Renton 5-117 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 28. Intersections: g. 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). h. 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. i. 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. j. 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. k. 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. 29. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 30. 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 DIVISION 5 City of Renton 5-118 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 31. 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. 32. A copy of each intersection’s traffic control plan. 33. 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. 34. Names and locations of HMA Supplier facilities to be used. 35. List of all equipment to be used for paving. 36. List of personnel and associated job classification assigned to each piece of paving equipment. 37. 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 coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 38. Names, job titles, and contact information for field, office, and plant supervisory personnel. DIVISION 5 City of Renton 5-119 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 39. A copy of the approved Mix Designs. 40. Tonnage of HMA to be placed each day. 41. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 42. General for both Paving Plan and for Planing Plan: l. The actual times of starting and ending daily operations. m. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of police officers. n. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. o. Notifications required of Contractor activities and coordinating with other entities and the public as necessary. p. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. q. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed r. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, streetcar rail, and castings, before planning, see Section 5-04.3(14)B2. s. Description of how flaggers will be coordinated with the planing, paving, and related operations. t. Description of sequencing of traffic controls for the process of rigid pavement base repairs. u. Other items the Engineer deems necessary to address. 43. Paving – additional topics: v. When to start applying tack and coordinating with paving. w. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for DIVISION 5 City of Renton 5-120 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid each type equipment as it relates to meeting Specification requirements. x. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. y. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. z. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces (January 31, 2023 APWA GSP) Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches (January 31, 2023 APWA GSP) Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Temporary Pavement Marking (June 30, 2025 Renton GSP) Add New Section 5-04.3(17): 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. 5-04.3(18) Permanent Pavement Patching and Overlay (June 30, 2025 Renton GSP) Add New Section 5-04.3(18): 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. DIVISION 5 City of Renton 5-121 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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” 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 DIVISION 5 City of Renton 5-122 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid (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: a. There has been damage to the existing asphalt surface due to the contractor's equipment. b. The trench width was increased significantly or the existing pavement is undermined or damaged. c. 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. 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). 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. 5-04.5 Payment (June 30, 2025 Renton GSP) DIVISION 5 City of Renton 5-123 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. “HMA for Approach Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, DIVISION 5 City of Renton 5-124 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)D3. “Roadway Core”, per each. DIVISION 5 City of Renton 5-125 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. DIVISION 5 City of Renton 5-126 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)B. Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: “HMA Cl. ___ PG ___” “HMA for Approach Cl. ___ PG ___” “HMA for Preleveling Cl. ___ PG ___” “HMA for Pavement Repair Cl. ___ PG ___” “Commercial HMA” The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. WSDOT will establish asphalt binder reference costs twice each month and post the information on the website at: https://wsdot.wa.gov/business-wsdot/how-do-business-us/public-works- contracts/payments-reporting/asphalt-binder-reference-cost. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. Price adjustments will be calculated one time per month. No price adjustment will be made if the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects located in Eastern versus Western Washington shall be selected from the column in the WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be calculated as follows: If the reference cost is greater than or equal to 105% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). Where: Current Reference Cost is selected from the website table based on the “Date Effective” that immediately precedes the current month’s progress estimate end date. For work completed after all DIVISION 5 City of Renton 5-127 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. Base Cost is selected from the website table based on the “Date Effective” that immediately precedes the contract bid opening date, and shall be a constant for all monthly adjustments. Q = total tons of all classes of HMA paid in the current month’s progress payment. “Asphalt Cost Price Adjustment”, by calculation. “Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. DIVISION 5 City of Renton 5-128 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description (June 30, 2025 Renton GSP) Section 5-05.1 is supplemented with the following: This work shall also consist of constructing scored cement concrete pavement for roadway (including roadway ramps) and scored colored cement concrete crosswalk pavement with architectural scoring and finishes for the raised intersections, in conformity with the lines, grades, thicknesses, and typical cross sections shown on the Plans. 5-05.2 Materials (June 30, 2025 Renton GSP) 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 (June 30, 2025 Renton GSP) Section 5-05.3 is supplemented with the following: DIVISION 5 City of Renton 5-129 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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 (June 30, 2025 Renton GSP) 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 DIVISION 5 City of Renton 5-130 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 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 Section 5-05.3(8)E is new subsection: 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. DIVISION 5 City of Renton 5-131 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 5-07 TEMPORARY RESTORATION IN PAVEMENT AREA (June 30, 2025 Renton GSP) Section 5-07 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. 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. DIVISION 7 City of Renton 7-132 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7-01 DRAINS 7-01.2 Materials (Sept 30, 2025, Renton GSP) The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements 7-01.3(1) Drain Pipe (Sept 30, 2025, Renton GSP) Section 7-01.3(1) is revised as follows: Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The drain pipe shall be laid with soil tight joints unless otherwise specified. PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.3(2) Underdrain Pipe Section 7-01.3(2) is revised as follows: The second paragraph is revised as follows: Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are specified the perforated pipe shall be laid with the perforations down. Upon final acceptance of the Work, all drain pipes shall be open, clean, and free draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-02 CULVERT PIPE (Sept 30, 2025, Renton GSP) 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: DIVISION 7 City of Renton 7-133 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid When steel or aluminum is referred to in this section in regards to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 90-5.5. When plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials (Sept 30, 2025, Renton GSP) The second paragraph of Section 7-04.2 is supplemented as follows: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of their responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. (Sept 30, 2025, Renton GSP) Section 7-04.2 is supplemented with the following: Dense foam shall meet 9-05.52 of these Special Provisions. Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity-flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water-based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. 7-04.2(1) Temporary Stormwater Diversion (Sept 30, 2025, Renton GSP) Section 7-04.2(1) is an added new section It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. DIVISION 7 City of Renton 7-134 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor’s bypass operation shall be sized to handle, at a minimum, the 2-year peak flow rate or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3(1) Cleaning and Testing (Sept 30, 2025, Renton GSP) Section 7-04.3(1) is supplemented with the following: Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site DIVISION 7 City of Renton 7-135 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to ASTM D3034 and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 44. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 45. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 46. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 47. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe bid items. 7-04.3(1)G Abandon Existing Storm Sewer Pipes (Sept 30, 2025, Renton GSP) Section 7-04.3(1)G is a new section: Where it is shown on the plans that existing storm sewer pipe is to be abandoned by filling with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I. 7-04.3(2) CCTV Inspection (Sept 30, 2025, Renton GSP) Section 7-04.3(2) is a new added section: DIVISION 7 City of Renton 7-136 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid All storm drain main lines constructed as part of this project shall be inspected by the use of closed- circuit television (CCTV) before substantial completion. The costs incurred in making the inspection shall be paid for under “CCTV Inspection”. All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H. The Contractor shall bear all cost incurred in correcting any deficiencies found during the television inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. 7-04.3(3) Direct Pipe Connections (Sept 30, 2025, Renton GSP) Section 7-04.3(3) is a new added section as follows: Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Installation: Installation shall be in accordance with the manufacturer’s recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.2 Materials (Sept 30, 2025, Renton GSP) 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 (Sept 30, 2025, Renton GSP) Section 7-05.3 is supplemented by adding the following: All manholes shall be in accordance with the Standard Plans. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (Sept 30, 2025, Renton GSP) Section 7-05.3(1) is replaced with: DIVISION 7 City of Renton 7-137 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per Standard Plan 106 prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. DIVISION 7 City of Renton 7-138 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Monuments and cast-iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Catch Basins and Manholes (Sept 30, 2025, Renton GSP) Section 7-05.3(2) with a title change, is revised as follows: 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 203.3(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 (Sept 30, 2025, Renton GSP) 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. 7-05.3(3) Connections to Existing Manholes (Sept 30, 2025, Renton GSP) 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. Connections to existing sanitary sewer pipes shall be made with ductile iron sleeve-style coupling, ROMAC or approved alternate, conforming to ASTM C219 and sized specifically for the pipe size and materials being connected. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. DIVISION 7 City of Renton 7-139 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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(s) to manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(4) Drop Manhole Connection (Sept 30, 2025, Renton GSP) 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. 7-05.3(5) Manhole Coatings (Sept 30, 2025, Renton GSP) 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 9-08.8. 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. 7-06 CONSTRUCTION DEWATERING (Sept 30, 2025, Renton GSP) Section 7-06 is a new section: 7-06.1 Description This section specifies the definition, responsibilities, and execution for control of water. Control of water shall consist of the design, furnishing, installation, operation, maintenance, monitoring, and removal of a dewatering system or systems to achieve proper completion of all work performed under this Contract. Work covered in this section includes temporary dewatering provisions including all labor, materials, tools, equipment and performing all incidentals necessary to dewater the excavations, structures, and other work areas during construction. Dewatering includes removal and proper discharge of all water, including, but not limited to, groundwater, surface water, and precipitation. DIVISION 7 City of Renton 7-140 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-06.1(1) Design Requirements 7-06.1(2) SCOPE: Before the commencement of any dewatering, the Contractor shall obtain acceptance by the Engineer for the design, materials, method, installation, and operation and maintenance details of the dewatering system(s) and monitoring system the Contractor plans to install. Acceptance by the Engineer of the design, materials, method, installation, and operation and maintenance details submitted by the Contractor shall not in any way relieve the Contractor from responsibility for errors therein or from the entire responsibility for complete and adequate design, materials, installation, operation, maintenance and performance of the system in controlling the water level in the excavated areas and for control of the hydrostatic pressures to the depths herein specified. The Contractor shall bear sole responsibility for proper design, installation, operation, maintenance, and any failure of any component of the dewatering system for the duration of this Contract. Before the commencement of any dewatering, the Contractor shall obtain the necessary State and County permit(s) to discharge dewatering water. The Department of Ecology has issued a Construction Stormwater General Permit and an Administrative Order which contains additional requirements to the City. The City will transfer the permit coverage to the contractor awarded the contract. The contractor shall coordinate, prepare and submit additional written reports and/or documents, and apply any required permit transfer application(s) with Ecology within 10 calendar days of Notice to Proceed. The Contractor shall provide, operate, maintain, and decommission the dewatering systems that consist of trench sumps, deep wells, and/or wellpoints and a monitoring system. The Contractor shall control ground water so as to prevent softening of the bottom of excavations, or formation of “quick” conditions or “boils” during excavation. The Contractor shall design, install, maintain, and operate the dewatering system so as to prevent removal of the natural soils. The Contractor shall provide backup systems for all ordinary emergencies, including power outage and flooding, and shall have available at all times competent workers for the continuous and successful operation of the dewatering system. The Contractor shall not disable or shut-down the dewatering system between shifts, on holidays, or weekends, or during work stoppages, without written permission from the Engineer. The Contractor shall be responsible for maintaining all electric power service connections to the dewatering system components and for the cost of electric power used in the operation of the dewatering system. The Contractor shall control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site. The Contractor shall employ sumps to pump any pocketed or undrained water not otherwise collected or removed. However, the Contractor shall not rely solely upon open and cased sumps for dewatering. The Contractor shall use sumps only where static groundwater levels are less than 2 feet above subgrade or in areas where the potentiometric surface has been previously lowered to within 2 feet of subgrade using wellpoints or pumped wells. The Contractor shall design the dewatering system using accepted and professional methods of design and engineering consistent with sound modern practice. The Contractor shall have or shall employ the services of a subcontractor who has experience in the field of dewatering system design, installation, operation, and maintenance. DIVISION 7 City of Renton 7-141 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid After initiating dewatering operations, the Contractor shall operate, maintain, and monitor the dewatering system or systems for the duration of the contract until specifically authorized in writing by the engineer to cease operation, maintenance, or monitoring. Well construction and abandonment shall be in accordance with WAC 173-160. The Contractor shall install, operate, and maintain a water treatment system to provide for settling of suspended solids or other requisite water quality treatment in the discharge from any sumping, dewatering well or wellpoint system. The Contractor shall dewater and dispose of the water in a manner that will not cause injury to public or private property, or to cause a nuisance or a menace to the public (i.e. there shall be no overflow of sewer or storm drain systems). The Contractor shall not allow the water discharged from the dewatering system wells, wellpoints or supplemental water control systems (i.e. sumps) to degrade the water quality of the receiving waters. The Contractor shall comply with the site-specific storm water discharge permit requirements. The Contractor shall pay any fines incurred as a result of discharges that exceed maximum levels specified in the site-specific storm water discharge permit. 7-06.1(3) EXISTING MONITORING WELLS: The approximate locations of existing monitoring wells are shown on the Drawings. The Contractor shall be allowed to use any existing City monitoring wells to ensure that dewatering systems meet the drawdown requirements. The Contractor shall assume responsibility for determining the suitability and function of existing wells. The City shall bear no responsibility for the condition and usefulness, or lack thereof, of existing wells. Upon or before conclusion of the contract, the Contractor shall abandon per WAC 173-160 all existing wells shown on the Contract Drawings unless otherwise directed by the Engineer in writing. 7-06.1(4) QUALITY ASSURANCE: The Contractor shall include, at minimum, all of the elements necessary for furnishing, installing, operating and maintaining the dewatering system. The Contractor shall employ the services of a specialty dewatering subcontractor who has at least 10 years’ experience in the field of large area- wide dewatering system design, installation, operation, and maintenance, and can document successful completion of at least 5 projects in the Puget Sound region which included both large- diameter deep wells and wellpoints. The Contractor shall employ materials, equipment, and construction methods commonly used and proven as suitable for the duration of construction dewatering. The Contractor shall provide submittals and/or product data that demonstrate the suitability of the materials and equipment proposed for use on these systems. The Contractor shall test the dewatering system to the reasonable satisfaction of the Engineer and make operational any deficiency prior to excavation. The Contractor shall integrate all dewatering, shoring and excavation activities to ensure that dewatering, shoring and excavation activities does not impede or conflict to the detriment of the DIVISION 7 City of Renton 7-142 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid work. The Contractor shall be responsible for any impacts to the project from conflicts between dewatering, shoring and/or excavation. The contractor shall control excavation dewatering to prevent damage from settlement due to possible lowering of the adjacent groundwater table. The release of groundwater to its static levels shall be performed in such a manner as to maintain the undisturbed state of the foundation soils, prevent disturbance of backfill and prevent movement of all structures and utilities. 7-06.1(5) SUBMITTALS: Where there is conflict between this section and Section 1-05.3, the requirements of this section 7- 06.1(5) shall govern. Three (3) weeks before excavation begins, the Contractor shall submit drawings and complete design data showing methods and equipment the Contractor proposes for dewatering, including relief of hydrostatic head, management of other water, and in maintaining the excavation in a dewatered, hydrostatically controlled condition. Contractor shall provide a Ground Water Control Plan (GWCP) developed by a Washington licensed engineer or hydrogeologist with a minimum of 10 years’ experience in the design of ground water control systems. The Contractor shall submit information sufficient for the Engineer to understand the dewatering system including, but not limited to, the following: 1. Specifications and manufacturer’s literature of the materials and a description of the methods proposed for use in the construction of dewatering system. 2. Drawings indicating the location and size of berms, dikes, ditches, wells, wellpoints, sumps, monitoring wells, gravel drains, treatment facilities, discharge lines, and outfall design. The drawings shall include, at a minimum, all dewatering system elements. 3. Capacities of pumps, prime movers, and standby equipment. 4. Information supporting the location and number of any wells, wellpoints, gravel drains, sumps and discharge lines, and the adequacy of vacuum header, pressure header, discharge pipe sizes, pumps, filters/gravel packs, screens and treatment facilities. 5. Information supporting the design of the dewatering wells, gravel packs, wellpoints, and water treatment systems. 6. Information detailing procedure(s) for restricting drawdown above the specified elevation(s). 7. Dewatering schedule, operation, maintenance, and abandonment procedures. 8. Project descriptions for dewatering projects of similar scope and size completed in the Puget Sound region by the Contractor’s specialty dewatering subcontractor and licensed engineer or hydrogeologist. 7-06.1(6) AVAILABLE SUBSURFACE DATA The Contractor may use the information presented in the following reports: Geotechnical Report, Rainier Avenue Improvements Project – Phase I, Appendix 9.5b However, the Contractor shall assume responsibility for the interpretation or use of all of the information presented in the above reports. The use of the available data and information in no way relieves the Contractor from the sole responsibility for proper design, installation, operation, DIVISION 7 City of Renton 7-143 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid maintenance, and any failure of any component of the dewatering systems for the duration of this Contract. 7-06.2 Materials - Not used. 7-06.3 Construction Requirements 7-06.3(2) Monitoring System: The Contractor may use any or all of the city’s monitoring wells installed during the geotechnical and environmental investigations as part of the monitoring system. The Contractor shall install any additional monitoring wells the Contractor needs to ensure dewatering systems achieve the drawdowns necessary to complete the work and ensure that ground water levels do not drop below the restricted levels. The Contractor shall survey measuring point elevations on all pumping and monitoring wells to 0.01-foot precision. The Contractor shall survey all measuring points to a common datum. The Contractor shall provide in-line flow meters on all well and wellpoint system discharge pipes to ensure accurate measurement of the total flow from the dewatering system. The flow meters shall show flow in gallons per minute and total flow passing through the meter. The flow meter shall be sized and installed to accurately represent the flow through the meter. The Contractor shall test and document the accuracy of all installed flow meters. The Contractor shall provide flow meter calibration documentation to the Engineer two weeks prior to any dewatering system pumping other than well or wellpoint development. The Contractor shall maintain accurate and precise daily records of water level and flow measurements. The Contractor shall measure water levels in all pumping and monitoring wells to 0.01-foot precision and flow to within 5 gallons per minute. Measurements shall be recorded on forms provided by the Engineer. The Contractor shall begin water level measurements within 24 hours of any well completion or wellpoint installation and development and continue daily measurements until the well is properly abandoned or the Engineer approves cessation of measurement. The Contractor shall begin water flow measurements within 4 hours of initiating pumping in any well or wellpoint system and continue measurements until the Engineer approves cessation of measurement. The Contractor shall report to the Engineer, any changes in dewatering discharge flow of 25 percent or more occurring within any 24-hour period within four hours following such a change. The Contractor shall notify the Engineer anytime a pump fails, or is turned off or on, for a period of more than 4 hours. Additionally, the Contractor shall note and record when any well(s) or dewatering systems are turned off and back on. The Contractor shall provide water level and flow measurement records to the Engineer daily in both hardcopy and digital form. The Contractor may remove and replace or shorten the casings of monitoring wells as the work requires, however, the Contractor shall bear full responsibility for the water level information provided by those wells and any consequences stemming from the lack of or error in the information. The Engineer shall be notified of any change in the measuring points of any well. The Contractor shall re-survey any shortened or lengthened observation well casing and provide such data to the Engineer. DIVISION 7 City of Renton 7-144 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The Contractor shall notify the Engineer, one week prior to installation of any monitoring wells. The Contractor shall provide the Engineer with driller’s logs and formation samples at 5-foot intervals for each well. 7-06.3(3) Formation Protection and Well Development: The Contractor shall design, construct, operate, and maintain the dewatering system such that the fine fraction of the foundation soils will not be removed upon pumping. The Contractor shall develop all wells and wellpoints to remove fines resulting from drilling and construction and to increase the yield and hydraulic connection with the aquifer. The Contractor shall discharge all development water to the sediment settling tanks prior to discharge. The Contractor shall not discharge any development water directly to the ground surface or surface water body. The Contractor shall monitor discharge from all parts of the system to ensure that the sand/silt content of the discharge water does not exceed the limits established by the discharge permit, stormwater permit, and/or other permit as applicable, determined by a Rossum SAND TESTER or equivalent. The Contractor shall provide all of the equipment and fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily for one week after installing any dewatering well or wellpoint and weekly thereafter. The Contractor shall take sand/silt content measurements in the presence of the Engineer. The Contractor shall notify the Engineer of the time of measurement and provide 24-hour notice of planned measurements. 7-06.3(4) Standby Equipment: The Contractor shall furnish and maintain on site sufficient power-generating and other equipment and materials to ensure continuous and successful operation of the dewatering system. The Contractor shall maintain on site, ready to operate, sufficient standby electrical generating capacity to operate all wells pumps and/or wellpoint pumps simultaneously. The Contractor shall test all backup electric systems monthly in the presence of the Engineer. These tests shall include at least 24 hours of operation under full system load. The Contractor shall have on site, a backup pump for each type of pump in the dewatering system and sufficient pipe and fittings for any repair. 7-06.3(5) Discharge Points and Pipes: Discharge piping shall be designed and installed in a manner which minimizes impacts to excavation or construction activities. Acceptable discharge points to be approved by the Engineer. Discharge of dewatering water shall be restricted such that it does not cause surcharging or overflow of the receiving storm or sanitary sewer system. Discharge to the storm or sanitary sewer system is limited by receiving pipe size as follows, however, field conditions may necessitate more restrictive flowrates: DIVISION 7 City of Renton 7-145 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Pipe Diameter (inches) 24 18 12 10 8 Flowrate (gpm) 2880 1638 752 522 344 Flowrate (MGD) 4.15 2.36 1.08 0.75 0.50 7-06.3(6) Water Supply for System Installation and Electrical Service: The Contractor shall provide water supply and electrical service needed for the dewatering systems. The Contractor shall provide a completely separate power company source for the dewatering system electric service with its own meter and which shall be dedicated solely for the dewatering system and separate from all other electric service. 7-06.3(7) Dewatering System Protection: The Contractor shall take reasonable precautions to ensure continuous successful operation of the dewatering system. This includes establishing and/or maintaining adequate marking of all well, pump and pipeline locations. Wherever dewatering wells or discharge lines require crossing for access into, out of, or around an excavation, steel ramps shall protect the system from vehicular traffic. All ramps shall have the strength to support the heaviest equipment on site and shall provide at least one foot of clearance between the dewatering system element and the underside of the ramp. The Contractor shall clearly identify all vehicular access points across the dewatering system with brightly colored or flagged 8-foot high poles on each side of the access point. The Contractor shall valve all ramped pipelines on both sides of the ramp. 7-06.3(8) System Removal: A licensed water well contractor in accordance with WAC 173-160 shall abandon all wells, wellpoints and observation wells installed by the Contractor at no cost to the City. The Contractor shall also abandon all existing monitoring wells in accordance with WAC 173-160 as shown on the drawings and paid under the applicable bid items. The Contractor shall seal any well, wellpoint hole, sump, gravel drain or other penetrations below the excavation with a bentonite grout mixture exhibiting a permeability less than 1 x 10-6 centimeters per second. DIVISION 7 City of Renton 7-146 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches (Sept 30, 2025, Renton GSP) Section 7-08.3(1)A is supplemented by adding the following: Trench Excavation Incl. Haul includes the trench excavation for the storm and sewer sanitary sewer in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outline on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan. The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown in the table above 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. Contractor shall take care to protect stockpiles from stormwater by covering and securing per City of Renton Standard Plan 213.3. 7-08.3(1)C Bedding the Pipe (Sept 30, 2025, Renton GSP) Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall meet the requirements of Section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. DIVISION 7 City of Renton 7-147 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3), unless otherwise approved by the Engineer. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the 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”. 7-08.3(1)D Pipe Foundation (Sept 30, 2025, Renton GSP) 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 be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line at no expense to the City. 7-08.3(2)A Survey Line and Grade (Sept 30, 2025, Renton GSP) 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. DIVISION 7 City of Renton 7-148 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-08.3(2)B Pipe Laying – General (Sept 30, 2025, Renton GSP) Section 7-08.3(2)B is supplemented by adding the following: Pipe shall be laid up-grade beginning at the downstream point of connection unless specifically requested by the Contractor in writing and approved by the Engineer. Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the crown 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 ensure 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. DIVISION 7 City of Renton 7-149 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-08.3(2)E Rubber Gasketed Joints (Sept 30, 2025, Renton GSP) Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over inserting the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections (Sept 30, 2025, Renton GSP) Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be 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(2)J Placing PVC Pipe (Sept 30, 2025, Renton GSP) Section 7-08.3(2)J is an added new section: DIVISION 7 City of Renton 7-150 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid In the trench, prepared as specified in Section 7-02.3(1), PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Pipe Trenches (Sept 30, 2025, Renton GSP) 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 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. 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. The Contractor shall be responsible for the disposal of any excess excavated material. 7-09 WATER MAINS DIVISION 7 City of Renton 7-151 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-09.1(1)A Trench Widths (Sept 30, 2025, Renton GSP) 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 payment 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(5) Grade and Alignment (Sept 30, 2025, Renton GSP) Section 7-09.3(5) is revised as follows: The depth of trenching for water mains shall be such as to give a minimum cover for 8-inch pipe and smaller of 36”, and for 10inch and larger of 48 inches over the top of the pipe unless otherwise specified in the Special Provisions. Maximum cover for all water mains shall be 60 inches. Any deviations must be approved by the City of Renton prior to construction. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. Where the profile of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. The excavation shall be to such depth that the minimum cover over valve operating nuts shall be 1-foot. 7-09.3(15)A Ductile Iron Pipe (Sept 30, 2025, Renton GSP) Section 7-09.3(15) is revised as follows: Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. DIVISION 7 City of Renton 7-152 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When additional fittings not shown on the Plans are required to meet field conditions, payment will be made under a separate bid item for additional fittings. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings with mechanical-joint ends, wedge type restrained follower glands and concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) (Sept 30, 2025, Renton GSP) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement (Sept 30, 2025, Renton GSP) The title and text of section 7-09.3(17) has been 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, fittings, and valves, with 8- mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and fittings and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains (Sept 30, 2025, Renton GSP) Section 7-09.3(19) is revised to read 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 DIVISION 7 City of Renton 7-153 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. DIVISION 7 City of Renton 7-154 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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: aa. 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. bb. Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance cc. Swab all connecting pipe and fittings with 5-6%chlorine solution dd. Perform the connection work ee. Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipes, fittings, and valves 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 the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block (Sept 30, 2025, Renton GSP) Section 7-09.3(21) with a title change, is revised as follows: DIVISION 7 City of Renton 7-155 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (Sept 30, 2025, Renton GSP) Section 7-09.3(23) is revised to read as follows: The Contractor shall prepare a Testing and Disinfection Plan for review by the Engineer. The Plan shall provide detail on which segments of the water lines will be tested together and in which order. Submit this plan a minimum of 20 days prior to the first scheduled test. The Plan shall describe all elements of pressure testing, flushing, pigging, and disinfection. Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. DIVISION 7 City of Renton 7-156 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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: 48. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 49. 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) 4” 6" 8" 10" 12" 16" 20" 24" Te s t P r e s s u r e ( P S I ) 400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60 375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49 350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: DIVISION 7 City of Renton 7-157 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid L= SD√P__ 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. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly-pigging" (Sept 30, 2025, Renton GSP) Section 7-09.3(24)A with a title change, is revised as follows: DIVISION 7 City of Renton 7-158 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, 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 (Sept 30, 2025, Renton GSP) Section 7-09.3(24)D has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period (Sept 30, 2025, Renton GSP) Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After 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. DIVISION 7 City of Renton 7-159 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-09.3(24)N Final Flushing and Testing (Sept 30, 2025, Renton GSP) Section 7-09.3(24)N is revised as follows: Following chlorination, treated water shall be flushed from the newly laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. 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 methods: AWWA C651-14 Option B 1. Provide rest period of at least 16 hours. 2. Collect first set of samples from representative points. 3. Provide wait period of at least 15 minutes. 4. 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(25) Abandonment of Existing Water Pipe (Sept 30, 2025, Renton GSP) 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 per Section 7-08.3(4) of the Standard Specifications, these Special Provisions and the Contract Plans. 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. DIVISION 7 City of Renton 7-160 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-10 SETTLEMENT MONITORING (Sept 30, 2025, Renton GSP) Section 7-10 is a new section: 7-10.1 Description This Section specifies providing, installing, monitoring, maintaining and removing monitoring points required to monitor earth, utility and structure movements. Monitoring points include settlement points, horizontal displacement points, instrument elevation points, and benchmarks. The Contractor shall perform readings and data collection, analyses, record keeping, and preparation of summary reports for all new and existing monitoring points. Perform readings as frequently as necessary to protect the work and existing facilities, utilities, roadways, and improvements, and meet the project specifications. All reading devices and equipment for the various monitoring systems are to be provided by the Contractor. Results are to be provided to the Engineer for use in confirmation monitoring. Maintain and protect new and existing monitoring points and replace damaged monitoring points at no additional cost to City. The purpose of the monitoring shall be: • To provide reliable information throughout the work to assess the impact of construction on structures, utilities, and ground movements. • To permit timely implementation of proper remedial measures when and as required to prevent damage to structures and utilities and minimize ground. • To document ground movement and structure movement, before, during, and after construction operations. In addition to the readings specified, the Contractor may provide, install, and monitor additional instruments and monitoring points. The Contractor shall remove all monitoring points at the end of the Contract or as directed by the Engineer. 7-10.2 Materials Utility Settlement Points Required in areas where utility settlements are a concern, at the locations described herein. Fixed-end extensometer: • The fixed-end extensometer shall consist of measurement rod installed within a casing placed down to the top surface of the utility being monitored. • The utility shall be exposed using methods meeting the approval of the utility owner. DIVISION 7 City of Renton 7-161 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid • The exposed surface of the utility shall be cleaned by high-pressure air to assure that an inner rod rests firmly on the utility. • A plastic or fiberglass inner rod shall be rounded at the top to assure that a surveyor’s leveling rod can rest upon it to provide reproducible results. • The bottom tip of the rod shall be tapered to assure that it can rest firmly on the utility in a consistent location for reproducible results. • The rod shall be centered in the annular space between the surface casing using centralizers to assure that the rod does not drag on the casing. • These extensometers shall be protected from damage with access covers. • Monitoring shall consist of optical surveying. Structure Settlement Points Structure settlement points installed in walls or vertical surfaces where settlement is a concern and shall consist of fixed reflector targets or ½-inch-diameter steel expansion bolts drilled and anchored in or bonded to the surface. Bolts shall be embedded a minimum of 2 inches and project ½-inches from vertical face. Surface/structure settlement points installed in pavements shall be installed to minimize traffic disturbance. Monitoring of structure settlement points shall consist of optical or laser surveying. Surface Settlement Points Surface settlement points installed in pavements where settlement is a concern and shall consist of PK nails or ½-inch-diameter steel expansion bolts drilled and anchored in pavement. Surface settlement points installed in pavements shall be installed to minimize damage from traffic. Monitoring of surface settlement points shall consist of optical surveying. Shoring Settlement Points Shoring settlement points shall consist of fixed reflector targets or ½-inch-diameter steel bolts welded to the shoring. Shoring settlement points shall be installed to minimize disturbance from construction activities. Monitoring of shoring settlement points shall consist of optical or laser surveying. 7-10.3 Construction Requirements 7-10.3(1) Quality Assurance Minimum surveyor experience shall consist of: • Survey experience with utility projects; and • A registered Land Surveyor in the state of Washington. The surveyor shall establish a benchmark a minimum of 1,000 feet from the project site, establish the initial elevations of monitoring points to 0.01-foot, measure and record the subsequent elevations of monitoring points to ±0.01-foot, establish the initial horizontal coordinates of deep DIVISION 7 City of Renton 7-162 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid cased benchmarks, settlement points, and all instruments to 0.01-foot, and provide survey data using King County Metro Datum and project coordinates. 7-10.3(2) Submittals Procedures: Section 1-05.3. Qualifications and résumés of experience for surveyors that will establish control for monitoring movements and settlements and will provide optical or laser readings of movements and settlement points. Qualifications and résumés of experience for instrumentation specialist. Detailed Settlement Monitoring Plan containing the information called for in this Section outlining clearly, when the required information will be submitted. Schedule and outline of procedures for monitoring point installation and performance of monitoring. Detailed plan of monitoring point locations. Sample data tables and plots for each monitoring point. Contingency Plan of actions required if 75 percent of any of the allowable limits presented in paragraph 7-10.3(8) are exceeded for any monitoring point. Work shall stop and the Engineer shall be notified by the Contractor immediately. Work shall not recommence until approved by the Engineer. Within 72 hours of installation, supply detailed description of monitoring point installations: • As-built drawings including instrumentation and survey marks on a maximum scale of 1 inch = 20 feet. • Instrumentation monitoring reports as specified herein. Monitor data shall be submitted as follows: • In the latest version of Microsoft Excel and paper copies of data from readings of settlement points within 8 hours after the readings are taken. Plots of the data: • Settlement points plotted as settlement vs. time. • Data shall be plotted at scales that reflect the accuracy of the instrument or survey system and anticipated maximum change and shall include pertinent construction progress data. 7-10.3(3) Availability of Data Perform all preliminary data collection, instrument readings, and monitoring survey data and submit to the Engineer on schedule as defined herein. Do not disclose data reports or any other unprocessed data, readings, and observations to third parties outside of the Contract without the express written permission of the Engineer. In the event of noted abnormal monitoring data or in the DIVISION 7 City of Renton 7-163 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid event of construction induced damage, increase the frequency of data collection, install additional instrumentation, or provide additional monitoring at no additional cost to City. 7-10.3(4) Job Conditions 7-10.3(5) Settlement Monitoring Point Locations The Contractor shall provide and install Structure Settlement Points on any structure within 50-ft of shoring installed by impact or vibration, structures within a horizontal distance of three times the excavated trench depth when groundwater drawdown outside the trench will exceed 2-ft, and on the shoring system itself once installation is complete. The settlement monitoring points shall be installed at or near the corners of such structures, and at intervals of less than 50-ft in-between corners. The Contractor shall provide and install one Structure Settlement Point each on the clocktower at S 3rd St. and Burnett Ave S., and on King County manholes R01-20 and R01-17. The Contractor shall provide and install a minimum of two Utility Settlement Points on each SPU pipeline in locations where work crosses underneath the SPU pipe(s), one point on each side of the excavation or crossing. 7-10.3(6) Settlement Monitoring Point Installation Installation Sequence At least two weeks prior to beginning construction (dewatering, excavation support system installation and/or excavation) or earlier, if necessary, to meet the monitoring schedule, establish survey benchmarks and settlement points for detection of movements. Installations of more than 10 feet from specified location shown on the Drawings or approved working drawings require the Engineer’s prior written acceptance. Surface Settlement Points Surface settlement points, consisting of stainless steel bolts or PK nails in pavement shall be installed at locations and in accordance with details shown on the Drawings. Bolts shall be embedded a minimum of 2 inches. Surface settlement points installed in pavements shall be installed to minimize traffic disturbance. Structure Settlement Points Structure settlement points, consisting of fixed reflector targets or stainless steel bolts, shall be bonded to or mechanically anchored into wall slab, pavement, or top of shoring wall. Structure settlement points shall be installed at locations and in accordance with details shown on the Drawings. Bolts shall be embedded a minimum of 2 inches. If the point is in a traffic area, the top of the bolt shall be depressed so that it is even with the surrounding pavement surface. Any over chipping shall be filled with epoxy grout so that no depression is evident beyond the shoulders of the bolt. Utility Settlement Points DIVISION 7 City of Renton 7-164 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Utility settlement points shall be installed by digging a pit or vacuuming a hole above the utility to be measured. For excavated pits, final three feet shall be dug by hand. The utility shall be cleaned in the area of the elevation rod installation. The plastic or fiberglass rod shall be epoxied to the top of the utility. After the rod is affixed to the utility, a casing shall be centered over the rod using centralizers. The casing shall be cut to form a tight fit over the utility. Backfilling around the casing shall be with the removed material or approved equal. Top protection consisting of locking monument covers shall be installed for the utility settlement points. 7-10.3(7) Protection and Maintenance Protect and maintain all monitoring points. Repair or replace damaged or missing monitoring points as required within 24 hours of detection of damage at no additional cost to the City. 7-10.3(8) Settlement Limits Settlement shall be limited as follows: Location: Vertical Displacement (inches) Horizontal Displacement (inches) King County manholes and SPU pipelines 0.0 0.0 Buildings and Clocktower 0.1 0.1 Pavement, sidewalks, ground surface 0.5 0.5 Shoring 1.0 1.0 7-10.3(9) Monitoring Schedule Make initial readings on all new and existing monitoring points. Take at least three sets of initial baseline measurements and readings, comparable and equal within the rated instrument accuracy, at all of the new and existing monitoring points shown on the Drawings and specified herein before adjacent construction is started. Take additional readings until at least two comparable sets are obtained, which are within the rated instrument or survey accuracy. Monitor and report on all monitoring points on the schedule described below: • Measure all monitoring points within 50 feet of the shoring twice daily during shoring installation. • Measure all monitoring points within 100 feet of the excavation daily if excavations are open deeper than 4 feet. • Measure all monitoring points within 500 feet of the dewatering system daily if a dewatering system is in use. • Measure all settlement points at least once per week. • Final readings shall not be taken until all construction within 200 feet of the monitoring point has been completed for at least 30 days. DIVISION 7 City of Renton 7-165 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Submit data from readings of all monitoring points within 8 hours after readings are taken/downloaded. Should the Contractor’s settlement control measures fail to maintain settlement within the allowable limits, the Project Representative reserves the right to stop work at no additional expense to the City until the Contractor implements adequate settlement control measures. Provide unrestricted access to all monitoring points to City personnel. The City reserves the right to take measurements of the monitoring points. Provide City with equipment necessary to take measurements within one hour of request.7-10.3(10) Removal of Instruments Remove all settlement points and restore surfaces to the conditions existing before installation. 7-11 TEMPORARY WATER BY-PASS SYSTEM (Sept 30, 2025, Renton GSP) Section 7-11 is a new section: 7-11.1 Description This work shall consist of installing, maintaining and removal of temporary 2-inch water service lines to maintain continuity of water service to existing water meters, when the existing water mains are non-operational and /or are abandoned or removed for the construction of the new water lines and of other improvements. The work includes the temporary connections of the by-pass lines to the existing active water mains, the installation of temporary end-caps, concrete ecology blocks and related appurtenances. 7-11.2 Materials Materials shall meet Sections 7-09, 7-12, 7-14, 7-15 of the Standards Specifications and all applicable sections of the contract documents and contract plans. 7-11.3 Construction Requirements The contract plans include a schematic water by-pass plan layout of service connections for the contractor’s consideration. The contractor shall develop and submit a temporary domestic water service and sequencing plan to the Engineer for review and approval at least 10 calendar days prior to proceeding with the work. All temporary water service lines and connections shall be metered through the existing water meters. Existing fire hydrants shall remain in service as shown on the contract plans. Temporary by-pass water lines shall be pre-chlorinated prior to installation. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post (Sept 30, 2025, Renton GSP) Section 7-12.3(1) is revised as follows: DIVISION 7 City of Renton 7-166 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. 7-12.3(2) Adjust Existing Valve Box to Grade (Sept 30, 2025, Renton GSP) Section 7-12.3(2) is a new section: 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 Special 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 (Sept 30, 2025, Renton GSP) Section 7-14.3(1) is 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 DIVISION 7 City of Renton 7-167 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly- Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 20 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 1- 1/4" washed drain rock, blue reflective pavement marker, 16"x8"x4" (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 (Sept 30, 2025, Renton GSP) Section 7-14.3(3) is supplemented with the following: All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(4) Moving Existing Hydrants (Sept 30, 2025, Renton GSP) Section 7-14.3(4) is supplemented with the following: All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. DIVISION 7 City of Renton 7-168 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-14.3(7) Remove and Salvage Hydrant (Sept 30, 2025, Renton GSP) 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, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(8) Abandoned Valves (Sept 30, 2025, Renton GSP) Section 7-14.3(8) is a new section: All valves to be abandoned shall be abandoned in the closed position, unless shown otherwise, by removing a minimum of the top twenty-four inches of the valve box and then filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion of the valve box shall be filled with concrete having an f’c of at least 2000 psi. Unless a specific bid item has been included in the Proposal/Contract Document, Abandoned Valves shall be incidental to and included in the various bid items. 7-14.3(9) Water Main-Cut and Cap (Sept 30, 2025, Renton GSP) Section 7-14.3(9) is a new section: The lateral must be cut within one(1) foot of the abandoned valve, or as shown on the plans, and capped. The contactor shall cut the existing pipe where shown on the drawing and install an approved ductile-iron cap complete with thrust block. Where a joint or coupling in the existing pipe is uncovered at the cut and cap location, the installation of a plug may be permitted with the project manager for the City of Renton Water system. A concrete thrust block shall be installed at all cap and plug locations. Unless a specific bid item has been included in the Proposal/Contract Document, Water Main Cut and Cap shall be incidental to and included in the various bid items. 7-15 SERVICE CONNECTIONS 7-15.3 Construction Details (Sept 30, 2025, Renton GSP) Section 7-15.3 is replaced as follows: DIVISION 7 City of Renton 7-169 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. 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 • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters • Connect the new meter setters to the customers’ private service lines • Restore disturbed areas to their approximate original condition as directed by the Engineer. Any water services crossing Seattle Public Utility’s CRPLs shall be Kamco© Aqua Shield type “K” copper, polyethylene coated pipe for municipal drinking water. 7-16 CORROSION MONITORING TEST STATIONS AND JOINT BONDING REQUIREMENTS (Sept 30, 2025, Renton GSP) Section 7-16 is a new section: 7-16.1 Description This section specifies the requirements for the installation of corrosion monitoring test stations and electrical bonding of the ductile iron pipeline joints for the new City of Renton ductile iron water pipeline. Specifically, the work will include the following: 50. Installation of corrosion monitoring test stations at locations of crossings with Seattle Public Utilities (SPU) water pipeline 51. Installation of high potential magnesium anodes along select portions of the new piping alignment. 52. Providing for electrical continuity of all new ductile iron pipeline components 50-feet on each side of each SPU crossing. DIVISION 7 City of Renton 7-170 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Work shall be in accordance with the latest revision of the following documents. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. • NACE SP0169 Control of External Corrosion on Underground or Submerged Metallic Piping Systems • NACE TM0497 Measurement Techniques Related to Criteria for Cathodic Protection on Underground or Submerged Metallic Piping Systems 7-16.2 Materials All material shall be in accordance with section 9-30.7 Corrosion Protection. 7-16.3(1) Construction Requirements Commissioning of the newly installed corrosion monitoring test stations and pipeline electrical continuity testing shall be completed by an individual who holds current certification by the NACE as, at a minimum, a Cathodic Protection Technician (CP2). Submittal and approval of the following items will be required prior to commencement of work: • Thermite weld materials including weld mold, size and type of shot, and weld coating materials. • Jumper bond cables. • Corrosion monitoring test stations. • Current drain anode. • Certification of individual who will conduct the test station commissioning and pipeline electrical continuity testing. • Submittal Requirements 7-16.3(2) Electrical Bonding All ductile iron bell and spigot pipeline joints, valves, tees, and other metallic pipeline equipment shall be made electrically continuous through the installation of a single jumper bond exothermically welded across each connection joint. Electrical continuity shall be provided on all ductile iron piping and fittings 50-feet on each side of each SPU crossing unless otherwise noted by the plans. Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation recommended by the welder manufacture. Assure that the pipe wall thickness is of sufficient thickness that the exothermic weld process will not damage the integrity of the pipe wall. After the weld connection has cooled, remove the slag, visually inspect, and physically test cables by hitting with a hammer. Remove and replace defective connections. Coat all thermite welds using Royston Primer 747 followed by the installation of a Handy Cap as manufactured by Royston Laboratories After installation has been completed, verify that the pipeline is electrically continuous. The NACE Cathodic Protection Technician shall use a calibrated digital low resistance ohmmeter (DLRO). Joint bond resistance shall be less than or equal to the maximum allowable bond resistance value shown DIVISION 7 City of Renton 7-171 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid in the table below: Joint Type Max. Allowable Resistance Bell and Spigot or Mechanical (#2 AWG) 0.00026 ohm Flexible Coupling (#10 AWG) 0.0017 ohm *The above resistance considers 18-inch long bond wires with a 10% allowance for resistance of the thermite weld. The Owner will provide independent verification that electrical continuity exists along the lengths of the pipelines. If a discontinuity is found, excavate the pipeline and repair the defective jumper bond installation. Backfill the pipeline using the described backfilling procedures outlined in the project specifications. Prior to backfilling operations, provide results of continuity testing to the Project Manager for review and approval. Should the piping be backfilled prior to submission and approval of electrical continuity testing results, the Contract will be required to expose the piping such that the Owner can conduct their own testing. All costs associated with exposing the pipeline and electrical continuity testing will be the responsibility of the Contractor. 7-16.3(3) Test Lead Installation A single #12 AWG and a single #8 AWG stranded copper conductor shall be installed onto the surface of the City of Renton ductile iron pipeline as well as on the SPU water pipelines. The test leads attached to the City of Renton pipeline shall be blue in color. The Contractor shall make arrangements for SPU to attach the test leads to their pipeline. The test lead insulation on for the SPU piping shall be white in color. The Contractor shall not make connections to the SPU piping under this contract. Install test leads onto the surface of the pipelines using the exothermic weld process. Ensure that adequate slack exists in the wires such that backfilling operations will not cause the wire to become detached from the pipelines. Cover the connection using Royston Handy Caps and 747 Primer materials. Provide a minimum of 6-inches of separation between adjacent thermite welds. Route the test lead wires to the test station at a minimum depth of 24-inches below grade. Install warning tape 12-inches above the test leads on horizontal runs. 7-16.3(4) Test Station Installation (Type FF and FI) Install a polyethylene support post into the ground a minimum of 2-feet. The post shall then be incorporated into the flush mounted test station as a means of protecting the wires. Route the test leads and drain anode lead through the support post and land the leads on the test station head. Provide a minimum of 12-inches of slack in the test leads DIVISION 7 City of Renton 7-172 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Locate the test stations along the side of the road in an accessible area to facilitate future testing. 7-16.3(5) Stationary Reference Electrode Installation Install a stationary copper-copper sulfate reference electrode between the pipelines at the crossing locations. Surround the reference electrode with pipeline backfill material and soak with 5 gallons of fresh water. Ensure that the reference electrode is not watered until it has been surrounded with backfill material so as not to cause the prepackaged backfill material to separate from the reference electrode assembly. Measure the electrical potential of each stationary copper-copper sulfate reference electrode relative to a calibrated portable copper-copper sulfate reference electrode. Reject any stationary reference electrode that is not within 10 millivolts DC of the calibrated portable reference electrode. Route the reference electrode lead wire to the test station and terminate on the board. 7-16.3(6) Magnesium Anodes The prepackaged high potential magnesium anodes shall be installed along the electrically continuous portions of the new 12-inch ductile iron piping. A single anode shall be thermite welded to each individual pipe length, with spacing between anodes not to exceed 20-feet. The anodes shall be positioned as shown on the project drawings. Alternate anode placement on opposite sides of the pipe along the electrically continuous section. Leave the drain anode lead wire disconnected from the pipeline. The drain anode will be used should future testing indicate the presence of stray current. 7-16.3(6) Drain Anodes Position the prepackaged drain anode between the two pipelines at the crossing location. Provide a minimum 4-foot separate between the drain anode and the stationary reference electrode. Route the anode lead wire to the test station and terminate as shown on the project drawings. Leave the drain anode lead wire disconnected from the pipeline. The drain anode will be used should future testing indicate the presence of stray current. 7-16.3(7) Commissioning Commissioning of each test station will include measuring the electrical potential of each pipeline test lead and drain anode lead in reference to the installed stationary reference electrode and a calibrated copper-copper sulfate portable reference electrode. In addition, measure the electrical potential of each stationary reference electrode relative to the calibrated copper-copper sulfate portable reference electrode. Tabulate the test results and submit them to the Owner for their review. Use the following equipment when commissioning the newly installed test stations: DIVISION 7 City of Renton 7-173 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 53. High impedance (minimum 10MΩ) digital multimeter. 54. Calibrated copper-copper sulfate portable reference electrode. 55. Test leads and alligator clips as required. Reference Standards: This Section incorporates by reference the latest revision of the following documents. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail Reference-Title NACE SP0169-Control of External Corrosion on Underground or Submerged Metallic Piping Systems NACE TM0497-Measurement Techniques Related to Criteria for Cathodic Protection on Underground or Submerged Metallic Piping Systems Commissioning of the newly installed corrosion monitoring test stations and pipeline electrical continuity testing shall be completed by an individual who holds current certification by NACE as, at a minimum, a Cathodic Protection Technician (CP2). 7-16.3(8) Submittals Submittal and approval of the following items will be required prior to commencement of work: 1. High potential magnesium anodes. 2. Zinc drain anodes. 3. Thermite weld materials including: weld mold, size and type of shot, and weld coating. 4. Jumper bond cables. 5. Corrosion monitoring test stations. 6. Stationary reference electrodes. 7-17 SANITARY SEWERS 7-17.2 Materials (Sept 30, 2025, Renton GSP) Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer’s technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1). DIVISION 7 City of Renton 7-174 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Ductile Iron Sewer Pipe Section 9-05.13. C900 Sewer Pipe (AWWA C900) 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. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities (Sept 30, 2025, Renton GSP) Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(1)A Temporary Sewer Bypass Systems It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on-site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private or public property or create a nuisance or public menace. The bypass-pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. DIVISION 7 City of Renton 7-175 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping and a security plan for continued operation and protection of the bypass system. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. Where there exist a situation where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be required. The contractor shall verify whether a property is able to be interrupted prior to bypassing operations. 7-17.3(2)H Television Inspection (Sept 30, 2025, Renton GSP) Section 7-17.3(2)H is supplemented by adding the following: CCTV Inspection 56. All newly installed and newly rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 57. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). 58. All CCTV operators shall have current NASSCO PACP certification. 59. 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. 60. 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. 61. 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. 62. The documentation of the work shall consist of PACP CCTV Reports, PACP database which will have a .MDB or .MDF File extension, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to DIVISION 7 City of Renton 7-176 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 63. 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. 64. 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. 65. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has ¼” markings to show the depth of water in the pipe during the CCTV inspection. 66. All manholes shall be channeled and coated prior to CCTV inspection. 67. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than ½” of ponding to be considered acceptable. 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes (Sept 30, 2025, Renton GSP) 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 in these specifications for Grout Mix requirements). 7-18 SIDE SEWERS 7-18.2 Materials (Sept 30, 2025, Renton GSP) Section 7-18.2 is supplemented with the following: Material of side sewers shall match that of the sewer main unless otherwise shown on the Plans or directed by the Engineer. DIVISION 7 City of Renton 7-177 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-18.3(5) End Pipe Marker (Sept 30, 2025, Renton GSP) Section 7-18.3(5) is deleted in its entirety and replaced as follows: The location of side sewers at the property line shall be indicated by the presence of a surface cleanout installed per the associated City of Renton Standard Plan. The Contractor shall survey and provide in the as-built drawings the location of all side sewer cleanouts or, if no cleanout is shown in the Plans, the location of the tie-in to the existing side sewer. 7-19 SEWER CLEANOUTS 7-19.3 Construction Requirements (Sept 30, 2025, Renton GSP) Section 7-19.3 is deleted in its entirety and replaced as follows: Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s). 7-19.4 Measurement (Sept 30, 2025, Renton GSP) Section 7-19.4 is deleted in its entirety and replaced as follows: Sewer cleanouts that are installed on sewer main lines will be measured per each. Sewer cleanouts that are installed on side sewers shall be considered incidental to the side sewer pipe. 7-20 PRE-INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP (Sept 30, 2025, Renton GSP) Section 7-20 is a new section: 7-20.1 Description This work shall generally consist of cleaning, removing and disposing of waste materials including roots, and performing CCTV inspections of all sewer main segments included in or added to the project prior to installation of the liner pipes. 7-20.2 Materials 7-20.2(1) Equipment Cleaning Equipment Cleaning equipment shall be capable of removing dirt, grease, rocks, sand, roots, protruding laterals, exposed rubber gaskets, and other materials and obstructions from the sewer lines. Selection of equipment shall be based on field conditions such as access to manholes, quantity of debris, size of sewer main pipe, condition of sewer main pipe, and pipe lining activities. The equipment used to remove protruding laterals shall be capable of removing a minimum of 6-inch diameter non- DIVISION 7 City of Renton 7-178 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid reinforced concrete laterals. 7-20.3 Construction Requirements 7-20.3(1) Notification The Contractor shall provide notification of the project to the adjacent properties. Notification shall be by “door hanger” notice and where appropriate by direct contact. Notification shall include general information as to the type of construction, as well as specific information as to how the property may be affected and what steps should be taken to minimize impacts to the property and facilitate the Contractor’s work. 7-20.3(2) Cleaning Prior to conducting any CCTV inspection, the Contractor shall clean the sewer main segment, whereby the work “clean” in this specification is defined as the removal of all accumulations including sludge, dirt, sand, rocks, asphalt, concrete, grout, grease, roots, gaskets, and any other solid or semisolid material existing in the pipe with 100% debris removal. It will be the Contractor’s responsibility to make as many cleaning passes as necessary to meet the above definition of “clean”. Sludge, dirt, sand, rocks, grease, and other solids or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing materials from manhole to manhole section is not permitted. Roots, protruding laterals, and hanging gaskets shall be removed from the sewer lines. Special attention shall be used during the cleaning to assure removal of these items from the joints and side sewer connections. Procedures may include the use of mechanical equipment such as rodding machines, robotic cutters, porcupines, and high-velocity hydro-jet cleaners. During sewer cleaning operations, precautions shall be taken by the Contractor in the use of cleaning equipment to avoid damage to the pipe. Any damage of the sewer main pipe resulting from the Contractor’s cleaning operations, regardless of the existing condition of the pipe, shall be the responsibility of the Contractor. 7-20.3(3) Waste Material Disposal Prior to commencing with any cleaning work, the Contractor shall be responsible for making arrangements to dispose of all waste materials removed from the sewers during the cleaning operation at an approved off-site location. Trucks hauling waste from the site shall be watertight so that no leakage or spillage will occur. Under no circumstances shall waste removed from a sewer main segment be dumped onto the ground surface or streets, or into catch basins, or storm drains. 7-20.3(4) CCTV Inspection The Contractor shall perform a CCTV inspection after cleaning the sewer lines to document the condition of the host pipe, verify the footages of side sewer connections, and verify the lines were cleaned in accordance with these specifications. In order to allow for an accurate analysis of the condition of the existing sewer main/host pipe, the Contractor shall ensure that the entire surface of the sewer main under inspection is clearly visible. When the depth of sewage, which may be caused by existing defects such as sags, offsets, voids, DIVISION 7 City of Renton 7-179 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid etc., obstructs the ability of the Engineer to clearly view the sewer main/host pipe surface, the Contractor shall halt the inspection and remove sewage from the main using high-velocity jetting machines, or other non-destructive methods acceptable to the Engineer. Once the main section under inspection is clear of sewage the inspection may resume. If incoming flows are sufficient to obstruct the ability of the Engineer to clearly view the entire surface of the sewer main/host pipe under inspection, the Contractor shall temporarily plug all incoming flows to the upstream manhole, and bypass pump around the plugged segment and the sewer main segment under inspection. Bypass pumping from the upstream manhole shall be utilized in accordance with Section 7-17.3 of these specifications and shall be incidental to the unit price for CCTV cleaning and inspection. Flows introduced by laterals are unavoidable and expected, however, should these flows introduce sufficient sewage to obscure the visibility of the pipe, the Contractor shall halt the inspection until the sewage has been removed. If the Contractor should find rocks and sediments, roots, grease, grout, protruding laterals, hanging gaskets, or other obstructions that would otherwise prevent the installation of the liner, they shall halt the inspection and remove said obstructions prior to completing the CCTV inspection. If internal cleaning, and or obstruction removal is not possible due to the type of materials causing the obstruction, or fragile condition of the existing sewer main/host pipe, the Contractor shall note this in his lining feasibility determination on the inspection report. The Contractor shall maintain a clean and clear lens for the duration of the CCTV inspection. Should the lens become soiled, fogged, or otherwise impaired to any degree that impedes the ability to clearly see the condition of the pipe, the Contractor shall halt the inspection and clean/clear the lens of any foreign matter impeding the visual inspection. No additional compensation will be made for re-inspections required by the Engineer due to soiled, fogged, or otherwise impaired camera lenses. The Contractor shall maintain sufficient light levels within the main to allow for visual inspection of the pipe walls for a minimum distance of three (3) feet in front of the camera lens for all 8” to 10” pipe, and four (4) feet for all pipes sizes 12” and up. Additionally, the Contractor shall make certain that the light levels are not so bright the visual inspection is impeded. Should the camera get stuck in the sewer, the Contractor shall be responsible for all costs in extracting it. Costs related to difficulties encountered during internal video inspection are incidental to the contract, and claims will not be considered. CCTV inspections shall be performed in accordance with 7-17.3(2)H. 7-20.3(5) Lining Feasibility Prior to submitting a Pre-Installation Inspection CCTV video and associated inspection report, the Contractor shall review all information on the video and in the report. The CCTV inspection video for each sewer main segment shall be viewed in its entirety to ensure there were no missed service connections or pipe defects during the CCTV inspection, as well as to ensure the quality of the video. The Contractor, in cooperation with the Engineer, is responsible for determining whether or not a sewer main segment is suitable for CIPP lining. The Contractor shall not install a CIPP liner in any DIVISION 7 City of Renton 7-180 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid sewer main segment with existing defects that interfere with or cause a reduction in hydraulic capacity, or which may hinder in any way the quality of installation of the CIPP liner system. The Contractor’s assessment of whether or not a sewer main segment is suitable for lining shall be noted on each inspection report, as well as the Video Inspection Tracking Log, and presented to the Engineering with Pre-Installation inspection submittals. If the Engineer agrees with the assessment, the sewer main segment will be lined or removed from the contract accordingly. The following sewer main pipe defects and conditions shall be considered as guidelines when performing CCTV inspection review and making lining feasibility assessments: 68. Sags: Any section of a sewer main segment that has a sag which causes sewage levels to continuously reach one third (1/3) pipe or greater, and which is longer than ten (10) feet in length shall be noted on the Video Inspection Tracking Log and presented to the Engineer. The Engineer shall make the final determination of whether the sag is acceptable or needs repair prior to lining. In the event that a repair is necessary, the entire sewer main segment shall be removed from the contract. 69. Protruding Laterals: Any side sewer lateral that encroaches beyond the inside diameter of the sewer main host pipe shall be considered a protruding lateral. The Contractor shall take appropriate measures to internally remove that portion of the lateral that is protruding. The method used to remove the protrusion shall not be destructive to that portion of the side sewer lateral outside of the inside surface of the sewer main host pipe, and shall result in a smooth, non-jagged edge which will not hinder in any way the quality of the installation of the CIPP liner system. If the Contractor is unable to remove the protruding lateral, it shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall make the final determination of whether the protruding lateral is acceptable or needs repair prior to lining. In the event that a repair is necessary, the entire sewer main segment may be removed from the contract by the Owner. Internal removal of protruding laterals shall be incidental to the bid item “Pre-Installation Cleaning and Inspection”. 70. Bends and Curves: If, in the opinion of the Contractor, there exists a section in the sewer main segment with bends or curves which may prevent lining operations, or future CCTV inspections after a liner has been installed, or which may hinder in any way the quality of installation of the CIPP liner system, it shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall review the defect and, if warranted, may remove the sewer main segment from the contract. 71. Offset Joints: Any joint that is offset by more than one half (1/2) on an inch in an 8-inch diameter pipe or one (1) inch in a 10-inch diameter or larger pipe shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall review the defect and make a final determination of whether the offset is acceptable or needs to be repaired prior to lining. 72. Roots and Hanging Gaskets: The Contractor is required to remove all roots and hanging gaskets within the sewer main pipe as a part of the cleaning operations. If there are any roots growing into the main from a side sewer lateral the Contractor shall take measures to cut them back to the point that they are no longer in the main. The Contractor shall note these DIVISION 7 City of Renton 7-181 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid occurrences on the inspection report and Video Inspection Tracking Log. 73. Other Defects: Any other defects in a sewer main segment that, in the Contractor’s opinion, will impede the Contractor’s ability to clean and/or line to the level of quality required within these contract provisions shall be noted on the inspection report and Video Inspection Tracking Log and presented to the Engineer. The Engineer shall review the defect and, if warranted, remove the sewer main segment from the contract. 7-20.3(6) Active/Inactive Lateral Assessments Based on existing information and the Pre-Installation Inspection CCTV Video/Report, the Engineer shall determine the active/inactive status of all side sewer lateral connections to a sewer main segment. Every side sewer lateral shall be given a status of active or inactive and that status shall be recorded on the Main Segment Cut Sheet. Main Segment Cut Sheets will be provided to the Contractor within ten (10) working days after the receipt of the Pre-Installation submittal in printed format. The “Cut Sheets” will be developed after the Engineer has reviewed the Pre-Installation CCTV Inspection Videos, and associated inspection reports. The Engineer will note the lateral footages (as determined in the CCTV inspection), active/inactive status of the side sewer lateral connection, and the clock position of the laterals on the cut sheet. The Contractor shall only reinstate laterals that are identified by the Engineer as being active. If the Contractor reinstates a lateral that is inactive, the Contractor has effectively introduced a point for inflow and infiltration (I/I) to enter the sewer main segment. In this circumstance the Contractor shall perform an appropriate internal or external spot repair to remove this potential source of I/I at their own expense. Spot repair methods and materials shall be approved by the Engineer prior to implementation. The Contractor is responsible for reinstating any active side sewer lateral. Failure to do so shall require the Contractor to complete the reinstatement at their own expense. The Contractor shall be held financially liable for all claims for damages resulting from the missed reinstatement. 7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) (Sept 30, 2025, Renton GSP) Section 7-21 is a new section: 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated liner cured- in-place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. DIVISION 7 City of Renton 7-182 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Resin Impregnated Fiberglass CIPP, Section 7-23. 7-21.1(2) Licensing The Contractor or sub-contractors shall be registered to work in the City of Renton. The Contractor or sub-contractor installing the CIPP shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer’s using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor’s project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor’s identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor’s installation crew shall have a minimum of one (1) year of CIPP installation experience, shall have installed a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology, and shall be on the project site at all times. The Contractor’s identified Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and environment of project conditions. 7-21.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 45 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work and shall include the following information: 74. CIPP Lining Plan to include the following: • Work sequence organized by pipeline section with installation schedule. DIVISION 7 City of Renton 7-183 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid • Traffic control, construction staging and insertion locations. • Confirmation of liner length and diameter. • Locations of all service connections with disposition for each. • Anticipated cleaning and preparation requirements. • Proposed lining material and curing method. • Sewer Service Bypass, Interruption, and Notification Plan. This plan should include provisions for business with extended operating hours and multi-family residences and be specific to the addresses affected by this project. 75. Spill Prevention Plan 76. Manufacturer’s certificate(s) indicating that the installer is fully licensed and competent to perform the work, that the supplied lining materials meet the requirements of the Specifications and ASTM standards, and a certificate of compliance from an independent third-party lab. 77. Certification stating CIPP tube has been manufactured in accordance with ASTM F1216 or F2019 and resin is suitable for its intended use. 78. Details on all lining materials and resins, end seals, and grout. 79. Name of resin supplier and liner fabric supplier. 80. Manufacturer’s or Assembler’s certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 81. Test reports - Certified documentation that physical properties of the resin/liner combination meet the requirements for initial and long-term structural properties (performed in accordance with specifications, codes, and standards referenced in these specifications). 82. Manufacturer’s or Assembler’s recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 83. Manufacturer’s or Assembler’s data sheets for factory wet out and/or Contractor’s data sheets for field wet out showing quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 84. Manufacturer’s or Assembler’s certification that all Manufacturer’s or Assembler’s wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 85. Manufacturer’s or Assembler’s recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate DIVISION 7 City of Renton 7-184 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid installation. 86. Manufacturer’s or Assembler’s recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 87. Data on Contractor’s equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make model, and technical data of all equipment used for the curing process; make, model and technical data of backup equipment; rough size of vehicle(s) which carries the CIPP pipe and installation equipment. 88. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 89. Manufacturer or Assembler onsite Representative’s Certification that the Contractor’s installation meets all requirements of the Manufacturer or Assembler and will not void the Owner’s warranty. 90. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation if requested by the Engineer. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 91. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 92. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 93. Informational handout that describes the materials, processes, and odors associated with the lining process. 94. Pre- and Post-Installation CCTV inspection videos. 95. Contractor shall obtain a Discharge Authorization Permit from King County’s Wastewater Treatment Division for any proposed discharges to the existing Sanitary Sewer System, including process water resulting from the curing process (if applicable). Contractor is responsible for adhering to all discharge limitations associated with the received permit. Contractor shall submit a copy of the permit to the City once obtained. 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 96. List of inspection items that should be observed and recorded. Inspection items include pre- installation activities, product identification, installation procedures, equipment operations, and post-installation activities. DIVISION 7 City of Renton 7-185 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Review all post-installation CCTV tapes of the installed liner. Following this review the Manufacturer’s or Assembler’s representative shall provide certification to the Engineer ensuring that the Contractor’s installation meets the Manufacturer’s or Assembler’s requirements and will not void the warranty. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de- lamination of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re-lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time-corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer’s or Assembler’s name or identifying symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: DIVISION 7 City of Renton 7-186 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Physical Properties Flexural Strength (ASTM D790) 4,500 psi Flexural Modulus (ASTM D790) Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. 97. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 98. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813, Section 6.3.1 or better. The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216, and the design parameters below. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 99. Manhole to Manhole designation SSMH#___ to SSMH#___ 100. Pipe Nominal Diameter (inches) 101. Minimum Liner thickness (inches) 102. Proposed Liner Thickness (inches) Design shall follow the requirements of ASTM F1216 and meet the following conditions and parameters: 103. Pipe Condition: Fully Deteriorated 104. Modulus of soil reaction, E’S = 700 psi 105. Unit weight of soil = 140 pcf 106. The minimum ovality for straight runs shall be 3.0 percent 107. AASHTO H20 traffic loads 108. Groundwater at the surface 109. Factor of Safety, N=2.0 DIVISION 7 City of Renton 7-187 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of: 110. Polyvinyl chloride (PVC) 111. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 112. Polyvinyl chloride (PVC) 113. Polyurethane 114. Polyethylene 115. Polypropylene 7-21.2(2) Resin The resin/liner system shall meet the 10,000 hour test per ASTM D 5813 and ASTM D 2990. If requested by the Engineer, the Contractor shall submit an infrared spectrum chemical fingerprint of the type of resin to be used for this project. 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) Nitric Acid Phosphoric Acid Sulfuric Acid Gasoline Vegetable Oil Detergent Soap 100 5 10 10 100 100 0.1 0.1 The inside diameter of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. DIVISION 7 City of Renton 7-188 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Physical properties shall be subject to ASTM D 2122. 7-21.2(4) End Seals The hydrophilic waterstop end seals completely seal the CIPP liner from any annular space leakage between the CIPP liner and the host pipe. Hydrophilic end seals must be one of the following: 116. Bands that are 20 mm wide and 5 mm high, with a double bump on one side and flat on the other side. Product shall be Hydrotite Style DS-0520-3.51 or approved equal. 117. Tubular hydrophilic sleeve, 2 mm in thickness and 3.5 inches in length, with a mechanical fastener with worm gear expander. Product shall be Insignia End Seal by LMK Technologies or approved equal. 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight-fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation in accordance with Section 7-17.3(1)A. When there exist situations where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system may be required prior to insertion of the liner system. The Contractor shall verify whether a property is able to be interrupted or if lining can be scheduled outside business hours prior to lining operations. Permission to work outside normal work hours is subject to the requirements of Section 1-08.0(2). If the subject property’s side sewer requires bypass pumping and it is not possible to interrupt flows or complete the work outside business hours, the costs for the bypass pumping shall be covered by Force Account. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline as follows: DIVISION 7 City of Renton 7-189 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 118. Grout all defects as recommended by liner manufacturer or installer. 119. Grout all locations with excessive leaks. The determination of an excessive leak shall be made by the Owner’s representative and shall be based on PACP leak designations. Leaks categorized as a Runner(IR) – Severity 4 or Gusher(IG) – Severity 5 shall be considered as excessive and will be covered by Force Account. Leaks categorized as Weeper(IW) – Severity 2 or Dripper(ID) – Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote-controlled cutter. Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 7-21.3(1)E Trimming Intruding Laterals Contractor shall trim intruding laterals so that the service connection is flush with the internal pipe wall. All lateral trimming shall be documented by pre and post trimming photos. The Contractor shall ensure that the existing pipe is not damaged during cutting operations. 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer’s or Assembler’s recommended installation process. The application of a hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. The liner shall be installed at a rate less than 10 feet per minute at all times. 7-21.3(2)B Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. DIVISION 7 City of Renton 7-190 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. Any hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post-installation inspection. Hose materials that are to be removed after curing shall be of non-bonding material. Liner installation shall be in accordance with ASTM 1743, Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. Wrinkles in the finished CIPP which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed and repaired by the Contractor at the Contractor’s expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. Where the liner is installed through intermediate manholes, the Contractor shall cut out the top half of the liner and leave the lower half in the manhole channel unless doing so would create a hydraulic restriction. The beginning and end of the CIPP liner shall be cut approximately 1-inch inside the manhole wall at the inlet and outlet points, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not acceptable. 7-21.3(3) Service Connection Restoration Internally restore by using a pivot-headed CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe and cut a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack-free edge. The hole shall have a minimum diameter of 95 percent of the original service connection interior. The invert of the reinstated service opening shall match the invert of the service connection. The Contractor shall ensure that no damage to services occurs during restoration and shall repair any services connections that are damaged at no additional cost to the City. Any and all shavings and debris from service connection restoration shall be captured, removed from the sewer system, and disposed of properly. Other methods may be used as approved by the Engineer. DIVISION 7 City of Renton 7-191 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-21.3(4) Testing 7-21.3(4)A Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)B Post Installation CCTV Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as the Pre-Installation Inspection as specified in Section 7-20 of these special provisions. Post installation CCTV shall include a pan and tilt view of the entirety of each reinstated lateral circumference. The post-installation CCTV inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-22 RESIN IMPREGNATED FABRIC CIPP (Sept 30, 2025, Renton GSP) Section 7-22 is a new section: 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated fabric liners. 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-woven material, or a combination of non-woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non-seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used; however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less than 180 degrees Fahrenheit. When properly cured the resin DIVISION 7 City of Renton 7-192 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as CreaNova® CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi-purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3(4) Material Testing Provide certified test results of the properties of the cured lining material from a restrained sample of the actual installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. Liner thickness shall be determined at a minimum of three (3) locations on the sample using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point shall not be less than 87.5 percent of the design thickness. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm (whichever is less), and be less than 1% of the volume of the resin per unit length. A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. DIVISION 7 City of Renton 7-193 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The wet-out fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the wet-out process shall complete and sign a wet-out sheet for each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not limited to, wet-out date, resin identification, fabric tube length, diameter, and thickness. The Contractor must submit to the Engineer a signed wet-out sheet for each liner delivered to the site. Additionally, the Contractor shall submit a sample wet-out sheet from a previous job for the Engineer's review prior to the start of the "wet-out" process for the current project. The Owner reserves the right to inspect all phases of production and testing of materials, and installation. Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer’s or Assembler’s recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, and/or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin Manufacturer or Assembler and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to the temperature specified by the Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. DIVISION 7 City of Renton 7-194 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-23 RESIN IMPREGNATED FIBERGLASS CIPP Section 7-23 is a new section: 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic- coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in- Place Thermosetting Resin Pipe (CIPP) DIVISION 7 City of Renton 7-195 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP liner being considered defective work which will be handled in accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above-stated sampling shall be performed for each separate installation of CIPP. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wet-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the Manufacturer’s recommendations and approval by the Engineer before proceeding further; and at the Contractor’s expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Contractor shall be responsible for control of all material and procedure variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, when applicable. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable. DIVISION 7 City of Renton 7-196 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non-corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 7-21. Properties for these or any other enhanced resins shall be substantiated with test data. 7-23.2(5) Dimensions Contractor shall make allowances in determining the in-liner tube length and circumference for stretch during installation and shrinkage during curing. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the in-liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor’s responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to decrease the diameter only as much as necessary. 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to wetout in-liner at the construction site. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. The Contractor shall ensure that at no time resin can come into contact with the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of the installation and is included without any additional costs to the Owner. DIVISION 7 City of Renton 7-197 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Before pulling the in-liner in, a protective foil shall be installed. The in-liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation, as determined by the Manufacturer. The pipe shall then be inflated with air. The in-liner must be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre-curing video inspection of the inflated liner must be recorded, and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on the rear of the light chain to ensure the entire length of the liner has been properly inflated. Curing must be done under UV – Light only. The curing process shall follow a step cure or similar approach recommended by the Manufacturer and approved by the Engineer. It shall be held at the top step for an adequate length of time as determined by the Manufacturer to ensure that the design physical properties are attained. Pressure, temperature, and curing process shall be monitored by both computer and video as determined by the Manufacturer. DIVISION 8 City of Renton 8-198 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description (December 31, 2025 Renton GSP) Section 8-01.1 is supplemented with the following: This Work shall consist of the Contractor implementing the Contracting Agency-provided Stormwater Pollution Prevention Plan (SWPPP) to complete the project’s National Pollutant Discharge Elimination System (NPDES) permit. The Contractor shall be required to follow and implement the SWPPP. The Work includes but is not limited to weekly reporting to Department of Ecology on behalf of the Contracting Agency. 8-01.3 Construction Requirements (December 31, 2025 Renton GSP) 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: The Contractor shall be responsible for all Work required for compliance with the Construction Stormwater General Permit (CSWGP) including applying for coverage, transfer of coverage, closing of coverage and/or annual permit fees. 8-01.3(1)F Stormwater Sampling Section 8-01 .3(1)F is a new section: Stormwater sampling shall be performed by the Contractor or authorized representative at the frequencies required in the Construction Stormwater General Permit (weekly at minimum). Samples shall be analyzed for turbidity and pH in accordance with the Construction Stormwater General Permit. Sampling shall be conducted in accordance with the EPA 180.1 analytical method and the Washington State Department of Ecology's How to do Stormwater Monitoring: A guide for construction sites, available online at http://www.ecy.wa.gov/pubs/0610020.pdf. Samples shall be taken at the point of discharge from the site. Reports of the sampling results shall be recorded in the project SWPPP and shall be submitted monthly to the Contracting Agency and the Washington State Department of Ecology. The DMR forms are mailed to permittees when permit coverage is granted for the project. If there are no discharges during the month, the Contractor is still required to submit a form stating, "no discharge". The sampling results shall be submitted via mail to: DIVISION 8 City of Renton 8-199 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Department of Ecology Water Quality Program - Construction Stormwater PO Box 47696 Olympia, Washington 98504-7696 Ecology must receive DMR's within 15 days after the end of each month. If the permittee monitors more frequently than required by the permit, these results also need to be submitted in the DMR. Corrective measures shall be taken if benchmark values are exceeded. The key benchmark turbidity value is 25 nephelometric turbidity units (NTU) for the downstream receiving water body. If the 25 NTU benchmark is exceeded in any sample collected from the discharge point, the following steps will be conducted: a. Ensure all BMPs specified in this SWPPP are installed and functioning as intended. b. Assess whether additional BMPs should be implemented, and document modified BMPs in the SWPPP as necessary. c. Sample discharge daily until the discharge is 25 NTU or lower. If the turbidity exceeds 250 NTU at any time, the following steps will be conducted: a. Notify Ecology by phone within 24 hours of analysis. b. Continue sampling daily until the discharge is 25 NTU or lower Initiate additional treatment BMPs such as off-site treatment, infiltration, filtration and chemical treatment within 24 hours, and implement those additional treatment BMPs as soon as possible, but within a minimum of 7 days. 1. Describe inspection results and remedial actions taken in the site log book and in monthly discharge monitoring reports. Sampling and monitoring for pH will occur during the phase of construction when concrete pouring will be conducted until fully cured (3 weeks from pour). Samples will be collected weekly at all discharge points prior to discharge to surface water. Samples will be analyzed for pH using a calibrated pH meter and recorded in the site logbook. The key benchmark pH value for stormwater is a maximum of 8.0. If a pH greater than 8.0 is measured at a discharge point that has the potential to discharge to surface water, the following steps will be conducted: a. Assess whether additional BMPs should be implemented and whether associated revisions to the SWPPP are necessary. b. Stop (detain) all discharges from leaving the site and entering surface waters or storm drains if the pH is greater than 8.5. DIVISION 8 City of Renton 8-200 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid c. Sample sedimentation pond the following day, and if the pH exceeds 8.0 for the second consecutive day, implement C02 sparging treatment. d. Sample and measure pH daily until there are 3 consecutive pH measurements less than 8.0. e. If there are 3 consecutive pH measurements greater than 8.0, notify the Washington Department of Ecology by phone within 24 hours of the 3rd measurement exceeding a pH of 8.0 and initiate discussions with Ecology regarding additional treatment BMPs. f. Describe inspection results and remedial actions that are taken in the site log book and in monthly Discharge Monitoring Reports. 8-01.3(8) Street Cleaning (December 31, 2025 Renton GSP) Section 8-01.3(8) is supplemented with the following: The Contractor shall be responsible for controlling dust and mud within the project. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment-laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed and kept in a clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid items. 8-01.3(9)D Inlet Protection (December 31, 2025 Renton GSP) Section 8-01.3(9)D is supplemented with the following: Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing, or earthwork activities. Catch Basin Inserts shall be installed on all new Catch Basins that are constructed as part of this contract. Catch basin inserts shall be installed at all catch basins within project limits and those immediately downstream of the project site that could possibly receive sediment laden runoff from the site. They DIVISION 8 City of Renton 8-201 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid shall be installed and meet the requirement of the detail in the Plans. Simply placing a piece of geotextile under the catch basin grate is not acceptable. Catch basin inserts shall be installed, maintained, inspected, and removed by the Contractor per the Standard Specifications and as recommended by the manufacturer. Inlet protection devices shall be regularly cleaned at the discretion of the Engineer. The cost of this cleaning is incidental to other items of Work. 8-01.3(17) Protection of Existing Trees and Shrubs (December 31, 2025 Renton GSP) Section 8-01.3(17) is a new section: The Contractor shall carefully protect existing trees and shrubs not specifically protected with high visibility fence during the course of construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs may be damaged. Notify the Engineer if construction may damage trees and shrubs. The Contractor shall not proceed with Work until directed by the Engineer. Root Protection Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than 3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed. Damages for Loss or Injury to Existing Trees and Shrubs to Remain The Contractor shall be liable for damage to trees and shrubs. In the event of injuries to the crown, trunk or root system of existing trees and shrubs resulting from the Contractor's failure to protect them (the just value of which is determined by the Valuation of Landscape Trees, Shrubs, and Other Plants, (Current Edition) damages shall be deducted from the total amount due the Contractor. 8-02 ROADSIDE RESTORATION 8-02.3 Construction Requirements 8-02.3(1) Responsibility During Construction (December 31, 2025 Renton GSP) Section 8-02.3(1) is supplemented with the following: Dumping or stockpiling of topsoil shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. DIVISION 8 City of Renton 8-202 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 8-02.3(1)A Tree Protection (December 31, 2025 Renton GSP) Section 8-02.3(1)A is a new section: Protective chain-link tree protection fencing with fabric or tarp shall be placed around the S 2nd St heritage trees and all other trees as indicated on the Contract Plans and as directed by the Engineer. No soil disturbance shall take place prior to the placement and installation of tree protection fences. Immediately following site clearing and grading the Owner’s Representative will make final determination on the satisfaction of tree protection fencing and specific requirements based on the trees health, construction limits and impacts to major roots and the soil condition. The Owner’s Representative may direct the Contractor to adjust clearing limits in the field so that tree roots and soils are protected during construction activities. Exercise care when excavating trenches near existing trees. Where roots are two inches (2") and greater in diameter hand excavate and tunnel. When large roots are exposed, wrap with heavy burlap for protection and prevent excessive drying. Trenches dug by machines adjacent to trees having roots two inches (2") and less in diameter shall have the sides hand trimmed making a clean cut of the roots. Trenches having exposed tree roots shall be back-filled within twenty-four (24) hours unless adequately protected with moist burlap or canvas. The cutting of roots 2-inches and larger should be avoided. Potential root pruning needs shall be reviewed in advance with the City’s Representative to minimize potential root fracturing and other damage. Severed roots of retained trees shall be cut off cleanly with a sharp saw or pruning shears. Applying pruning paint on trunks or root wounds shall not be permitted. Severed roots shall be covered immediately after final pruning with moist soil or burlap and covered with mulch until they can be covered with soil. Excavation operators shall take extreme care not to hook roots and pull them back towards retained trees. In all cases, the excavator shall remain outside of the Critical Root Zone (CRZ) boundary, shown on the Contract Plans or as directed by the Engineer. No pruning of trees will be allowed without prior approval from the Engineer, in which case, all pruning shall be done by an International Society of Arboriculture Certified Arborist, to the standards of ANSI A300 American Standard for Pruning. 8-02.3(2) Work Plans 8-02.3(2)A Roadside Work Plan (December 31, 2025 Renton GSP) Section 8-02.3(2)A is supplemented with the following: The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the requirements of the Standard Specifications a minimum of 30 calendar days prior to commencing the installation of topsoil and / or landscape materials. DIVISION 8 City of Renton 8-203 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 8-02.3(4) Topsoil 8-02.3(4)A Topsoil Type A (December 31, 2025 Renton GSP) 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(5) Roadside Seeding, Lawn and Planting Area Preparation 8-02.3(5)B Lawn Area Preparation (December 31, 2025 Renton GSP) Section 8-02.3(5)B is revised with the following: 120. Prepare subgrade in all lawn areas by scarifying to 6-inches minimum below topsoil 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. 121. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas. 122. Thoroughly rototill topsoil to a minimum depth of 6 inches. 123. 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. 124. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower or seed supplier and lightly rake to incorporate into the soil. 8-02.3(10) Lawn Installation 8-02.3(10)B Lawn Seeding and Sodding (December 31, 2025 Renton GSP) Section 8-02.3(10)B is supplemented with the following: Additional Sodding Requirements: 125. Moisten sod bed and roll lightly for compaction. 126. 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. 127. Remove any bumps, undulations, or low-high spots with a light rolling. 128. Water daily for a minimum of two weeks to prevent dehydration. 129. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent trampling. 130. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(10)C Lawn Establishment DIVISION 8 City of Renton 8-204 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid (December 31, 2025 Renton GSP) Section 8-02.3(10)C is replaced with the following: 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(10)C1 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 131. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 132. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 133. 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. 134. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 135. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(10)C2 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(10)C3 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. DIVISION 8 City of Renton 8-205 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 8-02.3(10)E Qualifications of Workmen (December 31, 2025 Renton GSP) Section 8-02.3(10)E is a new section: 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(10)F Submittals (December 31, 2025 Renton GSP) Section 8-02.3(10)F is a new section with added subsections: 8-02.3(10)F1 Certification of Material 136. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 137. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in advance by the City. 138. Provide suppliers written recommendations for fertilizer type, rate of application, and frequency. 139. All certificates required by law shall accompany shipments. 140. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(10)F2 Manufacturer’s Certificates of Conformance 141. Supply Certificates of Conformance for fertilizer being used for the project. 8-02.3(10)F3 Schedule for Installation 142. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 8-02.3(10)G Product Handling (December 31, 2025 Renton GSP) Section 8-02.3(10)G is a new section: 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. DIVISION 8 City of Renton 8-206 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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(10)H Site Information (December 31, 2025 Renton GSP) Section 8-02.3(10)H is a new section: 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(10)I Other Materials (December 31, 2025 Renton GSP) Section 8-02.3(10)I is a new section: 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(10)J Execution (December 31, 2025 Renton GSP) Section 8-02.3(10)J is a new section: Prior to all lawn restoration, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy, immediately notify the Engineer for specific instructions. 8-02.3(17) Protection of Private Property and Property Restoration (December 31, 2025 Renton GSP) Section 8-02.3(17) is a new section: Property restoration shall consist of placement of additional plant materials, sod, seed and bark mulch, and other work not currently identified on the plans, as directed by the Engineer. DIVISION 8 City of Renton 8-207 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor’s expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Topsoil shall be Type A per 9-14.2(1), and Barck Mulch shall meet material requirements in 9-14.5(3). The lump sum bid item provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems and the modification of existing landscape lighting systems. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description (December 31, 2025 Renton GSP) Section 8-04.1 is supplemented with the following: This work shall also consist of constructing cement concrete curbs in accordance with these Specifications and in conformity with the dimensions and cross-sections shown in the Plans and to the lines and grades as staked. 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways (December 31, 2025 Renton GSP) Section 8-04.3(1) is supplemented with the following: The sub-base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, before placing the curb and gutter. White-pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one-eighth (1/8”) in ten feet (10’) or the alignment one-fourth (1/4”) in ten feet (10’). Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. 8-04.3(3) Panting of Curbs (December 31, 2025 Renton GSP) DIVISION 8 City of Renton 8-208 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Section 8-04.3(3) is a new section: When shown on the plans, concrete curbing shall be painted with two full coats of Paint formula No. H-2-83 or H-3-83 as shown on the plans or directed by the Engineer. The paint can be applied by brush or spray. 8-05 PRE- AND POST- CONSTRUCTION PHOTOGRAPHS AND VIDEO INSPECTION (December 31, 2025 Renton GSP) Section 8-05 is a new section with new subsections: 8-05.1 Materials The photographs shall be in digital .pdf format, labeled by project station. The Contractor shall provide one USB or digital file to 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 on USB or digital file 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-ft from the edge of the excavation, including any signs of distress such as cracks, spalling, settlement, flooding, leaking, etc. Coordinate access with the City and Property Owner. • Additional locations as necessary to fully document site conditions and to satisfy permitting requirements. • Any other location as directed by the Engineer. Following construction, the Contractor shall take photographs of post-construction conditions in the same manner. Prior to commencing any construction work, the Contractor shall walk the property with the Engineer taking continuous video of pre-existing conditions. Locations to be videoed include, but are not limited to: • Rainier Ave South • Any other location as directed by the Engineer. DIVISION 8 City of Renton 8-209 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Following construction, the Contractor shall provide post-construction video inspection of the same locations surveyed prior to construction. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description (December 31, 2025 Renton GSP) Section 8-06.1 is supplemented as follows: Concrete approaches for driveways as well as curb within and adjacent to driveway approaches shall be constructed with 3-day portland cement concrete per Sections 8-06.3 and 9-01.2(1) Portland Cement of the Standard Specifications. Approaches shall be constructed per the details on the Plans. Approach locations and width are shown on the Plans. This includes all concrete for cement concrete driveways as shown on the Plans. If curb sections are poured monolithic with driveway approaches, these sections of curb shall be paid per square yard under the unit contract price for “Cement Concrete Driveway Entrance”. Otherwise they shall be paid for by the linear foot of Cement Concrete Curb & Gutter. See also Section 8-04 Curbs, Gutters, Spillways and Inlets herein. Concrete approaches, driveways and adjoining sections of curb, gutter and sidewalk shall be constructed in two or more segments to allow continued driveway access unless alternate access can be provided and clearly delineate. 8-06.2 Materials (December 31, 2025 Renton GSP) Section 8-06.2 is supplemented as follows: Commercial concrete for driveways & driveway entrances gutter will not be allowed. 8-06.3 Construction Requirements (December 31, 2025 Renton GSP) Section 8-06.3 is supplemented with the following: Section 1-07 of these Special Provisions describes the restrictions to driveway closures and construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick-setting mix prior to use. 8-13 MONUMENT CASES 8-13.1 Description (December 31, 2025 Renton GSP) Section 8-13.1 is revised and supplemented as follows: DIVISION 8 City of Renton 8-210 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 8-13.3(1) Monument Case and Cover (December 31, 2025 Renton GSP) Paragraph 4 of Section 8-13.3(1) is revised as follows The monument will be furnished and set by Surveyor supplied by the Contractor. Section 8-13.3(1) is supplemented as follows: When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordance with RCW 58.09.130. 8-13.3(2) Adjust Monument Case and Cover Section 8-13.3(2) is supplemented as follows: Where shown in the Plans or where directed by the Engineer, the existing monument case and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The Contractor shall have a licensed professional land surveyor locate the monument in accordance with Section 1-11.1 prior to the case and cover adjustment if any disturbance of the existing monument is probable. The existing cast iron ring and cover shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The materials and method of construction shall conform to the requirements of the Standard Plan as approved by the Engineer. Reestablishment of Disturbed Monument The Professional Land Surveyor who has been engaged by the Contractor for the purposes of roadway surveying shall be responsible for perpetuating and documenting existing monuments in compliance with the Application for Permit to Destroy a Survey Monument (WAC 332-120). Upon completion of the roadway surface, the destroyed and new proposed monuments positions shall be set and referenced by the Contractor. The Contractor shall then drill and core out the monument position, install the poured monument, and place a blank brass monument centered in the cored position. The Contractor will then mark the referenced position and file a completion report for Monument Removal or Destruction with DNR, as applicable for pre-existing monuments. Following approval by the Public Land Survey Offices, copies of the Application for Permit shall be forwarded to the Contracting Agency. All surveying shall be in accordance with Section 1-11 of these Special Provisions. DIVISION 8 City of Renton 8-211 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 8-14 CEMENT CONCRETE SIDEWALKS 8-14.2 Materials (December 31, 2025 Renton GSP) Section 8-14.2 is deleted and replaced with the following: Materials shall meet the requirements of the following sections: Cement 9-01 Aggregates 9-03 Premolded Joint Filler 9-04.1 Concrete Curing Materials and Admixtures 9-23 The Contractor shall use one of the detectable warning surface products listed in the WSDOT Qualified Products List or approved equal. The detectable warning surface shall have the truncated dome shape shown in WSDOT Standard Plan F-45.10. The detectable warning surface area shall be dark red/colonial red (SAE AMS Standard 595, color number 20109). Cement Concrete Sidewalk, Scored Cement Concrete Sidewalk, Decorative Concrete Finish, Smooth Cement Concrete Band and Curb Ramps shall be constructed in accordance with Section 8-14 of the Standard Specifications using air-entrained Class 4000 concrete except as hereinafter amended. 8-14.3 Construction Requirements (December 31, 2025 Renton GSP) The first paragraph of Section 8-14.3 is deleted and replaced with the following: The concrete in the sidewalks shall be air entrained Class 4000 in accordance with the requirements of Section 6-02. Section 8-14.3 is supplemented with the following: Scored Cement Concrete Sidewalk shall receive broom finish and sawcut scored as detailed on the Plans. Contractor shall provide layout of sidewalk scoring and expansion joints for Engineer’s approval in the field prior to installation. Full depth expansion joints for cement concrete sidewalk shall be constructed with a maximum spacing of approximately 10 feet, and as detailed on the Plans. Score joints shall be constructed at a maximum distance of 6 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. DIVISION 8 City of Renton 8-212 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. New concrete shall be allowed to cure for a minimum of 28 days prior to application of concrete color stain. Area to receive color stain shall be pressure washed, free of dust, contaminants and debris, and allow to dry prior to application of concrete color stain, per manufacturer’s recommendations. All completed work shall be so barricaded as to prevent damage by unauthorized use. Any damage sections shall be removed and replaced at the Contractor’s expense. Existing building facades disturbed during construction shall be restored to original condition. The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection 8-14.3(4) Curing (December 31, 2025 Renton GSP) 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. Concrete sidewalks shall be cured for at least 5 days. The curing agent shall be applied immediately after brushing and be maintained during the curing period. 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. DIVISION 8 City of Renton 8-213 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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. 8-18 MAILBOX SUPPORT 8-18.3 Construction Requirements (December 31, 2025 Renton GSP) Section 8-18.3 is supplemented as follows : Permanently reinstalled mailboxes shall be installed with new hardware and posts in conformance with City of Renton standard details H027, H028, and H029. All relocated mailbox supports shall be installed with the new wood posts. Post foundations shall be commercial concrete. Mailbox assemblies damaged during construction activities shall be replaced in kind by the Contractor. All costs associated with damaged mailbox replacement shall be the responsibility of the Contractor. 8-22 PAVEMENT MARKING 8-22.1 Description (December 31, 2025 Renton GSP) Section 8-22.1 is supplemented as follows: Pavement markings shall conform to Section 8-22 of the Standard Specifications, the latest edition and amendments thereto of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington, and City of Renton Standard Plans 109 and 128, and shall be constructed as shown in the Plans except as modified herein. The Contractor shall be responsible for all traffic control required to place and protect pavement marking material, as outlined in Sections 1-07.23 and 1-10 of the Standard Specifications and these Special Provisions. 8-22.2 Materials (December 31, 2025 Renton GSP) Section 8-22.2 is supplemented with the following: Plastic pavement marking materials shall be Type A – liquid hot applied thermoplastic unless indicated otherwise in the Contract Documents. Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save DIVISION 8 City of Renton 8-214 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid harmless the Contracting Agency and its duly authorized representatives from all suits of law or action of every nature for, or on account of, the use of any patented materials, equipment, device, or processes. Acceptance The Contractor shall be responsible for supplying material that meets aforestated material and testing requirements. The Contractor shall supply certification that the pavement marking material meets the above specifications. 8-22.3 Construction Requirements (December 31, 2025 Renton GSP) Section 8-22.3 is supplemented with the following: Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. All Pavement markings on concrete intersections shall be 3M Stamark all-weather Tape 380AW and Contrast Tape 380AWE-5. Thermal plastic on Asphalt shall contain 3M 50/50 wet/dry elements. Temperature needs to be above 40 degrees and dry for a minimum of 48 hours before any markings can be applied. 8-22.3(5) Installation Instructions (December 31, 2025 Renton GSP) Section 8-22.3(5) is revised as follows: A manufacturer’s technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.3(6) Removal of Pavement Markings (December 31, 2025 Renton GSP) Section 8-22.3(6) is supplemented with the following: Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane markers, and raised pavement markers shall be removed prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's expense. DIVISION 8 City of Renton 8-215 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.3(5) Removal of Utility Locate Markings from Sidewalks Required (December 31, 2025 Renton GSP) Section 8-23.3(5) is a new section: The Contractor will be required to remove utility locate marks on sidewalks within the Downtown Core Area. The Contractor shall remove the utility locate marks within 10 days of job completion or being directed to do so by the Engineer. DIVISION 9 City of Renton 9-216 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(7) HMA Tolerances, Specification Limits and Adjustments (September 30, 2025, Renton GSP) Item 1 is deleted and replaced with: 143. 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”, ¾”, ½”, 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 DIVISION 9 City of Renton 9-217 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid limits for sieves designated as 100% passing will be 99-100. 9-03.9(2) Permeable Ballast (September 30, 2025, Renton GSP) Revise section 9-03.9(2) to read: Permeable Ballast Permeable ballast shall meet the requirements of Section 9-03.9(1) for ballast except for the following special requirements. The grading and quality requirements are: Grading No. 1 Grading No. 2 (AASHTO No. 3) Sieve Size Percent Passing Sieve Size Percent Passing 2-1/2” 99-100 2-1/2” 100 2” 65-100 2” 90-100 ¾” 40-80 1-½” 35-70 No. 4 0-5 1” 0-15 No. 100 0-2 ½” 0-5 % Fracture 95 No. 100 0-3 All percentages are by weight. % Fracture 95 The sand equivalent value and dust ratio requirements do not apply. Los Angeles Wear, 500 Rev.: 30% maximum Degradation Factor: 30 minimum The fracture requirement shall be at least two (2) fractured faces and will apply to the combined aggregate retained on the No. 4 sieve in accordance with WSDOT FOP for AASHTO T 335. The minimum void ratio of the aggregate shall be 30 percent as determined by AASHTO T 19. Permeable ballast material may be conditionally approved based on Contractor submitted sampled materials prior to delivery to the site. Final Acceptance will be based on conformance testing completed on material that has been delivered, installed, and compacted on site. The exact point of acceptance will be determined by the Engineer. Material out of conformance with the project DIVISION 9 City of Renton 9-218 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid specifications will be removed and replaced at the Contractor’s expense. 9-03.12 Gravel Backfill 9-03.12(6) Underdrain Aggregate (September 30, 2025, Renton GSP) Section 9-03.12(6) is a new additional section: Underdrain Aggregate shall conform to the following grading: Sieve Size Percent Passing ¾-inch 100 ¼-inch 30-60 No. 8 20-50 No. 50 3-12 No. 200 0-1 Underdrain aggregate shall consist of screened sand, gravel or other inert materials, or combinations thereof, from sources approved by the engineer, having hard, durable particles free from adherent coatings. The materials must be washed thoroughly to remove clay, loam, alkali, organic matter or other deleterious substances. Particles having a specific gravity less than 1.95 must not exceed 1.0 percent of the total weight. Organic matter, by calorimetric test, must not be darker than the reference standard color (Organic Plate No. 3) AASHTO T21 unless other tests prove a darker color to be harmless. 9-03.22 Cement-based Grout for Abandoning Existing Utilities (September 30, 2025, Renton GSP) 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. Water: Water shall conform to the provisions of Section 9-25.1. DIVISION 9 City of Renton 9-219 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Minimum Strength: 100 psi 9-05 DRAINAGE STRUCTURES AND CULVERTS 9-05.2 Underdrain Pipe 9-05.2(9) Slotted PVC Underdrain Pipe (September 30, 2025, Renton GSP) Section 9-05.2(9) is a new additional section: Slotted PVC underdrain pipe shall be per ASTM D1785 Sch. 40. Slots shall be cut perpendicular to the long axis of the pipe and be 0.04 to 0.069 inches wide by 1 inch long and be spaced 0.25 inches apart (spaced longitudinally). Slots should be arranged in four rows spaced on 45-degree centers and cover one-half of the circumference of the pipe. 9-05.4 Steel Culvert Pipe and Pipe Arch (September 30, 2025, Renton GSP) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (September 30, 2025, Renton GSP) Section 9-05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (September 30, 2025, Renton GSP) Section 9-05.7(2)A is supplemented by the following: All pipes shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (September 30, 2025, Renton GSP) Section 9-05.7(3) is replaced by the following: DIVISION 9 City of Renton 9-220 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (September 30, 2025, Renton GSP) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (September 30, 2025, Renton GSP) Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe DIVISION 9 City of Renton 9-221 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.12 (1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe (September 30, 2025, Renton GSP) Section 9-05.12(1) is a supplemented by the folllowing: 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. C900 shall meet the requirements of 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. 9-05.13 Ductile Iron Sewer Pipe (September 30, 2025, Renton GSP) Section 9-05.13(1) is a new section: 9-05.13(1) Ductile Iron Pipe Casing Zinc coated ductile iron pipe for pipe casing shall be Class 50, coated with 200 g/m2 pure metallic zinc coating in accordance with ISO 8179-1, with a standard asphaltic topcoat in accordance with AWWA C-151. Pipe shall be marked with the word ‘zinc’ in addition to the markings required by AWWA C-151. Scratches in the coating that occur during shipping or installation shall be repaired with a zinc- rich touch-up paint in accordance with ISO 8179 as directed by the engineer. 9-05.14 ABS Composite Sewer Pipe (September 30, 2025, Renton GSP) Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe (September 30, 2025, Renton GSP) Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall DIVISION 9 City of Renton 9-222 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be ¾-inch wide by ¾-inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8- inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8- inch wide (measured outside to outside) and a minimum of 0.95-inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings (September 30, 2025, Renton GSP) Section 9-05.20 is replaced with the following: 9-05.20(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.20(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 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. 9-05.23 High Density Polyethylene Piping (December 31, 2025, Renton GSP) Paragraphs 4 and 5 of 9-05.23 is replaced with the following: The joints shall be welded by butt fusion only, by operators who have successfully completed a DIVISION 9 City of Renton 9-223 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid butt fusion training course sponsored by the pipe manufacturer. A written copy of such training certification shall be provided to the Engineer. Butt fusion procedures shall meet the requirements of ASTM F2620 and the manufacturer’s recommendations. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure, and a graphic representation of the fusion cycle shall be part of the Quality Control records. The joints shall be watertight and pressure testable to the requirements of ASTM D3212. Bead projections on the inside of the pipe shall be removed. All personnel directly involved with installing HDPE pipe shall receive training for handling and installing HDPE pipe in accordance with AWWA M-55. Pipe and fittings shall be carefully examined for cracks, gouges, cuts, discontinuities, or other defects immediately before installation and all defective pipe and fittings shall be removed. 9-05.52 Dense Foam (September 30, 2025, Renton GSP) 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 (September 30, 2025, Renton GSP) Section 9-08.9 is a new section and subsection: 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) DIVISION 9 City of Renton 9-224 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Color: White 9-14.2 TOPSOIL (September 30, 2025, Renton GSP) 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. DIVISION 9 City of Renton 9-225 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 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 B (September 30, 2025, Renton GSP) Section 9-14.2(2) is supplemented with the following: 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 DIVISION 9 City of Renton 9-226 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (September 30, 2025, Renton GSP) Section 9-14.2(4) is a new section: 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 9-14.7(4) Sod (September 30, 2025, Renton GSP) Section 9-14.7(4) 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 “approved equal”. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-23 CONCRETE CURING MATERIALS, BONDING AGENTS, AND ADMIXTURES 9-23.9 Fly Ash (RC) (September 30, 2025, Renton GSP) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. DIVISION 9 City of Renton 9-227 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe (September 30, 2025, Renton GSP) Section 9-30.1 is supplemented 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. 9-30.1(1) Ductile Iron Pipe (September 30, 2025, Renton GSP) Section 9-30.1(1) is replaced as follows: 144. 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 Thickness’ 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. 145. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 146. Restrained joints shall be as specified in Section 9-30.2(6). 147. 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 (September 30, 2025, Renton GSP) Section 9-30.1(2) is revised as follows: Polyethylene encasement (plastic film wrap, also referenced as “Polywrap” on Construction Plans) shall be eight mil (8-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. 9-30.1(3) Polyurethane Foam Pigs for Pipe Cleaning (Septemberember 30, 2025, Renton GSP) Section 9-30.1(3) is a new section Polyurethane foam pig, also referenced as “Poly-Pig ”, shall be constructed of light density foam with a density of 1-2 lbs/cubic-foot. The rear end of the Poly-Pig shall be coated with urethane rubber having a hardness of 90A durometer. The Poly-Pig shall be cylindrical in shape with either a bullet-nose or squared- DIVISION 9 City of Renton 9-228 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid end configuration. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe (September 30, 2025, Renton GSP) Section 9-30.2(1) is revised as follows: Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, AWWA C111, and AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and have a 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/AWWA C153/A21.53. Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints or mechanical joint shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint, mechanical joint, plain end, flanged, restrained joint and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single-piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM F593, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1- 06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. DIVISION 9 City of Renton 9-229 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 9-30.2(2) Galvanized Iron Pipe (September 30, 2025, Renton GSP) Section 9-30.2(2) is a new section as follows: Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe (September 30, 2025, Renton GSP) Section 9-30.2(3) is a new section as follows: Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4)C Spacers and Seals for Casing Pipe (September 30, 2025, Renton GSP) Section 9-30.2(4)C is a new section as follows: Casing spacers shall be “centered positioning” type bands at least 12 inch in width and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Pipe and Fittings (September 30, 2025, Renton GSP) DIVISION 9 City of Renton 9-230 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Section 9-30.2(6) with title change, is revised as follows: Restrained joint ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. Shackle Rod Joint Restraint System Where shown in the Plans, Specifications, Standard Plans or required by the Engineer, shackle rod joint restraint system shall be used. All shackle rod joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Shackle Rod Restraint System shall not be allowed as substitutes for restrained-joint pipes. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar “SST” series. High strength low-alloy steel (cor-ten), ASTM A242, superstar “SS” series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: DIVISION 9 City of Renton 9-231 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the mechanical joint follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie-rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 2 10" 4 12" 4 14" 6 16" 6 18" 8 20" 10 24" 12 DIVISION 9 City of Renton 9-232 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for “T” bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m, or approved equal. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe (September 30, 2025, Renton GSP) Section 9-30.2(7) is revised as follows: Transition couplings, reducing couplings, sleeves, flexible couplings for plain end pipe shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C219. Stainless steel bolts require anti- seize compound. Heavy hex nuts shall be used. The long body pattern couplings shall have a minimum center ring or center sleeve length of 12 inches for pipe less than 12 inches in diameter, and a length equal to or greater than the pipe diameter for pipe 12 inches and larger. Solid sleeves for pipe greater than 12 inches in diameter shall have a minimum length of 15 inches. 9-30.3 Valves (September 30, 2025, Renton GSP) Section 9-30.3 is supplemented as follows: The valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raised 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”. When 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. DIVISION 9 City of Renton 9-233 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid All bolts on the body of the valves shall be stainless steel 9-30.3(1) Gate Valves (3 inches to 16 inches) (September 30, 2025, Renton GSP) 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. All exterior valve body bolting shall be type 304 stainless steel and shall be provided with hexagonal heads, with dimension to conform with ANSI B18.2.1. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA C509 and C515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. All valves with mechanical-end(s) shall have wedge-type restrained follower glands. 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 and shall be installed in accordance to the City of Renton standard plans. Gate valves sizes 16 inches and less shall be manufactured by Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves (September 30, 2025, Renton GSP) Section 9-30.3(3) is supplemented as follows: The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall have a stem extension with AWWA 2- inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes (September 30, 2025, Renton GSP) Section 9-30.3(4) is revised as follows: DIVISION 9 City of Renton 9-234 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 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 (Vanrich Casting Corp.) 9-30.3(5) Valve Marker Posts (September 30, 2025, Renton GSP) Section 9-30.3(5) is revised as follows: Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions (September 30, 2025, Renton GSP) Section 9-30.3(6) is revised as follows: Valve stem extensions shall have AWWA 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 and shall be installed in accordance with the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves (September 30, 2025, Renton GSP) Section 9-30.3(7) is supplemented as follows: Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly (September 30, 2025, Renton GSP) Section 9-30.3(8) supplemented as follows: Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. DIVISION 9 City of Renton 9-235 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 9-30.3(9) Blow-Off Assembly (September 30, 2025, Renton GSP) Section 9-30.3(9) is a new section: Installation of blow-off assembly shall be per the City of Renton Standard Plans, latest revision. Pipe and fittings shall be galvanized. 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. 9-30.5 Hydrants (September 30, 2025, Renton GSP) Section 9-30.5 is revised as follows: Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening, and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Super Centurion 250, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 9-30.5(1) End Connections (September 30, 2025, Renton GSP) Section 9-30.5(1) is revised as follows: Hydrant end connections shall be mechanical joint connections unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions (September 30, 2025, Renton GSP) Section 9-30.5(2) is revised as follows: Fire hydrants shall have a main valve opening with a minimum diameter of 5-1/4 inches, an O- ring stem seal, two 2-1/2-inch National Standard Thread (N.S.T.) hose nozzle connections, and one 4-inch pumper port connection with City of Seattle standard threads. Each pumper port shall be equipped with a 4.875-inch Seattle thread by 5-inch Storz adapter, secured using a 1/8-inch stainless steel cable. The shoe connection, hydrant connection (inside pipe size), and auxiliary gate valve shall all be 6-inch mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint, Kelly-Moore Luxlite or approved equal, in Safety Yellow color. DIVISION 9 City of Renton 9-236 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.5(4) Hydrant Restraints (September 30, 2025, Renton GSP) Section 9-30.5(4) is revised as follows: Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. If a restrained joint pipe system is used, it shall meet the requirements of Section 9-30.2(6). 9-30.6 Water Service Connections (2 Inches and Smaller) 9-30.6(1) Saddles (September 30, 2025, Renton GSP) Section 9-30.6(1) is revised as follows: Saddles shall not be used on new ductile iron water main for water service connections 2-inches in diameter and smaller. 9-30.6(2) Corporation Stops (September 30, 2025, Renton GSP) Section 9-30.6(2) is revised as follows: Corporation stops shall be made of bronze or brass alloy. Corporation stops shall be for direct tapping only and shall have AWWA tapered thread inlet and outlet connection compatible with copper tubing. 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe (September 30, 2025, Renton GSP) Section 9-30.6(3)B is revised as follows: Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing (September 30, 2025, Renton GSP) Section 9-30.6(3)C is revised as follows: DIVISION 9 City of Renton 9-237 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid PEX-a tubing shall not be used. 9-30.6(4) Service Fittings (September 30, 2025, Renton GSP) Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters (September 30, 2025, Renton GSP) Section 9-30.6(5) has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Plans, latest revision. 9-30.6(7) Meter Boxes (September 30, 2025, Renton GSP) Section 9-30.6(7) has been supplemented as follows: Meter boxes shall be installed per the City of Renton Standard Plans, latest revision. 9-30.7 Corrosion Protection (September 30, 2025, Renton GSP) Section 9-30.7 is a new section and reads as follows: 9-30.7(1) Definitions A. AWG: American Wire Gauge B. Ferrous Metal Pipe/Fitting: Any pipe and/or fitting made of steel or iron and pipe containing steel or iron as a principal structural element, except reinforced concrete. C. Lead, Lead Wire, Bonding Jumpers, Cable: Insulated copper conductor, the same as wire. D. NACE International: National Association of Corrosion Engineers 9-30.7(2) Test Stations The corrosion monitoring test stations heads shall be constructed of high strength polycarbonate, BLUE in color. The mounting hardware shall be stainless steel or nickel-plated brass. Polyethylene support post. The test station shall be a flush type and installed level with grade. The test station shall have a 6- inch thick x 1.5-foot square concrete slab poured around it to provide protection against damage. Acceptable Manufactures: DIVISION 9 City of Renton 9-238 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid 148. Cott, model Flush Fink and CottPipe 149. Approved equal The concrete pad surrounding the flush mounted test station shall be constructed of high strength concrete, Quikrete Concrete Mix Product No. 1101 or approved equal 9-30.7(3) Jumper Bond Cable and Test Lead Wires Jumper bond cables installed across pipeline joints and in-line pipeline equipment shall be #2 AWG stranded conductor with HMWPE type insulation. Cables must be marked with conductor size and insulation type. For flexible joint bonds, a #10 AWG insulated cable shall be used to make the flexible or expansion coupling electrically continuous with the rest of the pipeline. Corrosion monitoring test lead wires shall include #12 and #8 AWG stranded copper conductors with TW type insulation. Test leads connected to the City of Renton ductile iron water main shall have blue insulation and test leads connected to the SPU piping shall have white insulation. 9-30.7(4) Wire Connectors Use pressure ring type terminal connectors for making wire connections on the terminal board. 9-30.7(5) Copper-Copper Sulfate Reference Electrode Use A stationary reference electrode shall be installed adjacent to the piping as shown on the project drawings. The electrode shall have the following properties: 150. Reference electrode assembly shall be prepackaged with a non-polarizing low resistance backfill media. 151. Stability shall be ± 10 millivolts with a 3.0 microamp load. 152. Minimum 20-year in-service life. 153. Lead wire shall be #14 AWG with RHH/RHW type insulation, yellow in color with length as required. Splices in the reference electrode lead wire will not be allowed. 154. Acceptable stationary reference electrode manufacturers: ff. GMC Electric, model CU-1-UG gg. Electrochemical Devices, Incorporated, model UL-CUG 9-30.7(6) Thermite Welding Material Wire sleeves, welders, and weld cartridges according to the weld manufacture’s recommendation for wire size and pipe diameter. Welding materials and equipment shall be the product of a single manufacture. Interchanging materials of different manufactures will not be acceptable. NOTE: Thermite weld charges and graphite molds must be manufactured for use on ductile iron piping material. Adapter sleeves as required to match welder size and wire size. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves in the field are acceptable. Attach field formed sleeves with the appropriate size and type hammer die furnished by the thermite weld manufacture. DIVISION 9 City of Renton 9-239 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Manufactures: 155. Erico Products, Inc., (Cadweld), Cleveland, OH 156. Continental Industries, Inc. (Thermo-Weld), Tulsa, OK The thermite weld cap with coating and suitable primer shall be type Handy Cap with Royston Primer 747, as manufactures by Royston Laboratories, Inc. or approved equal. 9-30.7(7) Drain Anode A single prepackaged zinc drain anode shall be installed at each City of Renton/SPU crossing. The purpose of this anode is to shunt any stray current that may be imposed on the City of Renton water pipeline. The anode shall have the following properties: 157. ASTM B-418 Type II. 158. Ingot dimensions: 2-inch x 2-inch x 30-inch long, bare weight 30 pounds, nominal. 159. Prepackaged dimensions: 5-inch x 38-inch, 70- pounds, nominal. 160. Lead wire shall be #12 AWG with RHH/RHW type insulation, yellow in color with length as required. Splices in the reference electrode lead wire will not be allowed. Element Content Lead, maximum 0.003% Iron, maximum 0.0014% Cadmium 0.003% Copper, maximum 0.002% Aluminum 0.005% Zinc Balance 9-30.7(7) Cathodic Protection Anodes The galvanic anodes shall be high potential cast magnesium. The anode ingot shall be nominal 2.75 inches in diameter, 60-inches long, and weigh 20 pounds. Each anode shall be prepackaged in a mixture containing 75% hydrated gypsum, 20% bentonite, and 5% sodium sulfate. The anode lead wire shall be #10 AWG stranded or solid copper wire with THHN or THWN type insulation, black. The high potential magnesium anodes will meet the following compositional analysis: Element Content DIVISION 9 City of Renton 9-240 April 2026 Rainier Ave S Pump Station Upgrade Project Issued for Bid Aluminum 0.01 % max Manganese, minimum 0.50 – 1.3% Silicon, maximum 0.05% Copper, maximum 0.02% Iron, maximum 0.03% Nickel, maximum 0.001% Total Other Impurities, maximum 0.05% Magnesium Balance Rainier Ave S Stormwater Pump Station Upgrade Project Appendix A – Standard Plans and Details SWP-27-3963 Page 1 2026 City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ TECHNICAL SPECIFICATIONS The following section contains specifications not typically found in WSDOT Standard Specifications. In the case of possible matching section numbers, the technical specifications shall govern. City of Renton TECHNICAL SPECIFICATIONS FOR: Rainier Stormwater Pump Station Upgrades Project No. REN 119-215 Spring 2026 THE CONTENT OF THIS DOCUMENT, AS A MEANS OF PROFESSIONAL SERVICE, IS PROTECTED BY 17 U.S.C. § 101, ET SEQ. AS SUCH, IT SHALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM RH2 ENGINEERING. © 2026 RH2 ENGINEERING, INC. Max Freimund, PE Project Manager Divisions 1, 2, 8, 9, 11, 14, and 15 Jon Conner, SE Structural Engineer Division 3 Kevin Schalk, PE Electrical Engineer Divisions 16 and 17 Table of Contents i 1/21/2026 11:33 AM J:\Data\REN\119-215\30 Specs\Table of Contents.docx DIVISION 1 GENERAL .......................................................................................................................................... 1-1 1.70 EXECUTION AND CLOSEOUT REQUIREMENTS ............................................................................................................ 1-1 1.75 Starting and Adjusting .............................................................................................................................. 1-1 1.75.16 Startup Procedures ............................................................................................................................... 1-1 1.75.16.10 Startup ............................................................................................................................................ 1-1 1.75.16.12 Startup and Testing Coordination ................................................................................................... 1-1 1.75.16.20 Testing ............................................................................................................................................. 1-2 1.75.16.22 Scheduling of Owner Review for Testing ......................................................................................... 1-3 1.75.16.40 Electrical and Control Systems Testing ........................................................................................... 1-3 1.78 Closeout Submittals .................................................................................................................................. 1-3 1.78.23 Operation and Maintenance Data ....................................................................................................... 1-3 1.78.39 Project Record Documents ................................................................................................................... 1-5 1.79 Demonstration and Training ..................................................................................................................... 1-5 1.79.10 Training ................................................................................................................................................ 1-5 1.80 PERFORMANCE REQUIREMENTS ............................................................................................................................ 1-6 1.81 Facility Performance Requirements .......................................................................................................... 1-6 1.81.30 Seismic Restraint and Anchorage ......................................................................................................... 1-6 DIVISION 2 SITEWORK ........................................................................................................................................ 2-1 2.00 GENERAL .......................................................................................................................................................... 2-1 2.08 Special Inspections for Earth Work ........................................................................................................... 2-1 2.10 SITE PREPARATION.............................................................................................................................................. 2-2 2.11 Earthwork Materials ................................................................................................................................. 2-2 2.11.1 Common Work for Earthwork Materials ................................................................................................ 2-2 2.11.3 Structural Fill .......................................................................................................................................... 2-2 2.11.20 Geotextile Fabric .................................................................................................................................. 2-3 2.20 EARTH MOVING ................................................................................................................................................. 2-3 2.23 Excavation ................................................................................................................................................. 2-3 2.25 Temporary Erosion and Sedimentation Control ........................................................................................ 2-4 2.25.4 Temporary Storm Water Pollution Control ............................................................................................ 2-4 2.30 SITE IMPROVEMENTS........................................................................................................................................... 2-5 2.31 Fencing and Gates ..................................................................................................................................... 2-5 2.31.1 Common Work for Fencing .................................................................................................................... 2-5 2.31.2 Temporary Construction Security Fence ................................................................................................. 2-5 2.40 DEMOLITION AND STRUCTURE MOVING .................................................................................................................. 2-6 2.41.16 Structure Demolition ............................................................................................................................ 2-6 2.50 EXCAVATION SUPPORT AND PROTECTION ................................................................................................................ 2-8 2.51 Contractor Designed Shoring .................................................................................................................... 2-8 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 Table of Contents ii 1/21/2026 11:33 AM J:\Data\REN\119-215\30 Specs\Table of Contents.docx 3.11 Formwork .................................................................................................................................................. 3-5 3.11.13 Structural Cast in Place Forming .......................................................................................................... 3-5 3.11.16 Form Liner ............................................................................................................................................ 3-6 3.15.02 Premolded Joint Filler ........................................................................................................................... 3-8 3.15.03 Expansion Joints ................................................................................................................................... 3-8 3.15.05 Pipe Penetrations through Concrete .................................................................................................... 3-8 3.15.19 Concrete Anchors ................................................................................................................................. 3-9 3.20 REINFORCING .................................................................................................................................................... 3-9 3.21 Reinforcement Bars ................................................................................................................................... 3-9 3.21.11 Plain Steel Reinforcement Bars ............................................................................................................ 3-9 3.22.13 Galvanized Welded Wire Fabric Reinforcement ................................................................................. 3-10 3.30 CAST-IN-PLACE CONCRETE ................................................................................................................................. 3-11 3.30.05 Common Work for Cast in Place Concrete ......................................................................................... 3-11 3.31 Structural Concrete ................................................................................................................................. 3-14 3.31.34 Retaining Walls .................................................................................................................................. 3-14 3.31.36 Concrete for Mass Structures ............................................................................................................. 3-15 3.34.16 Concrete Fill........................................................................................................................................ 3-15 3.35 Concrete Finishing ................................................................................................................................... 3-15 3.35.05 Common Work for Surface Finishing .................................................................................................. 3-15 3.35.50 Ordinary Wall Finish ........................................................................................................................... 3-16 3.35.54 Floated Finish ..................................................................................................................................... 3-16 3.35.56 Light Brush Finish ............................................................................................................................... 3-17 3.35.58 Sacked Wall Finish .............................................................................................................................. 3-17 3.39 Concrete Curing ....................................................................................................................................... 3-17 3.60 GROUTING ...................................................................................................................................................... 3-18 3.62 Non-Shrink Grouting ............................................................................................................................... 3-18 3.62.13 Non-Metallic Non-Shrink Grout.......................................................................................................... 3-18 DIVISION 4 MASONRY (NOT USED THIS CONTRACT) ........................................................................................... 4-1 DIVISION 5 METALS (NOT USED THIS CONTRACT) ............................................................................................... 5-1 DIVISION 6 WOOD, PLASTICS, AND COMPOSITES (NOT USED THIS CONTRACT) .................................................. 6-1 DIVISION 7 THERMAL AND MOISTURE PROTECTION (NOT USED THIS CONTRACT) ............................................. 7-1 DIVISION 8 OPENINGS ........................................................................................................................................ 8-1 8.00 GENERAL .......................................................................................................................................................... 8-1 8.05 Common Work for Openings ..................................................................................................................... 8-1 8.06 Schedules for Openings ............................................................................................................................. 8-1 8.10 DOORS AND FRAMES ........................................................................................................................................... 8-1 8.10.05 Common Work for Doors and Frames .................................................................................................. 8-1 8.11 Metal Doors and Frames ........................................................................................................................... 8-4 8.11.13 Hollow Metal Doors and Frames .......................................................................................................... 8-4 8.70 HARDWARE ....................................................................................................................................................... 8-4 8.71 Door Hardware ......................................................................................................................................... 8-4 8.71.05 Common Work for Door Hardware ...................................................................................................... 8-4 8.71.20 Hardware for Man-Doors ..................................................................................................................... 8-5 Table of Contents iii 1/21/2026 11:33 AM J:\Data\REN\119-215\30 Specs\Table of Contents.docx 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 9.90.06 Product and Color Schedule ................................................................................................................. 9-5 9.90.13 Unpainted Items ................................................................................................................................... 9-5 9.91.13 Exterior or Damp Environment Painting .............................................................................................. 9-6 9.91.13.01 – System 1: Metals – Exterior and Wet Conditions including Doors, Windows, and Frames .......... 9-6 9.91.13.02 – System 2 – Powder Coating for Steel and Aluminum Handrail and Other Architectural Features ........................................................................................................................................................... 9-7 9.91.23.01 – System 3: Metals Interior (Dry Conditions) .................................................................................. 9-8 DIVISION 10 SPECIALTIES (NOT USED THIS CONTRACT) ..................................................................................... 10-1 DIVISION 11 EQUIPMENT .................................................................................................................................. 11-1 11.00 GENERAL ...................................................................................................................................................... 11-1 11.05 Common Work for Equipment .............................................................................................................. 11-1 11.10 PUMPS ......................................................................................................................................................... 11-1 11.10.05 Common Work for Pumps ................................................................................................................ 11-1 11.12 Wastewater Pumps ............................................................................................................................... 11-6 11.12.2 Centrifugal Solids Handling Pump ...................................................................................................... 11-6 DIVISION 12 FURNISHINGS (NOT USED THIS CONTRACT) .................................................................................. 12-1 DIVISION 13 SPECIAL CONSTRUCTION (NOT USED THIS CONTRACT) ................................................................. 13-1 DIVISION 14 CONVEYING SYSTEMS ................................................................................................................... 14-1 14.00 GENERAL ...................................................................................................................................................... 14-1 14.41 Cranes and Hoists .................................................................................................................................. 14-1 14.41.05 Common Work for Cranes and Hoists .............................................................................................. 14-1 14.41.23 Monorail Hoist ................................................................................................................................. 14-3 DIVISION 15 MECHANICAL ................................................................................................................................ 15-1 15.00 GENERAL ...................................................................................................................................................... 15-1 15.05 Common Work for Mechanical ............................................................................................................. 15-1 15.20 PIPE AND FITTINGS ......................................................................................................................................... 15-2 15.21 Common Work for Pipe and Fittings ..................................................................................................... 15-2 15.22 Metal Pipe and Fittings ......................................................................................................................... 15-3 15.22.02 Ductile Iron Pipe and Fittings ........................................................................................................... 15-3 15.30 VALVES ......................................................................................................................................................... 15-5 15.31 Common Work for Valves ..................................................................................................................... 15-5 15.32 Isolation Valves ..................................................................................................................................... 15-6 15.32.03 Knife Gate Valves ............................................................................................................................. 15-6 15.33 Check Valves.......................................................................................................................................... 15-7 15.33.02 Swing Check Valves .......................................................................................................................... 15-7 15.40 PIPING SPECIALTIES ......................................................................................................................................... 15-8 15.40.03 Pipe, Valve, and Conduit Supports ................................................................................................... 15-8 Table of Contents iv 1/21/2026 11:33 AM J:\Data\REN\119-215\30 Specs\Table of Contents.docx DIVISION 16 ELECTRICAL ................................................................................................................................... 16-1 16.00 GENERAL ...................................................................................................................................................... 16-1 16.05 Common Work for Electrical ................................................................................................................. 16-1 16.10 ELECTRICAL SITE WORK ................................................................................................................................... 16-6 16.10.1 Common Work for Electrical Site Work .............................................................................................. 16-6 16.10.2 Underground Marking Tape (Detectable Type) ................................................................................. 16-7 16.15 Grounding and Bonding for Electrical Systems ..................................................................................... 16-8 16.20 UTILITY SERVICE ............................................................................................................................................. 16-9 16.21 Electrical Service.................................................................................................................................... 16-9 16.21.2 Electrical Utility Meter Enclosure ..................................................................................................... 16-11 16.21.4 Circuit Breaker Service Disconnect Switch........................................................................................ 16-11 16.30 BASIC PANEL EQUIPMENT AND DEVICES ............................................................................................................ 16-12 16.31 Operating and Indicating Devices ....................................................................................................... 16-12 16.31.1 Digital Power Meter ......................................................................................................................... 16-12 16.31.2 Run Time Meters .............................................................................................................................. 16-13 16.31.3 Start Count Meters ........................................................................................................................... 16-13 16.31.4 Indicating Lights ............................................................................................................................... 16-13 16.31.5 Selector Switch ................................................................................................................................. 16-13 16.31.6 Pushbuttons ..................................................................................................................................... 16-14 16.32 Panel Relays ........................................................................................................................................ 16-14 16.32.1 Control Relays .................................................................................................................................. 16-15 16.32.3 Time Delay Relays ............................................................................................................................ 16-15 16.35 Control Panel Accessories ................................................................................................................... 16-16 16.35.1 Terminal Blocks ................................................................................................................................ 16-16 16.35.2 Nameplates ...................................................................................................................................... 16-16 16.36.1 Surge Protection Device (SPD) .......................................................................................................... 16-17 16.40 LOW VOLTAGE MOTOR CONTROL EQUIPMENT .................................................................................................. 16-17 16.45 Variable Frequency Drive .................................................................................................................... 16-17 16.50 PANELBOARDS ............................................................................................................................................. 16-33 16.52 Panelboards ........................................................................................................................................ 16-33 16.55 Switches and Protective Devices ......................................................................................................... 16-37 16.55.1 Common Work for Switches and Protective Devices ........................................................................ 16-37 16.55.13 Fuses .............................................................................................................................................. 16-37 16.55.16 Molded Case Circuit Breakers ........................................................................................................ 16-38 16.55.18 Disconnect Switches ....................................................................................................................... 16-38 16.60 CONDUCTORS .............................................................................................................................................. 16-39 16.61 Low Voltage Wire and Cable ............................................................................................................... 16-39 16.63 Signal Cable ......................................................................................................................................... 16-41 16.70 RACEWAYS, BOXES, AND FITTINGS ................................................................................................................... 16-42 16.71 Raceways ............................................................................................................................................ 16-42 16.72 Boxes and Enclosures .......................................................................................................................... 16-45 16.72.2 Outlet and Junction Boxes ................................................................................................................ 16-45 16.72.3 Watertight Enclosures ...................................................................................................................... 16-46 16.75 Wiring Devices .................................................................................................................................... 16-46 16.75.1 Common Work for Wiring Devices ................................................................................................... 16-46 Table of Contents v 1/21/2026 11:33 AM J:\Data\REN\119-215\30 Specs\Table of Contents.docx 16.75.3 Line Voltage Switches (Explosion-Proof) .......................................................................................... 16-47 16.85 Lighting ............................................................................................................................................... 16-47 16.85.1 Common Work for Lighting Fixtures ................................................................................................ 16-47 16.85.3 Fixtures ............................................................................................................................................. 16-47 16.90 POWER GENERATION .................................................................................................................................... 16-48 16.91 Engine Generator ................................................................................................................................ 16-48 16.91.2 Natural Gas Engine Generator Set ................................................................................................... 16-48 16.92 Transfer Switches ................................................................................................................................ 16-59 16.92.2 Automatic Transfer Switch ............................................................................................................... 16-59 16.95 Testing ................................................................................................................................................. 16-61 16.95.1 Common Work for Testing ............................................................................................................... 16-61 16.95.3 Conductor Test Report ..................................................................................................................... 16-64 16.95.4 Ground Electrode Resistance Test Report ........................................................................................ 16-65 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 PANEL COMPONENTS .................................................................................................................................... 17-12 17.20.3 Terminal Blocks ................................................................................................................................ 17-13 17.22 Wire and Cable .................................................................................................................................... 17-13 17.22.2 Wiring .............................................................................................................................................. 17-13 17.22.3 Cables ............................................................................................................................................... 17-13 17.30 INTELLIGENT CONTROL UNITS ......................................................................................................................... 17-14 17.31.2 Programmable Logic Controller (PLC) System .................................................................................. 17-14 17.50 SENSORS AND CONTROLS ............................................................................................................................... 17-15 17.50.1 Common Work for Sensors and Controls ......................................................................................... 17-15 17.51 Emergency Sensors and Controls ........................................................................................................ 17-15 17.51.2 Smoke Detectors .............................................................................................................................. 17-15 17.51.4 Intrusion Alarm Switch ..................................................................................................................... 17-16 17.51.6 Keyed Switch Box ............................................................................................................................. 17-16 17.90 TESTING, STARTUP, AND TRAINING .................................................................................................................. 17-17 17.90.1 Common Work for Testing, Startup, and Training ........................................................................... 17-17 17.91 Tests and Inspections .......................................................................................................................... 17-18 17.92 Startup ................................................................................................................................................ 17-20 17.93 Training ............................................................................................................................................... 17-21 17.94 Documentation ................................................................................................................................... 17-22 17.94.2 Operations and Maintenance Manuals ........................................................................................... 17-22 1-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 RH2 Engineering, Inc. Division 1 General 1.70 EXECUTION AND CLOSEOUT REQUIREMENTS 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. 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”. Not less than 21 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. Emergency power system B. Pumps 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 1 1-2 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 RH2 Engineering, Inc. 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 21 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: Work under other contracts will occur concurrently with this project. The Contractor shall incorporate the schedules of the other work. Work by others includes: • Installation of Puget Sound Energy gas service. 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 • Pumps City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 1 1-3 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 RH2 Engineering, Inc. 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. 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 2-hours 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 pump station. Control system testing shall not start on a Thursday, Friday, or the day before an Owner recognized holiday. 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: • Intrusion sensors and alarms 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 1 1-4 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 RH2 Engineering, Inc. 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. 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 E. Recommended spare parts. F. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. G. Recommended preventive maintenance procedures and schedules. Schedule shall be provided for daily, weekly, monthly, quarterly, semi-annually and annually maintenance. H. Disassembly and re-assembly instructions including parts identification and a complete parts breakdown for all equipment. I. Weights of individual components of each item of equipment weighing over 50 pounds. J. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. K. All manufacturers’ warranties. Include name, address, and telephone number of the manufacturer’s representative to be contacted for warranty, parts, or service information. L. Cleaning, repair, and maintenance instructions for each coating system. M. Provide USB flash drive or DVDs utilized in the manufacturer’s instruction program. Operation N. Recommended trouble-shooting and startup procedures. O. Recommended step-by-step operating procedures. P. Emergency operation modes, if applicable. Q. Normal shutdown procedures. R. Long term shutdown (mothballing) procedures. S. Equipment specifications and guaranteed performance data. T. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 1 1-5 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 RH2 Engineering, Inc. 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 on 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. At the Owner’s discretion, progress payments for more than 90-percent of the total contract work may not be made until the O&M manual has been delivered and approved by the Owner. 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, deliver 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 Records shall be provided in PDF format. 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. 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 1 1-6 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 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 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 = 1.133 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 ASCE 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 1 1-7 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\1 General.docx 1/21/26 7:17 AM © 2026 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. 2-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 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. 2.08 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) • 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) • Finished excavation of detention pond prior to seeding (visual and probe) • Pond berm native subgrade, fill placement, and compaction (visual, probe and nuclear densometer testing) • Roadway embankment cut native subgrade (visual and probe) • Roadway fill embankment subgrade (visual, probe and nuclear densometer testing at various lifts) 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 two (2) full working days 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-2 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 RH2 Engineering, Inc. 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 2.11 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-3 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 RH2 Engineering, Inc. 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 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.20 Geotextile Fabric Part 1 – General Delivery, Storage, and Handling Ship, store, place, overlap, and secure fabric based on manufacturer requirements. Part 2 – Products Materials Chose 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 perforated underdrain pipe 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. Other locations may require a specialized geotextile fabric and if so shall either be identified in the Plans or geotechnical report. 2.20 EARTH MOVING 2.23 Excavation Part 1 – General Summary Excavate as necessary to construct the improvements shown. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-4 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 RH2 Engineering, Inc. Part 2 – Products Materials Remove all excavated material from the project site unless approved as backfill 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 excavated material unsuitable for backfill requiring the material to be removed from the project site. 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. 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 1-09.14, “Measurement and Payment” or by force account if not specified. 2.25 Temporary Erosion and Sedimentation Control 2.25.4 Temporary Storm Water Pollution Control 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-5 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 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 • Division 11.40 Gates 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 10.14.7 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-6 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 RH2 Engineering, Inc. around the site perimeter. Contractor is responsible for securing the site during and after working hours. Clearing limit identification fencing shall not be considered a Temporary Construction Security Fence. 2.40 DEMOLITION AND STRUCTURE MOVING 2.41.16 Structure Demolition Part 1 – General References • ANSI A10.6 Safety Requirements for Demolition Operations. • WAC Section 173-304-461, Inert waste and demolition waste landfilling facility requirements. • WAC Section 296-62-07721, Communication of hazards. • WAC Section 296-155-260, Fire protection. • WAC Section 296-155-775, Preparatory operations. • WAC Section 296-155-780, Stairs, passageways, and ladders. • WAC Section 296-155-795, Removal of walls, masonry sections, and chimneys. • WAC Section 296-155-800, Manual removal of floors. • WAC Section 296-155-805, Removal of walls, floors, and material with equipment. • WAC Section 296-155-815, Storage. • WAC Section 296-155-820, Removal of steel construction. • WAC Section 296-155-825, Mechanical demolition. • OSHA. Submittals Submit a comprehensive demolition plan describing the proposed sequence, methods and equipment for demolition, removal and disposal of structures, including salvage where warranted. Do not proceed with demolition work until the Owner has approved the comprehensive demolition plan. Provide to the Owner the location of all disposal sites, and copies of the permits and approvals for demolition and for disposal sites before any waste is hauled off the site. Regulatory Requirements The Contractor shall obtain all special permits and licenses and give all notices required for performance and completion of the demolition and removal work, hauling, and disposal of City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-7 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 RH2 Engineering, Inc. debris. The Contractor shall acquire all permits and approvals required for the use of the disposal site(s). The cost of any such permits and approvals shall be included in the Bid Price. Schedules Coordinate operations with affected property owners and utilities likely to be impacted by construction and other adjacent contractors. No additional costs or contract time are allowed for delays resulting from a lack of such coordination by the Contractor. Warranty Protect, indemnify and save harmless the Owner from any damages that may arise from the Contractor’s activities in making these arrangements. Such indemnity shall be in accordance with RCW 4.24.115 as amended by CH. 305, Laws of 1986. Any action required to satisfy any permit and/or any approval requirements in a Contractor provided deposal site shall be performed by the Contractor at no additional expense to the Owner. Part 3 - Execution Preparation All structures, utilities, and properties not specifically targeted for demolition as shown on the Contract Plans, shall be protected from damage or interruption by the Contractor’s activities. Responsibility for safety and protection of buildings near or in the project limits are the Contractor’s. Repair or replace damaged structures, utilities, and/or properties to the satisfaction of the Owner. The location of underground utilities; power, telephone, fiber optic, cable, gas, etc., shown on the Contract Drawings are approximate. The actual locations may vary from those shown. The Contractor is responsible for verifying all utility locations. No extra costs are allowed for delays resulting from utility conflicts for which the Contractor is responsible. On questions regarding the disposition of existing utilities, improvements, or buildings, the Contractor shall contact the Owner for advisement. Conduct demolition and removal work in a manner to minimize the spread of dust and flying particles. Construction Upon abatement of asbestos- and lead-containing materials, demolition may commence. Meet the requirements of the WAC. Field Quality Control Burying or burning of trash and debris on the site is not permitted. Remove trash and debris frequently so their presence will not delay the progress of the work. Removed materials, trash, and debris shall become the property of the Contractor and be removed from the Owner’s property and disposed of in a legal manner. Location of disposal site and length of haul are the Contractor's responsibility. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 2 2-8 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\2 Sitework.docx 1/21/26 7:19 AM © 2026 RH2 Engineering, Inc. 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. References Chapter 296-155 of WAC, “Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring”. OSHA 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. 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. 3-1 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 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 Submittals Submittal information shall be provided to the Owner for the following items: • 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 • Schedule of form inserts • Embedded items • Form Liners and associated products • Form Release agent 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, City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-2 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-3 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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 ½-inch, where rebar is exposed or where directed by the Owner. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-4 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. Cure using curing compound. Apply silane sealer as specified to exposed surfaces and edges of roof slab. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-5 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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 submitted 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 design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-6 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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 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 liner #342 or equal. Form liner shall closely match the texture of the existing Key Stone Wall. Provide all form liners from a single manufacturer. Form Release: As recommended by the Form Manufacturer for this application. Source Quality Control Provide all form liners from a single manufacturer. Part 3 – Execution Installation/Construction Once attached to formwork, store form liners on edge. Avoid striking face with heavy, sharp, or heated objects that could cause permanent damage. Work form release into all areas of form liner, especially pattern recesses. Attachment – Handset Systems: 1. Assemble and brace the architectural side of the formwork first; attach form liner before setting ties or opposite formwork side. 2. Work with one sheet at a time; position form liner against formwork so that edges, pattern and joints are square. a. Attach form liner with box nails (or staples) at approximately 6 inches (152 mm) on center. b. Attach top edge and one side of form liner to formwork; check overall dimensions and position. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-7 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. c. Complete the attachment using box nails (or staples) at approximately 12 inches (305 mm) on center in both directions throughout the field of the form liner and at 6 inches (152 mm) on center along the perimeters. 3. Apply compressible adhesive-backed foam tape to form liner edges; firmly butt edges. Compress joints as tightly as possible without buckling or distorting the pattern. 4. Dress joints and edges with a power rotary rasp or sander to match pattern feathers as closely as possible. Attachment – Gangform Systems: 1. Level and square formwork so that attachment can be made in a horizontal plane; mark dimensions so that edges patterns, and joints are square. 2. Roughen formwork face and back side of form liners to accept adhesive; clean dust and debris from both surfaces with solvent. 3. Snap lines on form for positioning. 4. Position from liner and roll back more that half onto itself; work with one sheet at a time. 5. Prepare adhesive according to manufacturer’s instructions; spread uniformly on formwork face and back of form liner, checking edges and corners to ensure application to these areas. 6. When adhesive is tacky, slowly roll form liner back onto formwork face, eliminating air pockets between surfaces. 7. Position edges and corners, securing with wood tack strips for dimensional stability. 8. Roll back other half and apply adhesive to formwork face and back of form liner, checking edges, corners, and center adhesive line to ensure application to these areas. 9. When adhesive is tacky, slowly roll form liner back onto formwork face, eliminating air pockets between surfaces. 10. Position edges and corners, securing with wood tack strips for dimensional stability. 11. Allow 48 hours for complete setting. 12. Apply adhesive to form liner edges and butt edges firmly; compress joints as tightly as possible without buckling or distorting pattern. 13. Evenly weight down form liner to assure consistent adhesion to formwork face. 14. Dress joints and edges with a utility knife or sander to match patter features as closely as possible. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-8 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 3.15.02 Premolded Joint Filler Part 1 – General References Premolded joint filler for expansion or through joint applications shall conform 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. 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). City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-9 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. 3.15.19 Concrete Anchors Part 2 – Products Materials Concrete Anchors shall be Hilti HIT 500-V3, Simpson SET-3G, or Powers PE1000+ Adhesive Anchors. 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-10 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. ASTM A615, Grade 60 shall be permitted if: (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. 3.22.13 Galvanized Welded Wire Fabric Reinforcement Part 1 – General Design Requirements Hook dimensions and diameters of bends shall be in accordance with the ACI 318. Fabrication tolerances shall be in accordance with the requirements of ACI 318. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-11 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. Welded wire reinforcement (WWR) shall conform to the latest edition of ASTM A185 or A497. Galvanizing shall conform with ASTM A 641/A 641M, for cold-worked wire, or ASTM A123, for hot-dipped galvanizing of welded wire sheets/mats. Plastic or wire bar supports, such as chairs and bolsters, shall conform to industry practice as described in the WRI “WWR-500, Manual of Standard Practice” or “TF 702 – Supporting WWR”. Part 2 – Products Components For galvanized reinforcing, tie wires and metal clips shall be plastic coated or galvanized. Part 3 – Execution Preparation Wire reinforcement shipped in rolls shall be straightened into flat sheets before being placed. Construction Reinforcement shall be cut and bent to the shapes shown on the Plans. All reinforcement shall be cold bent, unless otherwise permitted by the Engineer. Reinforcement partially embedded in concrete shall not be field bent, except as shown on the Plans or permitted by the Engineer. Steel reinforcement shall be accurately placed as shown on the Plans and firmly held in positions during the placing and finishing of concrete. Reinforcement shall be lapped and tied around the perimeter of each sheet in order to maintain the proper positioning of the reinforcement. Lap splices shall have a minimum of two ties per spliced length . With the exception of tie down bars, welding (tack welding) will not be permitted. Reinforcement shall be supported in its specified and proper position by use of precast blocks, plastic or wire/ bar supports, supplementary bars, side form spacers or other approved devices. Such devices shall be sufficiently strong and properly placed at frequent intervals so as to maintain the cover between the reinforcing and the surface of the concrete during concrete placement. 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 • Engineer • Contractor City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-12 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. • 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 UV-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 the beginning of the concrete pour for walls taller than 8 feet, place a 1½ to 2½-inch thick grout pad prior to placing the concrete for the wall. Grout mix shall consist of fine aggregates, concrete and water in the same ratios as used in the wall concrete. The placement of the concrete shall proceed immediately after the grout placement so as to prevent any cold joints. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-13 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. 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 3.06.30.71. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-14 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. Placement for mass concrete structures: Place no concrete when the air temperature exceeds or is expected to exceed 70 degrees within 4 days of the concrete placement unless concrete precooling procedures have been submitted and approved by the owner. Mass concrete temperatures shall be monitored for a minimum of 10 days following placement. Thermometers must have the ability to measure temperatures up to 180 degrees Fahrenheit. Insulating blankets shall be placed over all exposed surfaces and kept in place until the hottest portion of the concrete is within 35 degrees of the average air temperature . This may require that the insulation be left in place for several weeks. Curing See section 3.39. 3.31 Structural Concrete Part 1 – General Summary All concrete shown in the contract documents including below-grade structures, ringwalls, and all other concrete items not specifically called out otherwise. 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 3.31.34 Retaining Walls Part 1 – General Summary As required for structural concrete. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-15 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 3.31.36 Concrete for Mass Structures Part 1 – General Summary This section includes all concrete as shown on the Plans for mass structures. Mass concrete shall be considered any concrete placement with a dimension in three directions of 3 feet or greater. Part 2 – Products Mixes Concrete mix for mass concrete shall be the same as Hydraulic Concrete except for the following: • Class F Fly Ash shall be substituted for 25 percent to 35 percent of the cementitious material 3.34.16 Concrete Fill Part 1 – General Summary Use for all concrete shown on the Plans as Concrete Fill. Use water reducers as required for flowability. Performance Requirements Slump – as required for placement. 28-day compressive strength – 2,500 psi minimum Part 2 – Products Mixes Water/cement ratio - 0.50 maximum Nominal maximum aggregate size – ⅜-inch Entrained air ratio – 5.0 percent minimum to 8.0 percent maximum 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: • Foundation (exterior) - Ordinary Wall • Foundation (interior) - Ordinary Wall City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-16 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. • Retaining Walls (exterior) - Ordinary Wall • Retaining Walls (interior) - Ordinary Wall • Floors - Floated • Interior walls – Sacked Wall • Exterior Walls - Ordinary Wall • Equipment Pads - Floated • 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. 3.35.50 Ordinary Wall Finish Part 2 Products Materials Ordinary Wall Finish requires the use of like-new forms and linings that will produce a uniform surface. Part 3 – Execution Construction After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fill all holes greater than ¼-inch with 1:2 mortar floated to an even, uniform finish. 3.35.54 Floated Finish 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. 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. Refloat to a uniform, smooth, sandy texture immediately after leveling. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-17 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. 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)A of Standard Specifications. 3.39 Concrete Curing Part 2 – Products Materials Curing compounds are not recommended on surfaces that will receive coatings. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-18 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. 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 the manufacturer’s recommendations immediately after the concrete has reached sufficient strength to support a person’s weight without creating a visible footprint. 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-19 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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). 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. Provide 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 3 3-20 J:\Data\REN\119-215\30 Specs\3 Concrete.docx 1/21/26 9:11 AM © 2026 RH2 Engineering, Inc. 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. 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\119-215\30 Specs\4 Masonry.docx 1/21/26 7:24 AM © 2026 RH2 Engineering, Inc. Division 4 Masonry (Not Used This Contract) 5-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\5 Metals.docx 1/21/26 7:24 AM © 2026 RH2 Engineering, Inc. Division 5 Metals (Not Used This Contract) 6-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\6 Wood Plastics and Composites.docx 1/21/26 7:24 AM © 2026 RH2 Engineering, Inc. Division 6 Wood, Plastics, and Composites (Not Used This Contract) 7-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\7 Thermal and Moisture Protection.docx 1/21/26 7:25 AM © 2026 RH2 Engineering, Inc. Division 7 Thermal and Moisture Protection (Not Used This Contract) 8-1 J:\Data\REN\119-215\30 Specs\8 Openings.docx 1/21/26 9:01 AM © 2026 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: • Doors • Hardware • Locks • Keys 8.06 Schedules for Openings See the contract Plans for schedule of doors and windows. 8.10 DOORS AND FRAMES 8.10.05 Common Work for Doors and Frames Part 1 – General Summary This specification covers the doors, frames, accessories, and hardware for both interior and exterior man doors. Related Sections 1.52.20 Locks and Keys City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 8 8-2 J:\Data\REN\119-215\30 Specs\8 Openings.docx 1/21/26 9:01 AM © 2026 RH2 Engineering, Inc. Submittals Submittal information shall include the following: Manufacturer’s product data and installation instructions for each type of door, frame, accessory, or hardware. Include both published data and any specific data prepared for this project. Door and frame shop drawing for approval prior to fabrication. Include detailed plans, elevations, details of framing members, required clearances, anchors, and accessories. Include relationship with adjacent materials. As requested by the Engineer, provide sample color chips representing specified colors and finishes. Performance Requirements Doors between rooms requiring a fire separation shall have a listed fire rating equal to or greater than the required room fire rating. See Plans for which rooms are required to be separated with a fire door. Doors and frames shall be listed and labeled for a minimum of 45 minutes. Doors between rooms requiring an acoustical separation (soundproof or sound rated door) shall have a minimum STC rating of 45. All exterior doors and frames shall be insulated for a maximum U-value of 0.60. Quality Assurance The manufacturer(s) shall be a minimum of ten (10) continuous years documented experience specializing in the manufacturing of doors, frames, accessories, and/or hardware of the type required for this project. At the request of the Engineer, the manufacturer shall provide testing and/or certification information demonstrating that the manufacturer shall design and construct all equipment to the latest applicable codes and standards. The manufacturer or their representative shall be available for consultation to all parties engaged in the project, including instruction to installation personnel. Scheduling The Contractor shall ensure that all approvals and/or shop drawings are supplied or returned to the manufacturer in time for fabrication without affecting construction progress schedule. In addition, they shall ensure that templates and/or actual hardware requested by manufacturer are available in time for fabrication without affecting construction progress schedule. Warranty The Manufacturer shall provide a one (1) year warranty against defects in workmanship and materials, including warping, rotting, decaying or bowing. The Installer shall warrant installation procedures and performance for a minimum of two (2) years from the point of substantial completion against defects due to workmanship and materials handling. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 8 8-3 J:\Data\REN\119-215\30 Specs\8 Openings.docx 1/21/26 9:01 AM © 2026 RH2 Engineering, Inc. Part 2 – Products Components Provide doors, frames, and accessories as noted on the Door Schedule. Provide door hardware as specified, as noted on the Door Schedule, and as required by the local building code. Contractor shall provide weather tight trim around all doors whether shown on the Plans or not. The frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. Exterior door frames shall have an integral weather-strip at head and jambs. Frames shall be trimmed in the field to form a weather tight seal if shown on the Plans or not. Accessories Provide door accessories as noted on the Door Schedule. Hinges shall provide 180-degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper-proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. The manufacturer shall provide door stops; no screw-on stops will be accepted. Equip exterior louvered doors with factory-installed, insert-type, sight-proof louvers with inverted “Y” blade baffles. Louvers and frames shall be of sufficient strength to withstand a 300-pound lateral load without permanent deflection. Equip louver with a bird and insect screen. Louvers shall a minimum of 40 percent free area airflow. Louver blades and frames shall be 6063-T5 extruded aluminum alloy, 0.062-inch (1.57 mm) minimum thickness. Insect screens shall be 14-18 mesh, 0.011-inch (0.28 mm) diameter alclad aluminum, set in 6063-T5 extruded aluminum alloy frame, 0.050-inch (1.25 mm) minimum thickness. Finishes Prime doors and frames at the factory according to requirements for metals in Division 9. Finishes shall be per the appropriate metal finishes in Division 9. Part 3 – Execution Installation Install doors and frames in accordance with manufacturer’s instructions and approved shop drawings; set frames plumb, square, level, and aligned to receive doors . Anchor frames to adjacent construction in strict accordance with recommendations and approved shop drawings and within tolerances specified in manufacturer’s instructions. Seal metal-to-metal joints between framing members using good quality elastomeric sealant, and all doorjambs with caulking as specified. Reinforce hinge and lock areas. Mount door using minimum of three (3) hinges. Hang door in the frames and apply hardware in a neat, secure manner so that the doors will operate without dragging or binding. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 8 8-4 J:\Data\REN\119-215\30 Specs\8 Openings.docx 1/21/26 9:01 AM © 2026 RH2 Engineering, Inc. Cleaning/Repair Upon completion of installation, thoroughly clean door and frame surfaces in accordance with AAMA 609. Do not use abrasive, caustic, or acid cleaning agents. Protect products of this section from damage caused by subsequent construction until substantial completion. If damage does occur, Contractor shall repair damaged or defective products to original specified condition in accordance with manufacturer’s recommendations. Replace damaged or defective products that cannot be repaired to Owner’s acceptance. 8.11 Metal Doors and Frames 8.11.13 Hollow Metal Doors and Frames Part 2 – Products Components Doors and frames shall comply with ANSI/SDI A250.8 for level and model and A250.4 for physical performance level. All doors shall be 1¾-inch thick and insulated with a solid polyurethane or urethane foam core. Exterior doors shall be Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 2 (Seamless) and fabricated from 16 gauge steel minimum. Interior doors shall be Level 2 and Physical Performance Level B (Heavy Duty), Model 1 (Full Flush) and fabricated from 18 gauge steel minimum. Door frames shall be 14-gauge galvanized steel, as manufactured or recommended by the door supplier specifically for the door installed. Frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. Alternatively, door frames installed within CMU walls can be 16-gauge galvanized steel, tied to the CMU with masonry wire clips. Fully grout CMU block within one length of a full-sized block measured from door frame. 8.70 HARDWARE 8.71 Door Hardware 8.71.05 Common Work for Door Hardware Part 1 – General Summary This specification covers door hardware for interior and exterior doors. The Contractor shall provide all hardware necessary to install doors in a secure, weather-tight manner. Unless otherwise specified, all door hardware shall be according to this section. Related Sections 1.52.20 Locks and Keys City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 8 8-5 J:\Data\REN\119-215\30 Specs\8 Openings.docx 1/21/26 9:01 AM © 2026 RH2 Engineering, Inc. Submittals Door hardware submittal information shall indicate that hardware is suitable for fire- and sound-rated applications, where applicable. Performance Requirements All door hardware shall be selected to meet local building and fire codes. Part 2 – Products Components Key cylinders shall utilize the Owner’s standard core and key. The key cylinder shall fit all exterior locking hardware and shall automatically lock when the door is closed. A vandal-resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. All exterior, and fire- and sound- rated doors and frames shall have perimeter gasketing. Weather stripping shall consist of a vinyl, neoprene, or sponge neoprene strip mounted on an aluminum or stainless steel bracket which is fastened to the door or frame. Gasketing shall be Pemko or equal. 8.71.20 Hardware for Man-Doors Part 2 – Products Accessories Dead Bolt: Doors with dead bolt locks shall use a 1-inch bolt throw, with concealed mounting screws, and a satin chrome finish. The dead bolt shall be thrown or retracted by a key on the outside and by a thumb knob on the inside. The dead bolt shall be equal to Schlage. Exterior Door Lockset Entrance Lock (Non-Emergency Exit): Non-emergency, exterior doors shall have an entrance lock (ANSI F20) with 3-inch-wide by 16-inch-high raised plate and rectangular pull with thumbpiece and deadbolt key cylinder hole on the exterior, and a lever and deadbolt thumbturn on the inside. The latchbolt shall be retracted by the thumbpiece/lever from either side. When locked, the outside key or inside knob/lever shall retract the deadbolt and latchbolt simultaneously. The outside knob/lever remains locked until the thumbturn is restored to vertical position. Throwing the deadbolt shall automatically lock outside knob/lever. The inside lever shall always be free for immediate egress. Exit Device (Emergency Exit): Exit devices shall be provided for exterior doors at fire-rated doors, emergency exits, chemical/hazard rooms, and elsewhere as shown in the Door Schedule on the Plans. Unless otherwise noted, exit devices shall only be provided on the active door of a double door. Exit devices shall be Dorma 9500 series mortise lock style with 3-inch wide by 16-inch high raised plate and rectangular pull with thumbpiece and cylinder hole, or equal . Panic exit hardware shall have a stainless steel satin finish and shall be equal to Von Duprin Series 98/99 panic bar. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 8 8-6 J:\Data\REN\119-215\30 Specs\8 Openings.docx 1/21/26 9:01 AM © 2026 RH2 Engineering, Inc. • Key cylinders shall be interchangeable and compatible with the Owner’s preferred cylinder. • Exterior doorknobs shall have brushed stainless steel finish, or equal. • Exterior doorknobs shall be ANSI A156.13 Series 1000 Grade 1, Schlage or equal. Closers: Door closers shall be provided for exterior doors, fire-rated doors, restroom, and locker room doors, and elsewhere as shown in the Door Schedule on the Plans. Door closers shall be surface mounted, parallel-arm type with an aluminum or stainless steel finish. Door closers shall be Dorma 8600 or equal. Closer shall be UL-listed for fire door rating. Push/Pull Plates: The inactive door on a double door shall be equipped with push/pull hardware. The pull hardware shall be the rectangular pull style mounted on a 3-inch-wide by 16-inch-high plate. The push plate shall be 3-inches wide by 16-inches high. Push/pull hardware shall be fabricated from stainless steel. Doors with push/pull hardware shall be equipped with closer. Door Hinges: Door hinges shall be fabricated using polished and stainless steel and shall be equipped with permanently lubricated ball bearings. Hinges shall provide 180-degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper-proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. Thresholds: All interior and exterior doors shall have an extruded aluminum threshold . Thresholds shall be Pemko or equal. Door Bottoms: All sound rated doors shall have a non-handed full-mortise automatic door bottom with neoprene seal that is fire and sound rated. Automatic door bottom shall be Pemko 434ANBL or equal. All exterior and fire rated doors shall have vinyl or neoprene door-shoe or door-bottom sweep, Pemko or equal. Astragals: Provide flush extension bolts at the top and bottom of inactive double doors. Equip inactive doors with an overlapping astragal constructed of similar material to door . Astragals shall be Pemko or equal. Door Stops: All doors shall have a doorstop and holder fabricated from aluminum or stainless steel. Strike shall be wall- or floor-mounted and provide automatic doorstop and hold with quick release. Rain Drip: All exterior doors shall be equipped with an aluminum door-top rain-drip weather strip, mounted to the top edge of the door frame to prevent water intrusion. Rain drips shall be Pemko or equal. Finishes All hardware shall have the same finish and shall be satin nickel. 9-1 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 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. Contract 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, and 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 electronic or printed chart, the Contractor must provide physical samples of the colors selected for the Owner’s approval. • Safety Data Sheets (SDS): Provide an SDS for every materials including solvents. • Schedule: Provide a schedule of coating operations and inspection timing. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-2 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. Performance Requirements 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 intervals. 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 materials, debris, and rubbish. 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. Tnemec Company 2. Sherwin Williams City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-3 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. 3. 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 named. 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. Shop-applied coatings shall be performed at a QP-3 accredited facility. Provide documentation verifying accreditation. 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. Preparation If any existing coatings are to be removed, the Contractor shall test the existing coatings for lead content. Present the results to the Owner immediately to determine a remediation plan. 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 Pipe Fitters (NAPF), American Water Works Association (AWWA), 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-4 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. 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 recommendation for recoating time intervals shall be strictly adhered to. Pipe being coated shall be emptied of water for a minimum of 24 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. If, in the Owner’s opinion it is not practical to drain the pipe, the water must stand for at least 48 hours to reach ambient temperature prior to coating the pipe. Do not allow water to flow for at least 24 hours after each coat. 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-5 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. 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. 9.90.06 Product and Color Schedule Colors of finish coatings on process equipment, piping, and building surfaces shall conform to the following schedule. All finishes shall be satin unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform to this section. Factory coatings which are damaged shall be recoated in the field in accordance with these specifications. Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. Exceptions may be listed in individual sections of these specifications. The contractor shall allow no less than 15 working days from the time the Owner is provided with color selections for the Owner to make color choices. The Owner will develop a color schedule for painted items after award of the contract. Provide a pallet of colors from the manufacturer of not less than 30 color choices. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-6 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. • Sensors, switches, transmitters. • Pipe joint bolts, shackles, washers, and nuts. 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. • Motors • Control valve pilot systems • Sensor piping systems • Valves • Flow meters • Machinery and blowers • Electrical panels 9.91.13 Exterior or Damp Environment Painting 9.91.13.01 – System 1: Metals – Exterior and Wet Conditions including Doors, Windows, and Frames Part 2 – Products 1. Tnemec a. Prime Coat: Series 27 Fast Cure Epoxy (3 to 5 Mil DFT) b. Finish Coat: Series 1095 EnduraShield (3 to 5 Mil DFT) 2. Sherwin Williams For products that are supplied in bare (unprimed) metal: a. Primer: Corothane 1 Galvapac Zinc Primer B65G11 (2.5 to 3.5 Mil DFT) b. Intermediate: Acrolon 218HS B65-650 Series (3 to 5 Mil DFT) c. Finish Coat: Acrolon 218HS B65-650 Series (3 to 5 Mil DFT) For products that are supplied with a shop prime coat: a. Primer: Shop b. Intermediate: Macropoxy 646FC B58-600 Series (5 to 8 Mil DFT) c. Finish Coat: Acrolon 218HS B65-650 Series (3 to 5 Mil DFT) Part 3 – Execution Surface Preparation 1. Clean, dry, and free of all dirt, oil, grease, and other contaminants. 2. For new work: SSPC-SP1 solvent cleaned. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-7 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. 3. For coating over existing painted surfaces: Remove all loose and damaged coatings. Prepare with SSPC-SP2 hand tool or SP3 power tool cleaning. 4. All hollow metal doors, windows, and frames shall be bonderized, pickled , or phosphatized, which will serve as a primer for and shall be compatible with the finish coat to be applied in the field 9.91.13.02 – System 2 – Powder Coating for Steel and Aluminum Handrail and Other Architectural Features Part 1 – General 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). 2. Sherwin Williams Powder Coat System a. Primer: Powdura Gray Epoxy Primer (1.8 to 3 Mil DFT). b. Finish Coat: Powdura TGIC Powder Coating (2 to 3 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 9 9-8 J:\Data\REN\119-215\30 Specs\9 Finishes.docx 1/21/26 9:02 AM © 2026 RH2 Engineering, Inc. Field Quality Control Finished coating shall be smooth to the touch with no visible lumps, bumps, or cracks. 9.91.23.01 – System 3: Metals Interior (Dry Conditions) [CSI 09 91 23 13] Part 1 – General This Section applies to all interior metals located indoors, not factory coated and where the metal is not holding or in direct contact with a liquid and not exposed to weather. Materials 1. Tnemec a. Primer: Series 1 Omnithane Prime (2.5 to 3.5 Mil DFT) b. Finish Coat: Series N69 Epoxoline II (4 to 6 Mil DFT) 2. Sherwin Williams a. Primer: Corothane 1 Galvapac Primer B65G11 (2.5 to 3.5 Mil DFT) b. Finish: Macropoxy 646FC B58-600 Series (4 to 6 Mil DFT) 3. International Paint a. Primer: i. Fast Set Option: Devran 261QC Epoxy ii. Cold Cure Option: BarRust 235 Epoxy iii. Summer Option: BarRust 231 Epoxy Mastic (4 to 6 Mil DFT) b. Finish Coat: i. Fast Set Option: DevThane 349QC Aliphatic Polyurethane ii. Commercial Option: DevThane 389 Aliphatic Polyurethane iii. Premium Gloss Option: DevThane 379 UVA Aliphatic Polyurethane iv. Premium SemiGloss Gloss Option: DevThane 378 UVA Aliphatic Polyurethane (2 to 3 Mil DFT) Part 3 – Execution Surface Preparation SSPC SP1 followed by SP6 (commercial blast). Surface profile shall be 2.0 Mil, minimum. 10-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\10 Specialties.docx 1/21/26 7:31 AM © 2026 RH2 Engineering, Inc. Division 10 Specialties (Not Used This Contract) 11-1 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. Division 11 Equipment 11.00 GENERAL Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment [CSI 11 05 00] Part 1 – General Related Sections • Division 1.81.30 Seismic Restraint Requirements Submittals Provide submittal information to the Owner for the following items: • Pumps and Motors 11.10 PUMPS [CSI 43 20 00] 11.10.05 Common Work for Pumps [CSI 43 20 05] Part 1 – General Summary This section covers work necessary to provide the pumps, complete with motors and accessories, described herein and as shown on the Plans. Related Sections • Division 1.75 Starting and Adjusting. • Division 1.81.40 Pressure Ratings. • Division 10.14.23 Panel Signage. • Division 11.19 Pump Anchor Bolts. • Division 11.20.1 Common Work for Pump Motors. References • HI - Hydraulic Institute. • ASTM - American Society for Testing and Materials. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-2 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. • AISI - American Iron and Steel Institute. • ANSI - American National Standards Institute. Definitions Performance Requirements Power required to operate the pump(s) shall not exceed the motor nameplate horsepower regardless of any flow and head tolerances listed in this specification, unless allowed otherwise in the Pump Motors section. The design and performance requirements listed for each pump must be met, with no exceptions. Pumps that do not meet all of the conditions will be rejected. Performance range shall adhere to the HI 11.6 (submersible sewer pumps) or HI 14.6 (centrifugal and vertical pumps) tolerances stated herein are referenced at the specified design point(s). Flow tolerance is measured at the design point head. Head tolerance is measured at the design point flow. Efficiency is evaluated where a straight line drawn from zero flow, zero head, passes through the design point and crosses the actual pump curve. All tolerance requirements listed must be met. They are not independently exclusive. Grade 2B (±8% of Flow, and ±5% of Head, and no less than -5% of Efficiency). Submittals Provide the following information: Source Quality Control • A minimum of 5 installations with similarly sized and configured pumps in equivalent fluid applications installed by the Contractor or installer subcontractor. Include location, contact name, and number. • Company name, address, and phone of the closest manufacturer’s authorized service company and a qualified service company. Qualified service may be a company that is not a manufacturer’s authorized service center but can perform competent service and order repair and replacement parts. Authorized service must within the 48 contiguous US states. Qualified service must be within 200 miles of the project site. Product Data: • Specifications and data describing all pump parts, pieces, and components. Include information on materials of construction and proposed coating systems. • Intake strainer mounting configuration (if applicable). • Performance curves showing total dynamic head (TDH) in feet, efficiency, and net-positive-suction head required (NPSHR) versus output in gallons per minute (gpm). All losses from the drive shaft, seal, coupling, and other mechanical losses shall be included in the data presented. Catalog or software generated curves may be submitted for preliminary approval and ordering. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-3 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. • Additional VFD pump curves for speeds at 50 percent, 70 percent, and 90 percent of full speed. • Documentation on assembled pump and motor unit natural frequency. Natural frequency shall not occur within 20 percent of speed above or below the pump’s nameplate speed, or the operating range of 900 rpm to 1,170 rpm for variable speed. • Complete list of all pump system components and accessories. • Bearing life (L10) for ball and roller bearings. Calculations supporting L10 of no less than 40,000 hours. Shop Drawings: • Detailed dimensional drawings showing outline dimensions, lengths, overall sizes, materials, and weights for each pump unit and associated accessories. Closeout Submittals: Provide the following submittals prior to project closeout: • Operations and Maintenance manual. • Manufacturer signed warranties with pump serial numbers. Quality Assurance The pump manufacturer is responsible for the motor and pump assembly. Delivery, Storage, and Handling Deliver, store, and handle pumps in accordance with manufacturer’s recommendations. Warranty Warrant all pumping equipment described in this section and provided under this contract against defects in materials and workmanship for a period of two years after date of project acceptance. Following pump and motor installation, furnish the services of a qualified manufacturer’s representative to inspect pump units and inform Owner, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, to the satisfaction of the Owner, manufacturer’s warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer’s warranty. Upon completion of pump installation, manufacturer’s representative shall provide written certification that equipment is fully warranted as installed. Extra Materials Provide any special tools required for pump or motor maintenance. Part 2 – Products Manufacturers Flygt is the only manufacturer approved on this project. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-4 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. Components For pumps in domestic water applications, all wetted pump components, coatings, and lubricants shall be approved for use in potable drinking water in accordance with U.S. Food and Drug Administration (FDA) or National Sanitation Federation (NSF 61) rules and regulations. Neither 201 nor alloy-20 stainless steels are approved for any pump components unless specifically mentioned otherwise in these specifications. All pump system components are to come from the pump manufacturer and include: • Motor • Bowl assembly • Discharge elbow • Couplings • Lifting rails and cable • Power cable • All other necessary appurtenances for complete unit assembly. Accessories All pumps are to include an engraved non-corrodible metal nameplate on the exterior of the pump head or body (duplicate attached to pump support flange or shipped loose if submersible), readily accessible without requiring any disassembly. The nameplate shall include, at a minimum, the following information (as applicable for the type of pump): • Pump Manufacturer • Pump Model Number • Pump Serial Number • Impeller Number • Impeller Trim • Design TDH (feet) • Design Flow (gpm) • Supplier Name and Phone Number • Date of Manufacture City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-5 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. Source Quality Control Part 3 – Execution Installation/Construction Install pumps in accordance with manufacturer’s directions. Installation shall be supervised and approved by manufacturer’s representative prior to operating or field testing. Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the driven units and all interconnecting shafts and couplings. Flexible couplings shall not be used to compensate for misalignment. Connect piping to the pump in a manner which prevents strain on the pump casing or head. Field Quality Control A qualified and authorized representative of the pump manufacturer shall conduct or supervise the field testing. Prior to acceptance of installed pumps, manufacturer’s representative shall demonstrate proper operation of pumps at capacities stated. Contractor is responsible for startup and adjustments to meet the specifications. Perform field tests to represent the performance of the new pump(s) when operating under actual field conditions and to establish the acceptance of the pump(s) furnished and installed. Perform the field test in the presence of the Owner after the piping and controls have been installed. Perform a performance test similar to those described in the latest edition of Hydraulic Institute’s (HI) Pump Tests (ANSI/HI 14.6 centrifugal and vertical, ANSI/HI 11.6 Submersible), with results for each pump submitted to the Owner for approval. Perform a field test to the accuracy obtainable with the monitoring equipment installed with the piping and instrumentation. If sufficient field devices are not available to test all parameters, the Contractor shall provide testing gauges and meters as needed. At a minimum, the following are needed: • Suction pressure gauge or water level probe. • Electric current and voltage meter(s), one per phase. Where existing gauges and meters are retained and not been replaced under this contract, the Contractor may temporarily replace such equipment during testing with their own at their expense, if approved by the Owner. The Owner makes no guarantee of the accuracy of existing gauges and meters. Results shall be within plus or minus 1 percent of the tolerances listed above under Performance Requirements. Perform testing under the observation of the Owner. At that time, the following data shall be collected for each pump: • TDH vs. Flow at a minimum of three points which include: Shutoff head (unless pressure is deemed excessive by the Owner), fully open to system, and approximately 50 percent design flow with throttled discharge valve. Additional points may be required at the discretion of the Owner. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-6 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. • Overall Efficiency (motor power draw required for this calculation). • If a throttled valve is used to adjust the operational point during vibration testing, the valve must be no closer than 20 times the pipe diameter from the pump and separated from the pump by at least one flexible pipe joint. • For variable speed pumps, take readings at full speed and two reduced speeds as directed by the Owner. Do not test below 50% of design flow without Owner’s approval. Upon completion of pump installation and testing, manufacturer’s representative shall provide written certification that equipment is installed correctly and fully warranted. Provide certification that pumps meet all requirements set forth in these specifications and submittal literature. The Contractor shall provide a written report of all test conditions and results. Repair Repair and retest units failing any field test. If unit fails second field test, unit will be rejected, and supplier shall furnish a unit that will perform as specified. 11.12 Wastewater Pumps 11.12.2 Centrifugal Solids Handling Pump [CSI 43 25 13] Part 1 – General Summary This section covers work necessary to provide the submersible non-clog pumps and motors with rail system, complete at the sewer pump station. Each pump unit provided for this project shall be Flygt, no substitutions. See lower sections for specific pump model number and operational requirements. Extra Materials Provide (1) spare pump impeller. Part 2 – Products Operational Requirements Pump Nos. 01 and 02 Design Head (TDH) (feet) 12.55 Design Flow (gpm) 3,460 Minimum Shutoff Head (feet) 36 Flygt Model Number/Impeller No. NP 3171 LT 3~ 615 Maximum Motor Horsepower 12 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-7 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. Pump Design The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet well. A machined metal to metal watertight contact shall accomplish sealing of the pumping unit to the discharge connection. Each pump shall be fitted with sufficient length of stainless-steel chain with spectra cord to reach from bottom to top of wet well plus five feet of slack. The working load of the lifting system shall be 50 percent greater than the pump unit weight. Pump Construction Major pump components shall be of gray cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow-holes or other irregularities. All exposed nuts or bolts shall be AISI type 304 stainless steel construction. All metal surfaces coming into contact with the sewage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. Impeller The impeller(s) shall be cast of A532 Alloy III A (25% chrome cast iron), dynamically balanced, semi-open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a spiral groove located on a replaceable insert ring. The impeller shall have vanes hardened to Rc 60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag -laden wastewater. Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro- dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten carbide WCCR ring. The upper secondary seal, located between the seal chamber and the seal inspection chamber shall be a leakage-free seal. The upper seal shall contain one stationary and one positively driven rotating carbon-aluminum oxide (AL203) seal ring. The rotating seal ring shall have small back-swept grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should enter the dry motor chamber back into the lubricant chamber Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-8 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plugs, with positive anti-leak seals, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load. Seal lubricant shall be FDA Approved, non-toxic. Suction Cover The volute shall have a replaceable suction cover insert ring in which are cast spiral-shaped, sharp-edged groove(s). The spiral groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller vane leading edge shall cross during rotation so to remain unobstructed. The insert ring shall be cast of ASTM A-532 Alloy III A (25% chrome cast iron) and provide effective sealing between the multi-vane semi-open impeller and the volute housing. Volute The pump volute shall be of A48 Class 35B gray cast iron and shall have an integral spiral shaped cast groove(s) at the suction of the volute. Pump Shaft Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The pump shaft shall be 431 stainless steel ASTM A479 S43100-T. Shaft sleeves will not be acceptable. Bearings The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a two row angular contact ball bearing. The lower bearing shall be a two row angular contact ball bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve. Electrical Pump Cord Each pump shall be provided with submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be of sufficient length to reach from the bottom of the wet well to the splice box shown on the Plans plus five feet of slack. T he power cable shall be sized according to NEC and OCEA standards and also meet with PMSHA approval. Electric Motors The pump motor shall be UL approved as explosion-proof for continuous operation in a Class I, Division I, Group D hazardous location when not submerged. The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber, NEMA B type. The stator housing shall be of gray cast iron, ASTM A-48, Class 35B. The stator windings and stator leads shall be insulated with City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-9 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. moisture resistant Class H insulation rated for 180C (356F) and capable of up to 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125C (257F) shall be embedded in the stator lead coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The motor and pump shall be designed and assembled by the same manufacturer. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10 percent. The motor shall be designed for operation up to 40C (104F) ambient and with a temperature rise not to exceed 80C (176F). A performance chart shall be provided showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chloroprene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through run-out. Motor Sensors The motor stator temperature shall be continuously monitored by three (3) low resistant, bi - metallic, (N.C.) normally closed thermal switches embedded in the stator windings. These thermal sensor switches shall be used as additional supplemental motor pro tection and shall be wired in series with external third leg overload protection provided by the motor stator in the control panel. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50 percent chamber capacity, signaling the need to schedule an inspection. Upon detection, the sensors shall actuate a panel mounted relay which will provide the operator with a visual indication of impending seal failure. Seal lubricant shall be FDA Approved, non-toxic. Pump Removal Rail System The pump removal rail system shall provide smooth, easy, removal and installation of the specified pumps from the lift station. The system shall include for each pump unit a hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracke t, Flygt Grip-Eye System, nylon line, and lifting chain. The guide rails, carrier guide bracket, and lifting chain shall be constructed of stainless steel materials. Mix Flush System Provide two (2) of the specified pumps in the primary pumping chamber with a Flygt 4901 Flush Valve for flushing the wet well during initial operation of the pump. The flush valve City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 11 11-10 J:\Data\REN\119-215\30 Specs\11 Equipment.docx 1/21/26 9:05 AM © 2026 RH2 Engineering, Inc. shall depend only on the pump flow and pressure to operate and no electrical components shall be allowed. Install per manufacturer’s recommendation. Part 3 – Execution Installation Level base using steel edges (steel plates or steel shims with wedge tape not greater than ¼-inch per foot). Use double wedges to provide a level bearing surface for the pump and driver base. Perform wedging in a manner that prevents any change of level or springing of the base plate when the anchor bolts are tightened. 12-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\12 Furnishings.docx 1/21/26 7:32 AM © 2026 RH2 Engineering, Inc. Division 12 Furnishings (Not Used This Contract) 13-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\13 Special Construction.docx 1/21/26 7:32 AM © 2026 RH2 Engineering, Inc. Division 13 Special Construction (Not Used This Contract) 14-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\14 Conveying Systems.docx 1/21/26 7:34 AM © 2026 RH2 Engineering, Inc. Division 14 Conveying Systems 14.00 GENERAL This division covers the work necessary for furnishing and installing all conveying systems described herein and as shown on the Plans. Sections in these Specifications titled “Common Work for . . .” shall apply to all following subsections whether directly referenced or not. 14.41 Cranes and Hoists [CSI 41 22 00] 14.41.05 Common Work for Cranes and Hoists [CSI 41 22 05] Part 1 – General References Equipment furnished under this section shall comply in all respects with the requirements of the following standards. • OSHA Occupational Safety and Health Administration • CMAA Crane Manufacturer’s Association of America • HMI Hoist Manufacturer’s Institute • ANSI American National Standards Institute • NEMA National Electric Manufacturer’s Association • WAC Washington Administrative Code Chapter 296-100 • OSSC Oregon Structural Specialty Code • NEC National Electric Code • AWS AWS D14.1 Specification for Welding Cranes • AISC AISC Steel Construction Manual – Crane Runway forces • IBC International Building Code Related Sections • Division 05.05.23 Bolts and other Connectors. • Division 9 Finishes. Submittals Provide, at a minimum, the following information. • Shop drawings, dimensions, and details. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 14 14-2 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\14 Conveying Systems.docx 1/21/26 7:34 AM © 2026 RH2 Engineering, Inc. • Documentation of all shop and field testing. • Manufacturer’s catalog data. • Calculations. Operations and Maintenance Manuals • Equipment function, normal operating characteristics and limiting conditions. • Assembly, installation, alignment, and maintenance instructions. • Lubrication and maintenance instructions. • Guide to troubleshooting. • Parts list. • As-built drawing. • Test results. Quality Assurance Contractor shall adhere to OSHA, State and local safety guidelines, laws, rules and regulations. Contractor shall conform to all applicable specifications and/or standards as listed herein. Comply with CMAA Specification 74 or 70, as applicable. Steel members will not be ordered until shop drawings and submittals have been approved by the Owner. All electric equipment shall be UL, CSA or ETL labeled. Warranties Provide 1-year equipment warranty. Part 3 – Execution Installation Preliminary sizing, spacing and detailing of crane and support brackets are shown on the Plans. Provide required changes to the support brackets for a fully operational system. The Engineer will provide required revisions to support brackets based on these changes. Costs for changes to support bracket are considered included in the bid price. The system shall be installed in conformance with the manufacturer’s instructions and inspected by a manufacturer’s representative. Provide all necessary accessories to make the system complete, usable, and capable of meeting the operating requirements specified in the Operating Requirements. Test, adjust, and clean equipment for acceptance by the Owner. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 14 14-3 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\14 Conveying Systems.docx 1/21/26 7:34 AM © 2026 RH2 Engineering, Inc. Field Quality Control Inspect erection of structural components for conformance with reviewed shop drawings and contract documents prior to installation of equipment. Bring nonconforming work to the attention of the Engineer prior to proceeding with installation. Nonconforming structural elements or installation must be corrected by the Contractor prior to performing the system’s load test. Testing All system equipment shall be operated using the crane through a complete lift and lowering cycle and through a complete travel of the crane as applicable to determine that the equipment performs smoothly and safely and that the hoist length is sufficient to permit operation from desired floor levels. All tests shall be carried out with the equipment loaded at 125 percent of capacity and tested using the actual anticipated service load (or a model matching the weight and dimensions of the anticipated service load). The bridge crane provider shall provide the test weight loads. Any defects shall be corrected by the system provider without any expense to the Owner. Repair/Restoration If the system or components are used by the Contractor during construction of this facility, it shall be repaired, repainted, and otherwise refurbished to a like new condition prior to acceptance. The Contractor assumes all responsibility for operation and maintenance until the system has been accepted by the Owner. 14.41.23 Monorail Hoist [CSI 41 22 23.19] Part 1 – General Summary This section specifies monorail and hoisting equipment; including the complete system and its monorail, trolley, hoists, cabling and controls, and all appurtenances specified hereinafter. Design Criteria This section, in addition to what is shown on the Plans, details the requirements for the system. Span: Per Plans Capacity: 1/2 Ton Hoist type: Harrington underhung hand chain hoist, CB005 (or approved equal) Trolley type: Harrington GT geared trolley, GTF2010 (or approved equal) The system shall be designed to position the hoist hook above the center of the serviced equipment without interfering with the building walls or roof. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 14 14-4 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\14 Conveying Systems.docx 1/21/26 7:34 AM © 2026 RH2 Engineering, Inc. Part 2 – Products Manufacturers Monorail package systems shall be provided by Konecranes, Crane Pro Services, F. T. Crowe, or approved equal. Materials Components Material Monorail beams Steel, ASTM A36 or A992 Trolley Steel, ASTM A36 Wheels Cast Iron or Steel Hooks Forged Steel Components The Contractor shall supply monorail support brackets as shown on the Plans. Hoist and Trolley • Hoist shall be manual chain type with manual trolley to fit standard “S” beams, wide flange “W” beams, or fabricated boxes. • Safety latch shall be provided on hook. • Hoist shall have a duty rating suitable for the load class and cycles of the application. End Trucks • End trucks shall be designed in accordance with CMAA specifications. • End trucks shall be bolted to monorail. Labeling • Hoist shall be labeled with load rating per WAC. Finishes Hoist and trolley shall be factory painted per manufacturer’s standards and Division 9. Owner shall select color. Monorail shall be shop cleaned, primed and painted per manufacturer’s standards and Division 9. Owner shall select color. The following items shall not be painted. • Rail surfaces in contact with wheels • Hoist chain 15-1 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 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 [CSI 33 05 00] 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 • Division 1.81.40 Pressure Ratings • Division 10.14.23 Panel Signage Submittals Submittal information shall be provided to the Owner for the following items: • Ductile iron pipe • Ductile iron fittings • Isolation valves • Other mechanical components listed in this division or required by the Engineer Part 2 – Products Existing Products Existing pipe and fittings in contact with drinking water that are not compliant with low lead standard NSF/ANSI 372 (generally those installed before 2014) and will be modified under this contract must be upgraded to meet this standard. Existing pipe and fittings that will be reused, but not modified, do not require upgrading. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-2 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. 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 Provide all work and complete all tests required to demonstrate the integrity of the finished installation for the approval of the Owner and all agencies having jurisdiction. Pressure Testing Furnish and operate all pumps, gauges, plugs, saddles, valves, miscellaneous hose and piping, and other equipment necessary for performing the tests. Pressure gauges used for testing and commissioning shall be legible and in good working order. The gauge face shall be no smaller than 2.5-inch diameter for analog gauges. Scale range shall not exceed 200% nor be less than 110% of the test pressure. For example, for a 250 psi test, the gauge scale shall not exceed 500 psi nor be less than 275 psi. The Owner has the right to reject any gauges that are suspect in their accuracy. Any gauge that does not read zero when there is no pressure will be rejected. 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 their permanent configuration at their individual test pressure rating. 15.20 PIPE AND FITTINGS 15.21 Common Work for Pipe and Fittings [CSI 33 05 00 or 40 05] 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. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 304 in raw domestic or treated domestic water and minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-3 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Stainless steel shall not be used where in contact with chlorine or chlorine solutions. Stainless steel bolts may be used in lieu of Nitronic but must be assembled using appropriate lubricant or tape. For installations in domestic water, lubricant, or tape must be approved for domestic water service. Cobas Stainless Steel Thread Sealing Tape or approved equal. 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. 15.22 Metal Pipe and Fittings 15.22.02 Ductile Iron Pipe and Fittings [CSI 33 05 19] Part 1 – General Design Requirements Ductile iron pipe shall have thickness designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures to meet the requirements of Division 1.81.40 unless listed as more stringent below. The pipe thickness shall not be less than that of Class 52 pipe for non-flanged pipe. The pipe thickness for fire hydrant runs shall not be less than Class 52 unless shown otherwise on the Owner’s standard details or materials specifications. For pipe 16-inch diameter and larger where field cuts are anticipated, it is recommended that the Contractor purchase some pipe as “gauged” to improve the chances of the pipe maintaining roundness for insertion into joints. Gauged pipe shall be clearly mar ked for field identification. Additional costs, if any, for gauged pipe will be incidental, no additional payment. Flanged joints shall conform to ANSI Standard B16.1 and be of the class shown on the plans. Part 2 – Products Manufactured Units Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless otherwise specified and shall conform to ANSI Standard A21.51 (AWWA C151). City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-4 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. When requested, furnish certification from the manufacturer of the pipe and gasket being supplied that inspection and all of the specified tests have been made , and the results comply with requirements of this standard. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted where ductile iron is called out on the plans. Ductile iron fittings shall be short-body, cement-lined, and for the pressure rating noted in Division 1.81.40. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint (MJ), ductile iron, compact fittings 3-inches through 64-inches shall be in accordance with AWWA C153. Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron unless otherwise specified in the Contract Documents. Interior shall be cement lined. Ductile iron flange (FL) fittings shall be in accordance with AWWA C110 unless otherwise specified in the Contract Documents with a bolt pattern to match adjacent pipe. Gasket material for flanges shall be Styrene Butadiene Rubber (SBR, Buna-S), neoprene, nitrile rubber (NBR, Buna-N), chlorinated butyl, or cloth-inserted rubber. Gaskets shall be full-face. Gaskets shall be a minimum ⅛-inch thick. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (PE), or flanged (FL). Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and coat the exterior per Division 9.91.13.13. Part 3 – Execution Installation Install ductile iron water mains in accordance with AWWA C600. Provide tools and equipment, including any special tools required for installing each type of pipe used. The amount of deflection at each pipe joint shall not exceed 3 -degrees per joint (11 inches over 18 feet), or the manufacturer’s printed recommended deflections, whichever is less. Pipe that has been cut and will be joined in a push-on joint connection shall be beveled by methods recommended by the pipe manufacturer. If the cut end is not round enough to insert into a joint, the Contractor may attempt to re-round the pipe using a method approved by the manufacturer and the Owner. Do not point load the pipe when applying pressure nor over-correct in an attempt to permanently set the new shape. Once rounded, install into the City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-5 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. next joint before relieving pressure on the re-rounding equipment. The Owner will not provide compensation to re-round pipe. 15.30 VALVES 15.31 Common Work for Valves [CSI 40 05 51] Part 1 – General Design and Performance Requirements Valves noted on the Plans or in other parts of the Specifications shall meet the requirements herein. Valves shall be designed for the intended service. Valve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the Engineer’s attention during the bidding process. Valves that do not operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the Contractor’s expense. Pressure rating shall be per Division 1.81.40 unless shown otherwise. Part 2 – Products Components If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95 to 99 percent of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. Exposed valves shall be equipped with lever actuator for valves 3 inches and smaller, or handwheel actuator for valves 4 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher than 6 feet above the finished floor shall be equipped with chainwheel operator. Part 3 – Execution Installation Install valves in strict accordance with the manufacturer’s instructions and as shown on the Plans. Verify alignment and adjustments after installation. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-6 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. 15.32 Isolation Valves 15.32.03 Knife Gate Valves Part 1 – General Design Requirements Valve shall be the bonnetless knife gate. Part 2 – Products Components Gate edge shall be machined and finished. The gate faces shall be finish machined. Metal seated valves shall have a beveled bottom gate; resilient seated valves will have a flat bottom gate. Packing system shall consist of multiple layers of packing. The selected packing system shall be for wet service. The packing gland shall match the valve body material. The fasteners shall be stainless steel. Body shall be a one-piece casting of type 304 stainless steel for corrosive applications. Metal seated valve body shall incorporate rugged guides and jams to support and wedge the gate against the seat. Valve inside port diameter shall conform to MSS SP-81 requirements for both metal and resilient seated valves. Seat shall be resilient seated. Resilient seated valves shall have a perimeter seat design and provide bubble-tight shutoff in both directions to the full rating of the valve. The resilient seated valve shall be fully rated for dead end service and have no recommended flow direction and not require line pressure to seal. Resilient seat material shall be EPDM suitable for use with stormwater. Face-to-face dimension shall meet MSS SP-81 for knife gate valves. Cold Working Pressure valve rating shall meet or exceed MSS SP-81. Valves shall be 150 psi for 2-24”. Flange drilling shall be in accordance with ASME B16.5 class 150, 2- 24”. Actuation Manually actuated valves 2 - 12" shall have handwheel gear actuators. The manual operated valve’s actuator yoke shall be 304 stainless steel. The yoke sleeve stem nut shall be aluminum bronze or brass. The stem shall be stainless steel. Part 3 – Execution Installation Install valves in strict accordance with manufacturer’s instructions and as shown on the Plans. Verify alignment and adjustments after installation City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-7 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. 15.33 Check Valves 15.33.02 Swing Check Valves [CSI 40 05 65.23] Part 1 – General Design Requirements The swing check valve shall function to permit flow in only one direction. The valve shall close tightly, without slamming, when the pressure on the discharge side exceeds the pressure on the inlet side. All swing check valves shall conform with AWWA C508 and the following specifications. The valve shall be constructed to withstand the pressures stated in Division 1.81.40. Flanges shall be drilled to ANSI B16.1, Class 125# or as specified in the Plans. Operating pressure range is 0psi (low) to 40 psi (high). The manufacturer shall certify that the check valve will seal completely within the operational range. Part 2 – Products Manufacturers The valve shall be equal to M&H Model 159 Swing Check Valve or approved equal. Valve swing arm shall be weighted. Swing arm shall be oriented as shown on the plans. If not shown, swing arm shall be located to be free to move without restriction. Manufactured Units The swing check valve body shall be constructed with heavy cast iron or cast steel and have a bronze or stainless-steel seat ring, rubber clapper facing, a non-corrosive shaft and external counterweight attachment. See Plans for which side of the valve to locate the counterweight. The valve disc shall be constructed of cast iron or cast steel and shall be suspended from a non-corrosive shaft. The valve shall allow the equivalent flow area of the adjoining pipe . The shaft shall pass through a stiffing box and be connected to the swing arm in the outside of the valve. Finishes The interior and exterior of the valve body, bonnet and seal plate shall be coated with fusion-bonded epoxy meeting AWWA C-550 (latest revision). Interior coating shall be a minimum dry film thickness of 7 Mils, not including primer. Exterior coating shall be a minimum dry film thickness of 5 Mils, not including primer. Alternatively, exterior may be coated per Division 9.90. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-8 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. 15.40 PIPING SPECIALTIES 15.40.03 Pipe, Valve, and Conduit Supports [CSI 40 05 07] Part 1 – General Summary This section includes providing pipe supports, hangers, guides, and anchors. Related Sections • Division 1.81.30 Seismic Restraint • Division 5.05.23 Bolts and other Connectors References Pipe supports furnished under this section shall comply in all respects with the requirements of the following standards. • ANSI/ASME B31.1 Power Piping • ANSI/MSS SP-58 Pipe Hangers and Supports - Materials, Design and Manufacture • ANSI/MSS SP-69 Pipe Hangers and Supports - Selection and Application Performance Standards Piping systems, including connections to equipment, shall be properly supported to prevent deflection and stresses. Supports shall comply with ANSI/ASME B31.1, except as otherwise indicated. Size hanger rods, supports, clamps, anchors, brackets , and guides in accordance with ANSI/MSS SP 58 and SP 69. Support plumbing drainage and vents in accordance with the Uniform Plumbing Code. Submittals Pipe Hanger/Support Design Calculations Shop drawings of engineered pipe hangers/supports, including details of concrete inserts. Drawings shall include location plan showing location of the hanger/support in relation to the structure and/or equipment. Part 2 – Products Manufacturers Pipe supports, hangers, guides, and anchors shall be Anvil, Unistrut, Tolco, Standon, or equal. Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-9 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. Components Provide and install all equipment necessary for compete support systems including , but not limited to, base, riser pipe, anchor bolts, hanger rod, support cradle or clamp, and fasteners. Except as otherwise noted, pipe support components shall comply with the types in ANSI/MSS SP-58. Finishes Unless otherwise noted, all fabricated pipe supports, other than stainless steel or non-ferrous supports, shall be blast-cleaned after fabrication and hot-dip galvanized in accordance with ASTM 123. Other than stainless steel and non-ferrous supports, supports shall be coated in accordance with Division 9.90. Part 3 – Execution Installation Piping shall be rigidly anchored to walls, slabs, and ceilings by means of suitable pipe supports, wall brackets, or pipe hangers. Pipe supports, hangers, brackets, anchors, guides , and inserts shall be installed in accordance with the manufacturer’s installation instructions and ANSI/ASME B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. Stand-on Pipe Support: Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Riser Supports: Risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. Support Spacing: Pipe supports shall be placed to meet the following maximum spacing, unless otherwise noted or shown on the Plans: maximum vertical support spacing of 5 feet, and maximum horizontal support spacing of 10 feet. Support shall be provided at horizontal bends, base of risers (vertical bends), floor penetrations, connections to pumps, blowers, and other equipment, valves and appurtenances. Support spacing shall meet the local plumbing code where applicable. Support spacing may be increased from that noted above provided adequate calculations are provided supporting the change. Support Anchorage: Concrete anchors shall be as specified in Division 3, Concrete Anchors. All channel strut type supports shall have a minimum of 2 anchors per support. Suspend pipe hangers from hanger rods, secure with double nuts. Securely anchor plastic pipe, valves and headers to prevent movement during operation of valves. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. Provide ductile iron elbows or tees supported from floors with base fittings . Support base fittings with metal supports, or when indicated on the Plans, concrete piers. Do not use chains, plumbers’ straps, wire, or similar devices for suspending, supporting or restraining pipes. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 15 15-10 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\15 Mechanical.docx 1/21/26 7:35 AM © 2026 RH2 Engineering, Inc. Install riser clamps at floor penetrations and where indicated on the Plans. Field Quality Control Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other work. Properly support, suspend or anchor exposed pipe, fittings, valves and appurtenances to prevent sagging, overstressing or movement of piping and to prevent thrusts or loads on or against connected pumps, blowers or other equipment. 16-1 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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 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. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-2 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 I, 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. Utility Meter Enclosure 2. Service Disconnect 3. Surge Protective Device (SPD) 4. Pump Control Panel 5. Variable Frequency Drives 6. Distribution Transformer 7. Branch Circuit Panelboard 8. Circuit Breakers City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-3 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 9. Conduit and Fittings 10. Outlet and Junction Boxes 11. Wire and Cables 12. Light Switches 13. Light Fixtures 14. Automatic Transfer Switch 15. Engine Generator Set 16. 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-4 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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. 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 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 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-5 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 during 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 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-6 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-7 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 contains 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 other 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-8 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 16.15 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 cast iron 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-9 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. Make embedded or buried ground connections, taps and splices with exothermic welds. Coat ground connections. Motor Grounding Installation Extend equipment ground bus via grounding conductor installed in motor feeder raceway. Connect to motor frame. When using nonmetallic flexible tubing install an equipment grounding conductor connected at both ends to noncurrent-carrying grounding bus. 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 Electrical Service Part 1 – General Description of Work Work consists of upgrading the existing 100 Amp, 480 Volt, 3-phase service to a 200 Amp service and the installation of new service entrance equipment. Scheduling Work with the Utility Company The Contractor shall be fully and completely responsible for all scheduling and coordination with the utility company. The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required prior to Certification of Occupancy. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-10 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. The Contractor shall make all necessary applications for service with the utility and shall notify the Owner in writing of any obligations that the Owner must fulfill for service to be started, installed, or modified. Contractor/Utility Interface Responsibilities The electrical utility providing service to these facilities is Puget Sound Energy. The division of responsibilities stated below has been determined by coordination with the serving utility. The Contractor shall comply with all utility company standards and requirements. All utility charges for and related to the final permanent service to the facility will be paid by the Owner, directly to the utility company and not be included in the Contractor’s bid price. Contractor shall notify the Owner of any changes to the responsibilities between the electrical utility and the Contractor as outlined in these specifications prior to submitting a bid. Any change(s) in responsibilities not brought to the attention of the Owner prior to bidding will not be cause for additional payment. The Contractor shall notify the Owner (in writing) of any obligations or forms that the Owner is responsible to provide for service. The Contractor shall: Install new raceway and conductors for secondary service from the existing Secondary Power Hand Hole location to the proposed Main Service Disconnect including trenching, backfill, and restoration. Terminate service conductors at the Main Service Disconnect. Install the Main Service Disconnect, Automatic Transfer switch, and Pump Control Panel as shown on the Plans. Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown on the Plans. The Contractor shall meet all the standard requirements for working in the right-of-way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. The Utility Company shall: Terminate secondary conductors inside the existing Secondary Power Hand Hole. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. Project Conditions Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Standards and Codes Work involving service installation shall be done in accordance with the service utilities standards and the NEC. Service equipment shall be listed and labeled by UL as “suitable for use as service equipment”. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-11 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 16.21.2 Electrical Utility Meter Enclosure Manufacturers Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the serving utility. Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged door. Meter shall include a metal vandal screen that can be purchased from serving utility. Materials Contractor shall coordinate with Puget Sound Energy on the type of metering required and shall provide all labor and material necessary to meet Puget Sound Energy requirements. 16.21.4 Circuit Breaker Service Disconnect Switch Design The switch shall be heavy duty type, shall be quick-make, quick break, and shall be horsepower rated. The switch shall have blades as required to open all ungrounded conductors. The disconnect shall have a minimum available fault current withstand rating of 42,000 amperes unless noted otherwise on the Plans. Service equipment shall meet the requirements of the serving utility and shall be suitable for use as service equipment. Service entrance disconnect shall be furnished with a UL service entrance label. Manufacturers Materials, equipment, and accessories specified in this section for the service disconnect switch shall be products of: • Eaton (Cutler Hammer) • General Electric • Schneider Electric (Square D) • Siemens • Or approved equal Materials The switch shall be pad-lockable in both the OFF or ON position. The enclosure shall be NEMA 3R rated unless noted otherwise on the Plans. The enclosure shall have interlocking cover to prevent opening door when switch is closed. The interlock shall include a defeating scheme. The enclosure shall be pad-lockable. Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-12 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 16.31.1 Digital Power Meter Manufacturers The digital power meter shall be an Allen-Bradley, PowerMonitor 5000, or equal. Minimum Features A digital 3-phase power monitor with remote capabilities and associated sensors shall be provided as indicated on the Plans. The digital power meter shall be capable of measuring at a minimum the following parameters: 1. Voltage (line-neutral) 2. Voltage (line-line) 3. Voltage unbalance 4. Current 5. Current unbalance 6. Neutral amps 7. Real power 8. Reverse and single-phase detection 9. Reactive power 10. Apparent power 11. Power factor 12. Frequency 13. Auxiliary voltage Power meter shall have an RJ-45 Ethernet port for communicating with the facility control system. Power meter shall communicate with the control system via EtherNet/IP communications protocol. An industrial Ethernet switch and 24 VDC power supply shall be installed in the Pump Control Panel for connecting the power meter display and plant control system communications network to the power meter. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-13 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 16.31.2 Run Time Meters Manufacturers Hobbs 20001-18 or equal. Manufactured Units Hour meter (elapsed time meters) shall be 2-inch by 1-inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6-digit non-resettable register with the last digit indicating tenths of an hour. 16.31.3 Start Count Meters Manufacturers Redington Model 3400-2010 or equal. Manufactured Units Start counters shall be 2-inch by 1-inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face . The meters shall have a 6-digit resettable register. 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. 16.31.5 Selector Switch Manufacturers Heavy-Duty, Watertight, and Corrosion-Resistant Type: • Eaton/Cutler-Hammer, Type E34 • Square D Co., Type SK City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-14 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. • 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-15 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 16.32.3 Time Delay Relays Manufacturers • Allen-Bradley 700 Type HR • 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-16 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. Part 3 – Execution Installation Nameplates shall be provided on all electrical devices including but not limited to motor control equipment, control stations, junction boxes, panels, motors, instruments, switches, indicating lights, meters, and all electrical equipment enclosures . Each motor control center compartment and control panel shall have a nameplate designating the equipment and its identifying number and size or rating. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-17 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 16.36.1 Surge Protection Device (SPD) Part 2 – Products General The SPD shall be compatible with the electrical system voltage, current, system configuration, and intended applications. Manufacturers The SPD shall be manufactured by an approved manufacturer. Approved manufacturers are as follows: • TPS ServiceTrack series • Eaton Innovative Technology Protector series Manufactured Units Protect the electrical service with an SPD device as shown on the Plans. The SPD shall be mounted in the pump control panel and connected with the shortest conductors possible. The SPD shall meet the following: 1. Provide surge current withstand up to 160 kA per phase. 2. Short circuit current rating of 200 kAIC. 3. A ten-year free replacement warranty. 4. Enhanced UL 1283 Transient Tracking Filter. 5. Status indicator lights for each phase and one service LED. 16.40 LOW VOLTAGE MOTOR CONTROL EQUIPMENT 16.45 Variable Frequency Drive Part 1 – General Summary The Variable Frequency Drive (VFD) system shall contain all components required to meet the performance, protection, safety, and certification criteria of this specification. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-18 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Related Sections • Division 16.30 Basic Panel Equipment and Devices • Division 17 Automatic Control References • National Fire Protection Association - NFPA 70 - US National Electrical Code. • National Electrical Manufacturers Association - NEMA 250 - Enclosures for Electrical Equipment. • Underwriters Laboratory Inc. – UL 508. • Canadian Standards Association International – CAN/CSA-C22.2 No. 14-05. • International Electrical Code - IEC 146. • Institute of Electrical and Electronics Engineers, Inc. - IEEE 519 - IEEE Standard Practices and Requirements for Harmonic Control in Electrical Power Systems. • Seismic Standards ASCE 7-10, IBC, CBC, ICC_ESAC156, IEEE 693 and California OSHPD. Submittals Submit under provisions of Sections 1.33 and 16.05. Shop Drawings - Approval 1. Elevation Drawings: Include dimensional information and conduit routing locations. 2. Unit Descriptions: Include amperage ratings, enclosure ratings, fault ratings, nameplate information, and so on, as required for approval. 3. Wiring Diagrams: a) Power Diagram: Include amperage ratings, circuit breaker frame sizes, circuit breaker continuous amp ratings, and so on, as required for approval. b) Control Diagram: Include disconnect devices, pilot devices, and so on. 4. Major components list. Product Data Sheets 1. VFD and Operator Interface publications. 2. Data sheets and publications on all major components including, but not limited to, the following: a) Contactors b) Circuit breaker and fuse (power and control) c) Control power transformers City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-19 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. d) Pilot devices e) Relays/Timers Test procedures shall be per the manufacturer’s standards. Closeout Submittals (Operation and Maintenance Manuals) Submit under provisions of Sections 1.79.2 and 17.94. Shop Drawings – Final as shipped 1. Elevation Drawings: Include dimensional information and conduit routing locations. 2. Unit Descriptions: Include amperage ratings, enclosure ratings, fault ratings, nameplate information, and so on, as required for approval. 3. Wiring Diagrams: a) Power Diagram: Include amperage ratings, circuit breaker frame sizes, circuit breaker continuous amp ratings, and so on, as required for approval. b) Control Diagram: Include disconnect devices, pilot devices, and so on. c) Diagrams shall updated based on field modifications and shall be accurate depicting point-to-point wiring. 4. Major components list. Product Data Sheets 1. VFD and Operator Interface publications. 2. Data sheets and publications on all major components including, but not limited to, the following: a) Contactors b) Circuit breaker and fuse (power and control) c) Control power transformers d) Pilot devices e) Relays/Timers Test procedures shall be per the manufacturer’s standards. Operation and Maintenance Data 1. Service and Contact information 2. VFD and Operator Interface User Manuals 3. Troubleshooting / Service Manuals City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-20 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Quality Assurance Qualifications: 1. Manufacturers: a) The VFD and all associated optional equipment shall be UL listed or recognized. b) The VFD shall contain a UL label attached on the inside of the enclosure cabinet. 2. Suppliers: a) All inspection and testing procedures shall be developed and controlled under the guidelines of the Supplier’s quality system and must be registered to ISO 9001 and regularly reviewed and audited by a third-party registrar. b) The VFD shall be factory pre-wired, assembled and tested as a complete package. Delivery, Storage, and Handling Contractor shall coordinate the shipping of equipment with the manufacturer. Contactor shall store the equipment in a clean and dry space at an ambient temperature range of -25 degrees Celsius to 55 degrees Celsius (-13 degrees Fahrenheit to 130 degrees Fahrenheit). The Contractor shall protect the units from dirt, water, construction debris, and traffic. Design Requirements Drive(s) shall be of the size, capacity and quantity as shown on the Plans. VFD supplier shall confirm motor HP, amperage, service factor and operating requirements with motor supplier. The VFD motor controller shall convert 480 Volt, 3-phase, 60 Hertz utility power to adjustable voltage (0 - 460V) and frequency (0 - 60 Hz.) 3-phase, AC power for stepless motor speed control with a capability of 10:1 speed range. All general options and modifications shall mount within the standard adjustable frequency controller enclosure. The controller(s) shall be suitable for use with any standard NEMA-B squirrel-cage induction motor(s) having a 1.15 Service factor. At any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage, and current) in the field. The variable frequency control shall operate satisfactorily when connected to a bus supplying other solid-state power conversion equipment which may be causing up to 10 percent total harmonic voltage distortion and commutation notches up to 36,500-volt microseconds, or when other VFDs are operated from the same bus. Manufacturers shall certify at submittal time that their equipment will function satisfactorily under these circumstances. Individual or simultaneous operation of the VFDs shall not add more than 5 percent total harmonic current distortion to the normal bus, nor more than 10 percent while operating from standby generator per IEEE 519, 2014. Prior to project completion, the Contractor shall provide verification through both measurement and calculations that the system is compliant with IEEE 519, 2014. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-21 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. VFDs may be variable torque or constant torque rated depending on the motor being operated. The VFD supplier shall review the appropriate Division 11 specifications coordinate with the equipment manufacturer of the motor being operated to ensure that the VFD supplied has a torque rating compatible with the motor. VFDs for Progressive Cavity Pumps shall capable of 150 percent of full load amps as a starting torque. Part 2 – Products Manufacturers The VFD shall be an Allen-Bradley Powerflex 755TS model VFD with EtherNet/IP communication interface. All drives shall be supplied by one manufacturer. Manufactured Units The variable frequency control shall include transient voltage suppression to allow reliable operation on a typical industrial or commercial power distribution system. Hardware 1. Utilize diode bridge or SCR bridge on the input rectifier. 2. Utilize DC bus inductor on all six-pulse VFDs only. 3. Utilize switching logic power supply operating from the DC bus. 4. Incorporate phase to phase and phase to ground MOV protection on the AC input line. 5. Microprocessor based inverter logic shall be isolated from power circuits. 6. Utilize latest generation IGBT inverter section. 7. Battery receptacle for Lithium battery power to the Real Time Clock. 8. Additional DPI port for handheld and remote HIM options. 9. Dedicated Digital Input for hardware enable. 10. Conformal coated printed circular boards. 11. Informal coated printed circuit boards. 12. Optional onboard 24V DC Auxiliary Control Power Supply. 13. The drive shall have the following specific features to enable integration with a Rockwell Automation ControlLogix™ or CompactLogix™ Automation Controller. a) Shall have Add on Profile available for use with Rockwell Automation Studio 5000 programming software. b) Shall support Rockwell Automation controller’s Automatic Device Configuration functionality. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-22 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Control Logic 1. Ability to operate with motor disconnected when in V/Hz mode. 2. Provide a controlled shut down, when properly protected, with no component failure in the event of an output phase to phase or phase to ground short circuit. Provide annunciation of the fault condition. 3. Provide multiple programmable stop modes including Ramp, Coast, DC-Brake, Ramp-to-Hold, Fast Braking, and Current Limit Stop. 4. Provide multiple acceleration and deceleration rates. 5. Adjustable output frequency up to 650 Hz. 6. Ability to control outputs and manage status information locally within the VFD. 7. Ability to function stand-alone or complementary to supervisory control. 8. Ability to provide scaling, selector switches, or other data manipulations not already built into the VFD. Motor Control Modes 1. Selectable Sensorless Vector, Flux Vector, V/Hz, and Adjustable Voltage Control modes selectable through programming. 2. The drive shall be supplied with a Start-up and Auto-tune mode. 3. The V/Hz mode shall be programmable for fan curve or full custom patterns. 4. Capable of Open Loop V/Hz. Current Limit 1. Programmable current limit from 20 percent to 160 percent of rated output current. 2. Current limit shall be active for all drive states: accelerating, constant speed and decelerating. 3. The drive shall employ PI regulation with an adjustable gain for smooth transition in and out of current limit. Acceleration / Deceleration 1. Accel/Decel settings shall provide separate adjustments to allow either setting to be adjusted from 0 to 3600 seconds. 2. A second set of remotely selectable accel/decel settings shall be accessible through digital inputs. 3. S Curve profiles shall be adjustable. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-23 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Adjustments 1. A digital interface can be used for all set-up, operation and adjustment settings. 2. All adjustments shall be stored in nonvolatile memory (EEPROM). 3. No potentiometer adjustments shall be required. 4. EEPROM memory for factory default values shall be provided. 5. Software must be available for trending and diagnostics, as well as online and offline programming functionality. Process PID Control 1. The drive shall incorporate an internal process PI regulator with proportional and integral gain adjustments as well as error inversion and output clamping functions. 2. The feedback shall be configurable for normal or square root functions. If the feedback indicates that the process is moving away from the set-point, the regulator shall adjust the drive output until the feedback equals the reference. 3. Process control shall be capable of being enabled or disabled with a hardwire input. Transitioning in and out of process control shall be capable of being tuned for faster response by preloading the integrator. 4. Protection shall be provided for a loss of feedback or reference signal. Skip Frequencies 1. Three adjustable set points that lock out continuous operation at frequencies which may produce mechanical resonance shall be provided. 2. The set points shall have a bandwidth adjustable from Maximum Reverse Speed to Maximum Forward Speed. Fault Memory 1. The last 100 fault codes shall be stored and time stamped in a fault buffer. 2. Information about the drive’s condition at the time of the last fault such as operating frequency, output current, dc bus voltage and twenty-seven other status conditions shall be stored. 3. A power-up marker shall be provided at each power-up time to aid in analyzing fault data. 4. The last 100 alarm codes shall be stored and time stamped for additional troubleshooting reference. Fault Reset / Run 1. The drive shall provide up to nine automatic fault reset and restarts following a fault condition before locking out and requiring manual restart. 2. The automatic mode shall not be applicable to a ground fault, shorted output faults and other internal microprocessor faults. 3. The time between restarts shall be adjustable from 0.5 seconds to 30 seconds. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-24 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Run on Power Up 1. A user programmable restart function shall be provided to allow restart of the equipment after restoration of power after long duration power outages. Restart time dependent on presence of incoming signal. Overload Protection 1. The drive shall provide internal class 10 adjustable overload protection. 2. Overload protection shall be speed sensitive and adjustable. 3. A viewable parameter shall store the overload usage. Auto Economizer 1. An auto economizer feature shall be available to automatically reduce the output voltage when the drive is operating in an idle mode (drive output current less than programmed motor FLA). The voltage shall be reduced to minimize flux current in a lightly l oaded motor thus reducing kW usage. 2. When the load increases, the drive shall automatically return to normal operation. Terminal Blocks 1. Separate terminal blocks shall be provided for control and power wiring. 2. I/O terminal blocks shall be removable with wiring in place. 3. For frames 8 to 10 power wiring is landed on robust L-brackets behind the drive unit. This wiring remains in-place if the drive unit is removed. Flying Start 1. The drive shall be capable of determining the speed and direction of a spinning motor and adjust its output to "pick-up" the motor at the rotating speed. This feature is disabled by default. Inputs and Outputs 1. The Input / Output option modules shall consist of both analog and digital I/O. 2. No jumpers or switches shall be required to configure digital inputs and outputs. 3. All digital input and output functions shall be fully programmable. 4. The control terminal blocks shall be rated for 115V AC. 5. Inputs shall be optically isolated from the drive control logic. 6. The control interface card shall provide input terminals for access to fixed drive functions that include start, stop, external fault, speed, and enable. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-25 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 7. The VFD shall be capable of supporting up to 7 analog inputs, 7 analog outputs, 21 digital inputs, 7 relay outputs, 7 transistor outputs, and 3 positive temperature coefficient (PTC) inputs. 8. The Input / Output option modules shall have the following features: a) Analog Inputs: i. Quantity two (2) differentially isolated, ±10V (bi-polar), 88k ohm input impedance, 4-20 mA, 11 bit plus sign. ii. Analog inputs shall be user programmable for a variety of uses including frequency command and process loop input. Analog inputs shall be user programmable for function scaling (including invert), offset, signal loss detect, and square root. b) Analog Outputs: i. Quantity two (2) ±10V (bi-polar) / 11 bit and sign, 2 k ohm minimum load, 4-20 mA, 11 bit plus sign, 400 ohm maximum load. ii. The analog output shall be user programmable to be proportional to one of fourteen process parameters including output frequency, output current, encoder feedback, output power. iii. Programming shall be available to select either absolute or signed values of these parameters. c) Digital Inputs: i. Quantity of six (6) digital inputs rated 24V DC/115V AC. ii. All inputs shall be individually programmable for multiple functions including: Start, Run, Stop, Auxiliary Fault, Speed Select, Jog and Process PI functions. d) Digital Outputs: i. At least one (1) relay output (N.O. or N.C.). ii. For 240V AC or 24V DC, N.O. contact output ratings shall be 2-amp maximum, general purpose (inductive)/resistive. N.C. contact output ratings shall be 2-amp maximum, resistive only. iii. Relays shall be programmable to multiple conditions including: Fault, Alarm, At Speed, Drive Ready, and PI Excess Error. iv. Timers shall be available for each output to control the amount of time, after the occurring event, that the output relay actually changes state. v. At least one (1) transistor output. vi. For 24V DC, transistor output rating shall be 1-amp maximum, Resistive. Reference Signals 1. The drive shall be capable of using the following input reference signals: a) Analog Inputs b) Preset Speeds City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-26 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. c) Remote Potentiometer d) Digital MOP e) Human Interface Module f) Communication Modules Loss of Reference 1. The drive shall be capable of sensing reference loss conditions. 2. In the event of loss of the reference signal, the drive shall be user programmable to the following: a) Fault the drive and coast to stop. b) Issue a minor fault - allows the drive to continue running while some types of faults are present. c) Alarm and maintain last reference. 3. When using a communications network to control the drive, the communications adapter shall have these configurable responses to network disruptions and controller idle (fault or program) conditions: a) Fault b) Stop c) Zero Data d) Hold Last State e) Send Fault Configuration Metering 1. At a minimum, the following parameters shall be accessible through the Human Interface Module, if installed: a) Output Current in Amps b) Output Voltage in Volts c) Output Power in kW d) Elapsed MWh e) DC Bus Voltage f) Frequency g) Heatsink Temperature h) Last eight (32) faults i) Elapsed Run Time j) IGBT Temperature k) Blown fuses, including specific fuse locations communicated to the host system City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-27 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Faults 1. At a minimum, the following faults shall be accessible through the Human Interface Module: a) Power Loss b) Undervoltage c) Overvoltage d) Motor Overload e) Heat Sink Over-temperature f) Maximum Retries g) Phase to Phase and Phase to Ground Faults Predictive Maintenance Features 1. At a minimum, the following predictive diagnostic features shall be provided, and a parameter showing the remaining lifetime expressed as hours of the following components will be available: a) Relay Output Life Cycles based on load type and amps. b) Hours of Fan Life based on load and ambient temperature. c) Motor Bearing life based on expected hours of use. d) Motor Lubrication schedule based on hours of use. e) Machine Bearing life based on expected hours of use. f) DC Bus Capacitors based on actual use (temperature, current, and ripple). g) IGBTs based on actual load and temperature. h) LCL filter Capacitors based on actual use. Real-Time Clock 1. Shall be capable of providing time stamped events. 2. Shall have the ability to be set locally or via a remote controller. 3. Shall provide the ability to be programmable for month, day, year and local time zones in HH:MM:SS. VFD Packaged System Basic Features 1. Ratings a) Voltage i. Capable of accepting nominal power of 480V AC at 60 Hz. ii. The supply input voltage tolerance shall be + 10 percent of nominal line voltage. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-28 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. b) Displacement Power Factor i. Six-pulse VFD shall be capable of maintaining a minimum true power factor (Displacement P.F. X Distortion P.F.) of 0.95 or better at rated load and nominal line voltage, over the entire speed range. c) Efficiency i. A minimum of 96.5 percent (+/- 1 percent) at 100 percent speed and 100 percent motor load at nominal line voltage. ii. Control power supplies, control circuits, and cooling fans shall be included in all loss calculations. d) Operating ambient temperature range without derating: 0 degrees Celsius to 40 degrees Celsius (32 degrees Fahrenheit to 104 degrees Fahrenheit). e) Operating relative humidity range shall be 5 percent to 95 percent non-condensing. f) Operating elevation shall be up to 1,000 Meters (3,300 ft) without derating. 2. Sizing a) Systems rated at Normal Duty loads shall provide 110 percent overload capability for up to one minute and 150 percent for up to 3 seconds. b) Systems rated at Heavy Duty loads shall provide 150 percent overload capability for up to one minute and 180 percent for up to 3 seconds. 3. Auto Reset/Run a) For faults other than those caused by a loss of power or any other non-critical fault, the drive system shall provide a means to automatically clear the fault and resume operation. 4. Ride-Through a) The VFD system shall attempt to ride through power dips up to 20 percent of nominal. The duration of ride-through shall be inversely proportional to load. For outages greater than 20 percent, the drive shall stop the motor and issue a power loss alarm signal to a process controller, which may be forwarded to an external alarm signaling device. 5. Run on Power Up a) The VFD system shall provide circuitry to allow for remote restart of equipment after a power outage. Unless indicated in the contact drawings, faults due to power outages shall be remotely resettable. The VFD system shall indicate a loss of power to a process controller, which may be forwarded to an external alarm signaling device. Upon indication of power restoration the process controller will attempt to clear any faults and issue a run command, if desired. 6. Communications a) VFD shall be capable of communicating on multiple networks. b) The VFD shall provide a Dual Port EtherNet/IP interface. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-29 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. c) VFD shall be capable of supporting the following network options: i. DeviceNet ii. EtherNet/IP iii. ControlNet Coax iv. ControlNet Fiber v. Interbus vi. CANopen vii. Modbus/TCP viii. Modbus RTU ix. Profibus DP x. RS-485 DF1 xi. RS-485 HVAC xii. Remote I/O 7. Enclosure Door Mounted Human Interface Module (HIM) a) VFD shall provide a HIM with integral LCD display, operating keys and programming keys. b) An enclosure door-mounted HIM, rated NEMA/UL Type 4/12, shall be provided. The HIM shall have the following features: i. A seven (7) line by twenty-one (21) character backlit LCD display with graphics capability. ii. Shall indicate drive operating conditions, adjustments, and fault indications. iii. Shall be configured to display in the following three distinct zones: a. The top zone shall display the status of direction, drive condition, fault / alarm conditions, and Auto / Manual mode. b. The middle zone shall display drive output frequency. c. The bottom zone shall be configurable as a display for either programming menus / information or as a two-line user display for two additional values utilizing scaled units. iv. Shall provide digital speed control. v. The keypad shall include programming keys, drive operating keys (Start, Stop, Direction, Jog, and Speed Control), and numeric keys for direct entry. Enclosure 1. Shall be rated NEMA/UL Type 4X Stainless Steel. 2. Shall be painted per the manufacturer’s standard. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-30 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 3. Shall provide entry and exit locations for power cables. 4. Shall contain a label for UL508. 5. The drive system nameplate shall be marked with system Short Circuit Current Rating (SCCR). Pump Control Panel Enclosure Input Disconnect 1. Provide an enclosure door interlocked disconnect with a thermal magnetic circuit breaker. 2. Operator Handles a) Provide externally operated main disconnect handle. b) Handles shall be lockable with up to three lockout / tagout padlock positions. Branch Circuit Protection 1. Circuit breakers shall be provided. Control Power Transformer 1. Provide a control power transformer for each VFD mounted and wired inside of the drive system enclosure. 2. The transformer shall be rated for the VFD power requirements. Harmonic Mitigation Techniques 1. The drive system shall be compliant with IEEE 519-2014 standards at the input VFD terminals based upon the input power phase imbalance within 0.5 percent of nominal line voltage and under full VFD output current ratings 2. Passive Harmonic Filter a) VFDs shown with passive harmonic line filters shall be supplied with an input AC line harmonic filter compensated reactor with minimum 5 percent impedance unless noted otherwise on the one-line diagram. Line reactor shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the VFD input power devices. Harmonic line filters shall be MTE Matrix Series AP Harmonic Filters or equal, with Capacitor Contactor for disconnecting the filter capacitor bank when the drive is not running. Auxiliary Relays 1. Provide relays for Drive Fault and Drive Run. 2. See section 16.32.1 Relays. Control Interface 1. The control terminals shall be rated for 115V AC. 2. The control interface shall provide input terminals for access to VFD functions that include start, stop, external fault, speed select, and enable, as required. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-31 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Drive Disable Mushroom Push Button 1. Provide a maintained mushroom style push button, mounted on the enclosure door that when pushed, will open the drive enable input. 2. See section 16.31.4 Pushbuttons. Pilot Lights 1. Provide LED pilot lights, mounted on the enclosure door, for indication of the following status: a) Run b) Drive Fault c) Pump Overtemperature d) Pump Seal Fail e) VFD Disable 2. See section 16.31.6 Indicating Lights. Motor Run Time Meter 1. Provide a digital, non-resettable, door-mounted elapsed time meter. 2. The meter shall be electrically interlocked with the Drive Run relay and Bypass contactor to indicate actual motor operating hours. 3. See section 16.31.2 Run Time Meters. Output Filtering 1. 3 percent output line reactor. Part 3 – Execution Setup VFD Manufacturer shall program: 1. All fault settings to reset after fault condition returns to normal. 2. Minimum and maximum motor speeds provided by motor manufacturer. 3. Hertz change per second. 4. Hand speed control shall be set to 95 percent of full range for panel mounted HOA switch. 5. EtherNet/IP and HIM module communication faults/alarms to “No Action”. Communication errors should not shut down the VFD. 6. Parameter 150 (Digital In Cfg) to “Run Level”, not “Run Edge”. 7. Parameter 292 and I/O card parameters 106 and 116 (Life Event Parameter Settings) to “No Action” so that these life event alarms do not fault the VFD. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-32 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. VFD Supplier shall provide documentation on how to control the drive over EtherNet/IP. This information should include a unique list of parameter, relay, setpoint, input/output, and control addressing as shown on the Plans and detailed in these specifications. A generic list does not meet this requirement. An Add-on-instruction or profile compatible with Rockwell Automation Studio 5000 programming would meet this requirement. Examination Verify that location is ready to receive equipment. Verify that the building environment can be maintained within the service conditions required by the manufacturer of the VFD. Testing This equipment shall be tested and placed into operation by a qualified factory representative trained in start-up and troubleshooting procedures for equipment being installed. All components shall be factory tested both by the manufacturer at the manufacturer’s facility and in the presence of the Engineer by the manufacturer or manufacturer’s representative at the manufacturer’s facility or at a Control System Integrator’s shop located within 100 miles of the job site. Factory testing shall be witnessed by the Engineer. If factory witness testing is to occur at the manufacturer’s facility, the manufacturer’s facility where testing takes place shall be located within the United States of America. Shipment of VFD to the job site shall not be allowed until the Engineer has witnessed factory testing and approved the VFD for shipment to the job site. Installation Installation shall be in compliance with all manufacturer requirements, instructions, and drawings. Startup At a minimum, the start-up service shall include: 1. Perform pre-Power Check 2. Megger Motor Resistances: Phase-to-Phase and Phase-to-Ground 3. Verify system grounding per manufacturer’s specifications 4. Verify power and signal grounds 5. Check connections 6. Check environment Drive Power-up and Commissioning: 1. Measure Incoming Power Phase-to-Phase and Phase-to-Ground 2. Measure DC Bus Voltage 3. Measure AC Current Unloaded and Loaded 4. Measure Output Voltage Phase-to-Phase and Phase-to-Ground City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-33 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 5. Verify input reference signal All measurements shall be recorded. Drive shall be tuned for system operation. Drive parameter listing shall be provided. The line side converter shall be configured and tuned for the local input power conditions. The motor side inverter shall be tuned for system operation. Training Manufacturer to provide a quantity of one 4-hour sessions of on-site instruction. The instruction shall include the operational and maintenance requirements of the variable frequency drive. The basis of the training shall be the variable frequency drive, the engineered drawings and the user manual. At a minimum, the training shall: 1. Review the engineered drawings identifying the components shown on the drawings. 2. Review starting / stopping and speed control options for the controller. 3. Review operation of the HIM for programming and monitoring of the variable frequency drive. 4. Review the maintenance requirements of the variable frequency drive. 5. Review safety concerns with operating the variable frequency drive. 16.50 PANELBOARDS 16.52 Panelboards Part 1 - General Description of Work This section covers the furnishing and installation of all panelboard equipment complete. Quality Assurance Provide products specified in this Section that are listed and labeled as defined in NEC Article 100. Standards and Codes 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. All material and equipment specified herein shall conform with all applicable NEMA, ANSI, and IEEE standards. All materials and equipment specified herein, and their installation methods shall conform to the latest published version of the NEC. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-34 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Part 2 – Products Manufacturers Materials, equipment, and accessories specified in this section shall be products of: • Eaton/Cutler-Hammer • Schneider Electric/Square D Company • Siemens Components Panelboard Type 1. Panelboards shall be rated at proper voltage and current for intended use with bus bars of copper. Panels shall be 3-phase, 4-wire, 100 percent neutral, with equipment ground bar unless noted otherwise. Panelboards shall be dead front. Wire Terminations 1. Panelboard assemblies, including protective devices, shall be suitable for use with 75 degrees Celsius or greater wire insulation systems at NEC 7 degrees Celsius conductor ampacity in accordance with UL 486E. Load Current Ratings 1. Unless otherwise indicated, load current ratings for panelboard assemblies, including bus and circuit breakers, are non-continuous as defined by NEC. Continuous rating shall be 80 percent of non-continuous rating. 2. Where indicated “continuous”, “100 percent”, etc., selected components and protective devices shall be rated for continuous load value shown. 3. The following interrupting capacity shall be considered minimum. Other ratings shall be as specified on the Plans. 240V and 208Y/120V Panelboards 22,000 AIC symmetrical Overcurrent Protective Devices 1. In accordance with NEMA AB 1, NEMA KS 1, UL 98 and UL 489, protective devices shall be adapted to panelboard installation. 2. Panelboards shall be capable of device replacement without disturbing adjacent devices and without removing main bus. 3. Spare Spaces: Cover openings with easily removable cover. 4. When not identified on Plans, provide minimum of 18 single-pole breaker spaces. Circuit Breakers 1. Provide thermal-magnetic unless otherwise indicated, quick-make, quick-break, molded case, of indicating type showing ON/OFF and TRIPPED positions of operating handle. Mount breakers in all panelboards so that the breaker handles operate in a horizontal plan. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-35 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 2. The bus connection shall be bolt-on circuit breakers in all panelboards. In power distribution panelboards, 225-ampere frame sizes and greater may be plug-in type where individual positive locking device requires mechanical release for removal. 3. Trip Mechanism: a) Individual permanent thermal and magnetic trip elements in each pole. b) Test button on cover. c) Variable magnetic trip elements with a single continuous adjustment 3X to 10X for frames greater than 100 amps. d) Two and three pole breakers shall have common trip. e) Automatic opens all poles when overcurrent occurs on one pole. f) Calibrated for 40 degrees C ambient, unless shown otherwise. Ground Fault Circuit Interrupter (GFCI) 1. Where indicated, equip breaker as specified above with ground fault sensor rated to trip on 5-mA ground fault with 0.025 second (UL 943, class A sensitivity, for protection for personnel). 2. Ground fault sensor shall be rated same as circuit breaker. 3. GFCI shall have a push-to-test button and a reset button. Equipment Ground Fault Interrupter (EGFI) 1. Where indicated, equip breaker as specified above with ground fault sensor rated to trip on 30-mA ground fault (UL listed for equipment ground fault protection). Cabinets for Each Panelboard 1. Cabinets shall be flush, or surface mounted as indicated on the Plans with tight closing doors without play when latched. Where two cabinets are located adjacent to each other in finished areas, provide matching trim of the same height. 2. Provide cabinets of sufficient dimensions to allow for future expansion and addition of circuit breakers within the panelboards as indicated on the Plans. 3. Provide locks for each cabinet door. All electrical distribution equipment locks are to be keyed identically. 4. Fasten panelboard with machine screws with oval countersunk heads, finish hardware quality, with escutcheons or approved trim clamps. Clamps assessable only when dead front door is open are acceptable. Surface mounted panelboards with fronts greater than 48 inches vertical dimension shall have trim hinged at the right side in addition to the hinged door over dead front. 5. Material for Type 1, Type 3R, and Type 3S cabinets shall be code-gauge, hot-dip galvanized sheet steel with reinforced steel frame. 6. Finish all enclosures with rust inhibitor primer followed by manufacturer’s standard gray baked enamel or lacquer. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-36 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Bus 1. Material for internal bus shall be full size copper throughout length. Provide for mounting of future protective devices along full length of bus regardless of number of units and spaces shown. Machine, drill and tap as required for current and future positions. Feeder Lugs 1. Main and neutral feeder lugs shall be replaceable, bolted mechanical or crimp compression type. Equipment Ground Terminal Bus 1. Provide copper equipment ground terminal bus with suitably sized provisions for termination of ground conductors. The terminal bus shall be bonded to the enclosure. 2. Provide individual mechanical termination points no less than the quantity of breaker pole positions. 3. Provide individual termination points for all other grounding conductors such as feeder, grounding electrodes, etc. Neutral Terminal Bus 1. Provide copper neutral terminal bus with suitably sized provisions for termination of neutral conductors. The neutral bus shall be isolated from the enclosure. 2. Provide individual mechanical termination points no less than the quantity of breaker pole positions. 3. Provide individual termination points for all other neutral conductors. 4. Termination points shall be bolted crimp compression lugs for conductors 6 AWG or larger. Part 3 – Execution General Install in accordance with NECA 407, NEMP PB 1.2 and manufacturers’ written installation instructions. Installation Install panelboard inside Pump Control Panel as shown on the Plans. Install filler plates in unused spaces. System of Numbering and Bus Arrangement System numbering and bus arrangement shall be as shown on the panel schedule on the Plans. Panelboard Nameplate Provide engraved plastic nameplate with ½-inch high characters for panel identifications (for panel name) attached with screws to each panelboard front. Include voltage, phase and wire (i.e., 208Y/120, 3-phase, 4-wire) in ⅜-inch characters. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-37 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Circuit Index Provide as-built information for each branch circuit panelboard by circuit with its proper load designation. Ground Fault Protection Install panelboard ground fault circuit interrupter devices in accordance with installation guidelines of NEMA 289. 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. 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-38 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. • 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. 16.55.18 Disconnect Switches Part 1 – General Design Requirements Furnish and install disconnect switches conforming to NEMA KS 1, type HD, sized for the ampere and voltage as shown on the Plans and as required by the NEC and nameplate requirements of the equipment served. Part 2 – Products Manufactured Units The switches shall be 600-volt type and horsepower rated. Auxiliary contacts shall be provided as indicated on the Plans. Part 3 – Execution Installation Provide additional disconnects if required by Code. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-39 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-40 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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 of 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-41 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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 Pump Control Panel. 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. 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. 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-42 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 Plans 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 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-43 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. per the Manufacturer’s instructions. Conduit and fittings shall be manufactured by the same Manufacturer. 4. Flexible Metal Conduit (Flex-LT): Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 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. Conduit support for PVC or PVC coated rigid steel shall be one-hole PVC or epoxy coated clamps or PVC conduit wall hangers. 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. 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. ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be: 1. PVC-GRS. BELOW GRADE 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-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VFDs. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-44 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 3. PVC-GRS for motor leads from VFDs. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be: 1. Liquidtight flexible metallic conduit for indoor, non-corrosive areas and all motor leads from VFDs. 2. Connection to equipment outdoors or in corrosive areas shall be with non-metallic liquidtight flexible conduit (except for motor leads from VFDs shall be flexible metallic.) 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 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-45 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-46 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of ⅛-inch. 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. 16.75 Wiring Devices 16.75.1 Common Work for Wiring Devices Part 3 – Execution Installation Wiring Devices 1. Position of Outlets: All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without projecting beyond the same. 2. Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. Switches shall be 48 inches above the finished floor unless otherwise noted. Installation of Wall Plates 1. Interior Dry Locations: Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or sectional plates. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-47 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 2. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. For receptacle devices, these plates shall maintain the weatherproof rating with an attachment plug inserted and be rated extra-duty. Cover type shall match box type. Testing After installation of receptacles, circuits shall be energized, and each receptacle tested for proper ground continuity, reversed polarity, and/or open neutral condition. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the “hot” line and “ground” to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. Submit results of all field testing to the Engineer for review. 16.75.3 Line Voltage Switches (Explosion-Proof) Part 2 – Products Manufacturers • Hubbell Killark XS Series, or equal Materials Line Voltage Types: Switches shall be rated 20 amps at 120 AC . Switches shall be explosion- proof and rated for installation in Class I Division 2 areas. 16.85 Lighting 16.85.1 Common Work for Lighting Fixtures Part 1 – General Design Requirements Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. Part 2 – Products Manufacturers As shown on Plans. Equals will be accepted. 16.85.3 Fixtures Part 1 – General Design Requirements Fixtures shall be of the types, wattages, and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-48 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 16.90 POWER GENERATION 16.91 Engine Generator 16.91.2 Natural Gas 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. NG: Natural Gas. 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 one self-contained, exterior rated standby engine generator system 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 impai r the proper functioning of any part of the set. 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 at 0.8 PF with fan. Rating of natural gas engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, jacket water pump, and governor charging generator. Generator shall meet the following requirements: 1. Standby rating – 60 Kilowatt 2. Voltage – 480 volts City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-49 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 Fahrenheit over 115 degrees Fahrenheit ambient temperature. The alternator shall produce a clean AC voltage waveform, with no more than 5 percent total harmonic distortion at full linear load, when measured from line to neutral, and with no 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 set 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 set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating and shall meet all applicable exhaust emission requirements at the time of commissioning. The generator specified for this project was 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. Load Step Load Description 1. 10 kVA, 1PH Lighting Transformer 2. Heater (5 kW, 3PH) 3. Pump 1 (15 HP) 4. Pump 2 (15 HP) City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-50 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 natural gas generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the natural gas 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) 5. Generator make and type 6. Generator electrical rating, kVA 7. Cubic inch displacement 8. Fuel consumption 9. Exciter and type 10. Horsepower at rated load 11. 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 five (5) copies 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. Operating 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-51 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 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. 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 capable 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 - 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: City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-52 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. • Cummins • Caterpillar • Rehlko (Kohler) 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 manufacturer’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 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 start of the engine. Arrange starting pinion to disengage automatically when 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 engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-53 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. 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 governing 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. 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 interfere with maintenance and inspection of the engine. Construct the frame to insure 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-54 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. Outdoor Weather Protective Enclosure 1. The generator set shall be provided with an outdoor enclosure, with the entire package listed under UL2200. The package shall comply with the requirements of the NEC for all wiring materials and component spacing. The total assembly of generator set 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. All doors shall be lockable and include retainers to hold the door open during service. Enclosure 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. 2. 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. 3. 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. 4. 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. 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. 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 and enclosure 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-55 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. operating and service functions. Enclosure 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 perime ter 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 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 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. Fuel System 1. Engine shall operate on natural gas. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-56 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. Overload xi. Battery Charger Malfunction xii. Overcurrent xiii. Under Frequency b. Shutdown Alarms i. Low oil pressure ii. High coolant temperature iii. Fail to crank iv. Overcrank v. Overspeed vi. High AC voltage vii. Low AC voltage viii. Under frequency ix. Over current x. Short circuit xi. Emergency stop City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-57 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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. Generator run ii. Generator failure (shutdown) iii. Generator trouble iv. Pre-warning for low oil pressure v. Pre-warning for high coolant temperature Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. Switch Gear 1. Provide 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, 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 Provide a battery charger inside 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: 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-58 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 2. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. 3. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. 4. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. 5. 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 generator and accessories in conformity with manufacturer’s standard practice. Color of generator 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 manufacturer’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. 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, City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-59 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 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 certify 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 the 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. 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. 16.92 Transfer Switches 16.92.2 Automatic Transfer Switch Part 1 – General Design Criteria The transfer switch shall be NEMA 3R 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-60 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 transfer 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-61 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 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. The Contractor shall program the exerciser clock with direction from the City. 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 positions 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 1) ATS in emergency position, 2) ATS common trouble alarm, 3) Normal Position. 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-62 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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 adjustment 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 [CSI 26 05 73.13, 26 05 73.16, 26 05 73.19] 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 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-63 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 RH2 Engineering, Inc. 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-2024. 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 incidental 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. 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-64 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 16 16-65 J:\Data\REN\119-215\30 Specs\16 Electrical.docx 1/21/26 9:14 AM © 2026 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\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 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. Related Sections • Division 16 Electrical City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-2 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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). • Underwriter’s Laboratories (UL). • 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, State, 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 the 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 within the scope of this section. Control System Integrator: A single company subcontracted by the Contractor, who shall design and furnish the system, provide the instrument panels; provide the Pump Control Panel, instrumentation, 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. 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 Panel Modifications • Pump Control Panel • Photoelectric Smoke Detector • Intrusion Alarm Switch City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-3 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. • Keyed Switch Box • Operation and Maintenance Manuals per Division 1.79.2 and Division 17.94 • 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 installation 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 work 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-4 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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. 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 “Spare Parts – Wastewater Department.” Provide the box with lifting handles. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-5 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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. 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-6 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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 obstruct 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. 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 complexity. 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-7 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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. The plans show general layout of the control panels. The Integrator shall provide 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. • 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-8 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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). 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: City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-9 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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: • 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: City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-10 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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. • 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-11 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. Part 2 – Products 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 Control Panels to be provided by the Control System Integrator: • Pump Control Panel 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 operating 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-12 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 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 stainless steel. • 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. • The enclosure shall be oversized to accommodate future racks and auxiliary devices as required. • Pump Control Panel shall be provided with an air conditioner unit as shown on the Plans. 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 Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-13 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 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. 17.22 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 AWG conductor size. Wires for signal circuits shall be twisted shielded pairs not smaller than No. 18 AWG. 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-inch 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-14 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 17.30 INTELLIGENT CONTROL UNITS 17.31.2 Programmable Logic Controller (PLC) System Part 1 – General Summary Work involved in this Contract includes modifying existing PLC programming to change the existing operation and add additional features. 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. Project Conditions The existing control panel contains an Allen-Bradley CompactLogix L18ER that shall be modified to monitor and control equipment added to this project. 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 existing 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 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-15 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 17.50 SENSORS AND CONTROLS 17.50.1 Common Work for Sensors and Controls Part 1 – General Design Requirements Provide sensors and controls scaled and rated for their intended application. Part 3 – Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position, central to the room unless allowed otherwise by the Engineer. 17.51 Emergency Sensors and Controls 17.51.2 Smoke Detectors Part 1 – General Design Requirements Provide all components suitable for installation in the environment where installed. Detector shall be provided complete with sensing head and mounting base. The photoelectric smoke detector shall be 24-volt powered with a local audible alarm and Form C contacts for remote annunciation through two-wire connection to telemetry panel. The voltage requirement is dependent of the power source available at the telemetry panel . The detector shall detect both smoke particles and heat. The detectors shall have a latching alarm feature that resets only by a momentary power interruption. Part 2 – Products Manufacturers The smoke detector shall be a System Sensor 4WTAR-B, or equal. Part 3 – Execution Examination The Contractor shall verify power supply before selecting the appropriate model. Site Testing Test each smoke detector with artificial smoke in a can per manufacturer’s instructions . Test the thermal sensing units with a heat gun or blow dryer per manufacturer’s instructions. Other testing methods will only be acceptable if approved by the manufacturer. Each failed smoke detector shall be replaced. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-16 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 17.51.4 Intrusion Alarm Switch Part 1 – General Design Requirements The switch shall be two-pole side plunger type switch with one normally open and one normally closed set of contacts. The switch shall be a Type C and NEMA rated. Part 2 – Products Manufacturers Intrusion switches shall be as specified on the Plans, or equal. Components Provide with a standard box plug-in and connecting cable of significant length to reach a junction box located near the switch. Part 3 – Execution Installation The Contractor shall install intrusion alarm switches on all entrance doors and access hatches as shown on the Plans. All components shall be suitable for installation in the environment where installed. Mount the switch as shown on the Plans to detect the opening of each entrance door and access hatch identified on the Plans. Connect to the normally open contacts so that the switch is closed when the door is closed and open when the door is open. A factory provided cord shall be of significant length to reach from the device to a junction box. 17.51.6 Keyed Switch Box Part 1 – General Part 2 – Products Manufacturers The keyed switch shall be a Best Model No. 1W7B2INT with Construction Core. The key shall be removable from the open or closed position. No substitutions. Materials The key switch shall have a minimum contact rating of 15 amps at 30 VDC. The switch type shall be single pole-double throw (SPDT). The switch shall be provided in a junction box provided from the Manufacturer. All keyed switches shall be provided with construction cores. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-17 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. Part 3 – Execution Installation The contractor shall install keyed switch box at the location shown on the Plans for providing an input into the telemetry system. Mount the keyed switch box outdoors as shown on the Plans. Unless otherwise noted, mount top of box at 40 inches above finished grade. The keyed switch shall be wired to the terminal block in the telemetry panel. 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 guarantee 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 adjustmen ts 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. b. Supervise adjustments and installation checks. c. Conduct start-up of equipment and perform operational checks. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-18 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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 this 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 days before testing. 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 field testing of equipment. A preliminary schedule shall be submitted to the Engineer for review 60 days before testing. A final schedule shall be submitted to the Engineer for review 30 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-19 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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 Factory testing of the Pump Control Panel 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. All VFD’s supplied by the Control System Integrator shall be powered with rated incoming voltage. Testing shall include, but not be limited to, operation of all input and output (I/O) points, control devices and motor controllers. The initial hardware testing of the Pump Control Panel shall include the following: 1. The entire assembled panels shall be meggered and tested to be free from grounds and shorts. 2. Provide signal generators, multimeters, and other test equipment as required to verify proper operation of the assembled panels. 3. Correct, replace, or repair Pump Control Panel wiring, and/or components until testing demonstrates proper operation. The Pump Control Panel shall not be shipped to the job site until testing has demonstrated complete operation of the panels. 4. Provide updated and complete as-built drawings for the Pump Control Panel 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. The Pump Control Panel 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. 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, 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 City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-20 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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 online 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. 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 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-21 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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 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 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 facility after start-up of the system. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-22 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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: 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. City of Renton Spring 2026 Rainier Stormwater Pump Station Upgrades Division 17 17-23 \\corp.rh2.com\projects\Project\Data\REN\119-215\30 Specs\17 Automatic Control.docx 1/21/26 7:56 AM © 2026 RH2 Engineering, Inc. 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. 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. City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ APPENDICES Rainier Ave S Stormwater Pump Station Upgrade Project Appendix A – Standard Plans and Details SWP-27-3963 Page 1 2026 City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ Appendix A – STANDARD PLANS AND DETAILS City of Renton Standard Details Std. Plan 101 – Cement Concrete Curbs Std. Plan 102 – Cement Concrete Sidewalk Std. Plan 103 – Curb and Gutter Replacement Detail Std. Plan 110 – Typical Transverse Patch for Flexible Pavement or Rigid Pavement with Overlay Std. Plan 110.1 – Typical Longitudinal Patch for Flexible Pavement or Rigid Pavement with Overlay Std. Plan 110.2 – Required Sawcut, Grind and Overlay for Longitudinal Trenches Surface Water Standard Plans Std. Plan 214.00 – Silt Fence Std. Plan 214.10 – Silt Fence Installation by Slicing Std. Plan 216.30 – Catch Basin Insert Std. Plan 220.00 – Pipe Zone Bedding and Compaction – Rigid Pipe Std. Plan 220.10 – Pipe Zone Bedding and Compaction – Flexible Pipe Std. Plan 220.20 – Typical Trench and Backfill FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1 P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT s RAISED EDGE DETAIL 1 a sI DEWALK LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0" 11r R J01NTS TO INCLUDE RASED EDGE 318• (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLEON RDUt DING 2.0%1 tr2" (IN) R. (TYP.] FOR CURB pETA[LS r , SEE STD PLAN 101 er ' y r. STING ROADWAY CRUSHED ROCK BrLS SEE RAISED EDGE I SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL CUT SIDEWALK OMPACT TO 957, MODIFILU PROCTOR MIN. O SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER) TYPICAL. UNDER ALL CURB, V2" ( tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' ' v FOR CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS% SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,• i!' BASE, WHICHEVER IS GREATER (1YP. FOR ALL CURB b GUTTER). FINISHED GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF CONCRETE SURFACE ADJACENT TO CURB MIN 1, m 1 0• ROU DING R. ( TYR) FOR CURB DETAILS 1, 5% SEE STD PLAN 101 o a t s Fr• • BRI DGE OR PEDESTRIAN RAILING ADJACENT TO CURB FOR CURB CURSDETAILS WRIER - SEE SIDEWALK SEE $TD PLAN 101. STEEP FILL SLOPES) CONTRACT PLANS WALL OR BARRIER I 772' (IN) R. (TYP.) J I SIDEWALK FLUSH' 1. 5% t 1rz• M R. VERTICAL WALL - -- ' -. . - -- \Vr ti..f . •. SEE DETAIL 318• ( IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL a (IN) PREMOLDED JOINT FILLER FOR SIDE BUFFER STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE HER (SEE NOTE 10) SIDEWALK/ 12• ( IN) R. SECTIONS1 ( TYP ) FOR v 1.5% SEE STD PLAN 10.S 1. SX MIN. SEE STD PLAN 101 r 4`\\ f GROOMED FINISH OR MATCH E)(iST1NG e 4' M/IDE, SMOOTH Go TROWELED PERIMETER FINISHED GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING -FLUSH IF PAVED T CONCRETE CEMENTCONCRETECURB CURB ADJACENT TO BUFFER STRIP 0 CURB FOR CURB DETAILS D• SEE STD PLAN 101 r 5, z 1r8'TD 114' NOTES 1. Four feet of the sidewalk width shall be the minimum pedestrian CONTRACTION JOINT • . Al yam. aocessibTe route (aut) free of vertical IN RAG .' andhorizontalobstructions. Gratings, FULL - DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances within the sidewalk ` s'F 3W C CONTRACTION JOINT must be flush with surface, and match grade of the sidewalk. JOINT AND FINISH DETAIL 2. Monolithic Cement Concrete Curb and + Sidewalk is not permitted in new For other referenced NOTES see , construction. When replacement work STD PLAN 104.2, R •• necessitates a Monolithic Cement PREMOLAE ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD PLAN 102.1 as applicable. E FULL -DEPTH 3. Concrete to 6e 4,000 PSI. EXPANSION JOINT fthk SM PLAN - 109 PUBLIC WORKS CEMENT CONCRETE PPRQ • ED: DEPARTMENT SIDEWALK T ljZ_It]ra#'YA 104/ +7 r r EXISTING ASPHF PAVEMENT SAWCUT SEE NOTE 2) ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Closs B) SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 1 THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT 'THE GUTTER FACE. SEE STANDARD PLAN FOR CEMENT CONCRETE CURBS. SM. PLAN - 109 PUBLIC WORKS CURB AND GUTTER PPRO D: DEPARTMENT REPLACEMENT DETAIL ii,, Z N CO ATE 1 1 VARIES 1 1 MIN MIN MIN I MIN SPECIAL NOTE: T < } x , 4 IN THE EVENT TRANSVERSE PATCHES EXIST I ; WITHIN THE AFFECTEO STREET, THE LENGTH I I IOFTHEPATCHSHALLBEEXTENDEDTO INCLUDE ANY EXISTING PATCH WITHIN 10 j FEET OF THE EDGE OF THE PATCH REQUIRED iFORTHENEWCROSSINGANDANYf . . SUBSEQUENT PATCH EDGE WITHIN 70 FEE7 OF THE EDGE OF THE SECOND PATCH AND SO ON UP TO A TOTAL OF 300 FEET. I FACE OF GUTTER OR i I EDGE OF PAVEMENT k -=f-- a ; TRAFFIC FLOW 2" HMA I r a d` i i CENTER LINE ORILANELWE 2" TO 8" HMA i I 6.5' MIN. 2" DEPTH OF PLANING OR SAWCUT AND REMOVE VARIES: 6.5' MIN. DEPTH OF EXISTING PAVEMENT MIN I MIN VARIES { MIN I MINI 2" SAWCUT AND REMOVE OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2) AR-4000W EACH SIDE) 6" CRUSHED SURFACWG TOP COURSE (CSTC) 2" HMA 9-03.9(3)) PER WSDOT STANDARO SPECIFICATIONS, COMPACTED TO 95% MODIFIED PROCTOR. SAWCUT AFTER BACKFILL EACH SIDE) CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL 9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95% MODIFIED PROCTOR. WIDTH OF TRENCH AS RE UIRED BY SIZE OF PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL- SEE STANDARDNEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1. STANDARD SPECIFICATION 7-08.3(1)B TRENCH WIDTH FOR NOTES, SEE STANDARD PLAN 110.1 TYPICAL TRANSVERSE PATCH FOR p - 110 PUBLIC WORKS FLEXIBLE PAVEMENT OR RIGID F'}'R 'E;D DEPARTMENT u j,.,, PAVEMENT WITN OVERLAY r T o LANE ] LAt E LANE i f t ii 1 : f I f l j 4 INITIAL 2" DEEP SAWCUT OR GRIND, AND LIMIT OF FINAL OVERLAY. GRIND AND PAVE r FULL STREET WIDTH OVERLAY REQUIRED. J 'r t 1 J f/ t I ce: t(. p_. 2: t -, / . -I / t' If r .. }t , 1 i f 1` I t f EDGE OF EXISTING PAVEMENT 11 EDGE OF TRAVELED LANE (EDGE STRIPE) t VARIES: 4.5' MIN. (SEE STD PLAN 110.1) f I CENTER OF ANY MARKED LANE LINE, PROVIDE NEW CHANNELIZATION AFTER OVERLAY F t1 i r SECONDARY FULL DEPTH SAWCUT FOR 4 PROPOSED TRENCH t f I INITIAL 2" DEEP SAWCUT OR GRIND, AND f LIMIT OF FINAL OVERLAY. GRIND AND PAVE FULL STREET WIDTH OVERLAY REQUIRED CANE LAtV LANE r ___ _0 i __ FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1 3TD. PLAN - 110.2 PUBLIC WORKS REQUIRED SAWCUT, GRIND AND ppR' 'I,D: DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES Q - 1.CONDITIONS OF USE 1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE. 2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE. 3.MAINTENANCE STANDARDS 3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY. 3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT. 3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED. NOTES: JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS 2"x2" 14 GAUGE WIRE, OR EQUIVALENT, IF STANDARD STRENGTH FABRIC USED FILTER FABRIC 2' MIN. 12" MIN. 4"x4" MIN. TRENCH BACKFILL TRENCH WITH NATIVE SOIL OR 3/4" TO 1-1/2" WASHED GRAVEL 2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.) 6' MAX. POST SPACING MAY BE INCREASED TO 8' IF WIRE BACKING IS USED AOS (ASTM D4751) 30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM 50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1 MINIMUM GRAB TENSILE STRENGTH (ASTM D4632) 180 LBS. MIN. FOR EXTRA STRENGTH FABRIC 100 LBS. MIN. FOR STANDARD STRENGTH FABRIC GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN. SILT FENCE STD. PLAN - 214.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM NOTES: SECTION VIEW ISOMETRIC VIEW DRAINAGE GRATE TRIM GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE 1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. 5" MAX. CATCH BASIN INSERT STD. PLAN - 216.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM RIGID PIPE NOTES: 1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION ZONE SHALL BE THE WALLS OF THE TRENCH. 2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE OUTSIDE SPAN OF PIPE-ARCH. 3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 5.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) CIRCULAR PIPE FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 SPAN 6" PIPE - ARCH 6" PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? CORRUGATED STEEL PIPE 2.0 YES YES YES SPIRAL RIB STEEL PIPE 2.0 YES YES YES PLAIN CONCRETE PIPE (PCP) 2.0 NO YES NO REINFORCED CONCRETE PIPE RCP) 1.0 YES YES NO DUCTILE IRON PIPE 1.0 YES YES YES FOUNDATION LEVEL RISE TRENCH WIDTH, SEE NOTE 3 CIRCULAR PIPE DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" PIPE-ARCH SPAN MINIMUM DISTANCE BETWEEN BARRELS 18" TO 36"12" 43" TO 142"SPAN / 3 148" TO 199"48" TRENCH WIDTH, SEE NOTE 3 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 PIPE ZONE BEDDING AND COMPACTION - RIGID PIPE STD. PLAN - 220.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/19/2022 | 2:5 FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT) PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE)2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE (CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE)2.0 YES YES YES POLYPROPYLENE PIPE (PP) - DUAL WALL 2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:4 12" MIN. 6" MIN. , SEE NOTE 4 EXISTING PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED IN CONTRACT DOCUMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), "BANK RUN GRAVEL FOR TRENCH BACKFILL" PER WSDOT STD. SPEC 9-03.19, OR "GRAVEL BORROW" PER WSDOT STD. SPEC 9-03.14(1), COMPACTED TO 95% OF MAXIMUM DENSITY BENCH AS NEEDED FOR SHORING SYSTEM WHEN DEPTH IS 4' OR GREATER PIPE ZONE BEDDING AND BACKFILL PER STD. PLANS 220.00 AND 220.10 PIPE NEAT LINE TRENCH UNPAVED AREAS PAVED AREAS SEE NOTE 1 NOTES: 1.SEE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 2-09.4 FOR MEASUREMENT OF TRENCH WIDTH. 2.EXCAVATIONS OVER 4' DEEP SHALL COMPLY WITH THE SAFETY STANDARD DESCRIBED IN CHAPTER 295-155 PART N OF THE WAC. 3.MAXIMUM BACKFILL DEPTH ABOVE PIPE SHALL NOT BE EXCEEDED, AS DETERMINED BY PIPE MANUFACTURER. 4.IN PAVED AREAS, IF PIPE HAS LESS THAN 3' OF COVER, USE "CRUSHED SURFACING TOP COURSE" FOR THE ENTIRE BACKFILL DEPTH ABOVE PIPE ZONE. 5.SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT RESTORATION REQUIREMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), COMPACTED TO 95% OF MAXIMUM DENSITY TYPICAL TRENCH AND BACKFILL STD. PLAN - 220.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ Appendix B –Prevailing Wage Rate References CAG-26-069 Rainier Ave S Stormwater Appendix B – Washington State Prevailing Pump Station Upgrade Project Minimum Hourly Wage Rates Reference SWP-27-3963 Page 1 of 1 2026 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 April 2026. 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. City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ Appendix C – City of Renton Insurance Requirements Insurance Guidelines for the City of Renton The City of Renton requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: Revised 6/8/23 •$1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. •$1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. •Proof of Workers’ Compensation coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number). •Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. •$1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. •$1,000,000 Pollution Liability. Required if work involves a pollution risk to the environment. •$2,000,000 Cyber Liability Insurance. Required for information technology professional services agreements. Limits may be higher for special liability exposures. •Builders Risk. May be required up to the amount of the completed value of a new building or major construction project. •$1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property Damage Liability). Required coverage only for aircraft tie-down leases. Additional requirements unique to the City of Renton: •Name the City of Renton as a certificate holder and a Primary and Non-Contributory Additional Insured on the policy. This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special Event, and Aircraft Liability policies; it does not apply to Professional Liability, Workers’ Compensation, nor Cyber Insurance. •The Certificate Holder should read: •The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. •The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. •Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. Direct any questions, comments, or concerns to: Krista Kolaz, Risk Management 425-430-7669 kkolaz@rentonwa.gov City of Renton ATTN: [your City contact’s name & department] 1055 South Grady Way Renton, WA 98057 AmRL CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT PHONE FAX tAlC,No,Eat):(AIC,No): E-MAIL ADDRESS: PRODUCER CUSTOMER ID #: INSURER(S)AFFORDING COVERAGE NAIC # INSURED INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWiTHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WiTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MDDL SUBR POLICY EFI’poLIcy ED’ LTR TYPE OF INSURANCE i wvp POLICY NUMBER {MM/DDIYYYY)(MM!DDIYYYY)LIMITS GENERAL LIABILITY EACH OCCURRENCE $1 .00i1QQ.Q DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR r—r’”PREMISES lEa occurrence)$ MED EXP (Any one person)$5000 GENERAL AGGREGATE $2,000,000 PERSONAL&ADVINJURY $1,000,000 GENL AGGREGATE LIMIT APPLIES PER:PRODUCTS -COMP/OP AGG $1 000,000 POLICY fl r—iLOC —$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000(Ea accident) ><ANY AUTO BODILY INJURY (Per person)$ ALL OWNED AUTOS—BODILY INJURY (Per accident)$ SCHEDULED AUTOS PROPERTY DAMAGE $HIRED AUTOS (Per accident) NON-OWNED AUTOS $ $ UMBRELLA LIAR Li OCCUR ——EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE F J”’AGGREGATE $ DEDUCTIBLE $ H RETENTION $—$ WORKERS COMPENSATION I WC STATU-0TH- I TORY LIMITS I ERANDEMPLOYERS’LIABILITY Y!N ANY PROPRIETORIPARTNER/EXECUTIVE [‘EL.EACH ACCIDENT $ OFFICER!MEMBER EXCLUDED?LI N!A (Mandatory in NH)E L.DISEASE -EA EMPLOYCI $ If yes,describe under EL,DISEASE -POLICY LIMIT $SPFflIAI PROVISIONS heIrw DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES (Attach ACORD 101,AdditIonal Remarks Schedule,If more space Is required) The City Df Renton is Primary and NOn-contributory Additional Insured. CERTIFICATE HOLDER CANCELLATION City of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.Attn: 1055 South Grady Way AUTHORIZED REPRESENTATIVE Renton,WA.98057 DATE (MMIDDIYYYY) ©1988-2009 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORDACORD25(2009109) City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ Appendix D – Traffic Control Information CAG-26-069 Rainier Ave S Stormwater Pump Station Upgrade Project Appendix D - Traffic Control SWP-27-3963 Page 1 2026 TRAFFIC CONTROL The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan and obtain City’s approval of that plan when construction, repair, or maintenance work is to be conducted within the City’s right-of-way. The plan shall be consistent with the provisions found in the State of Washington Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways, Special Provisions Section 1-10.2(2) and the Contract Documents. Traffic Control Plan shall be submitted to the City for review at or prior to the Preconstruction Meeting. Traffic Control Standard Plans, application and requirements can be found on the City’s website: https://rentonwa.gov/city_hall/public_works/transportation_systems/operations/traffic/traffic _control_plans Typical details for lane closures are attached. 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. See Special Provisions Section 1-10 for additional requirements. Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. PUBLIC WORKS DEPARTMENT Page 1 of 6 | Published: 3/12/2025 Transportation Systems Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380 Website: rentonwa.gov TRAFFIC CONTROL PLAN APPLICATION Published: 3/12/2025 TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION FOR REVIEW/APPROVAL AT LEAST FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK AND FOR TRAFFIC SIGNAL WORK WITHIN 150 FEET OF THE INTERSECTION AT LEAST FIFTEEN (15) WORKING DAYS BEFORE THE DATE OF WORK. FOR PURPOSES OF THIS APPLICATION, WORKING DAYS ARE DEFINED AS MONDAY THRU FRIDAY, AND EXCLUDING CITY HOLIDAYS. The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a Traffic Control Plan (TCP) and obtain City's approval of that plan when construction, repair, or maintenance work is to be conducted within the City's right-of-way. 1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents. 2. All TCPs must conform to all attached requirements. Failure to do so may be subject to resubmittal. 3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].” 4. Resubmittal may be required for TCPs that are incomplete and do not display proper requirements as described in the guidelines. Additional review time may be needed. By signing, I certify that the information on this application and within the submittal documents are accurate to the best of my knowledge and I acknowledge and have read all the requirements and guidelines on this application. Applicant’s Signature Date Applicant’s Name (Print) Project Name: Permit #: Site Address: Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________ Construction Company: Contact Name: Phone/Cell: _________________________ Business Address: City/State: Zip: ___________ Description of Work: 24 Hour Emergency Contact Name & Phone: Approval By: ______________________________________________ Date:____________________ PW/Transportation or CED/Development Engineering Division Page 2 of 6 | Published: 3/12/2025 This Page Intentionally Left Blank Page 3 of 6 | Published: 3/12/2025 APPLICANT AGREES TO ALL THE FOLLOWING REQUIREMENTS: GENERAL • Applicant is responsible for compliance with all traffic regulations of the City of Renton (City) and the State of Washington, including codes and regulations not described in this application. • Work Zone Traffic Control shall be in accordance with Manual on Uniform Traffic Control Devices (MUTCD) and shown by a traffic control plan layout or reference to Washington State Department of Transportation (WSDOT) traffic control plans. • Any lane or street closures not in conformance with the approved Traffic Control Plan (TCP) and/or without notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs or Flaggers at thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable State and City codes. • Indemnify and hold harmless the City from any and all claims, actions, and judgments, including all costs of defense and attorney’s fees incurred in defending against same, arising from and related to implementation of the approved TCPs including claims arising from towing of private vehicles and the acts of Applicant’s agents and employees. • Applicant must comply with all conditions of the application. • The City shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable attorney’s fees and litigation costs incurred resulting from such claim. • In the event any claim or suit is brought against City within the scope of this application, Applicant is responsible to pay for legal counsel chosen by the City to defend against same. • No more than one TCP shall be in use at any given time for a single project. If multiple TCPs are submitted for review and approval at the same time, the TCPs shall be clearly labeled as separate plans and include construction phasing and sequencing. • Previously approved TCPs cannot be combined into a new TCP without review and approval by the City. • Expired TCP is not valid and shall not be used. Applicant shall resubmit the expired TCP for approval with the updated date and time and/or any changes to TCP. • Applicant must have the approved TCP prior to commencing the work. • Approved TCP must be at the work site during work hours. • Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or slippery road conditions during work and non-work hours. • Any vehicle, equipment, barricade, or portable tow-away sign used within the work area must display a company logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous place on the vehicle or equipment. • At signalized intersections, vehicle detection shall always remain operational, unless approved in this TCP and notified Transportation Signal Maintenance prior to commencing work. If damage occurs to existing vehicle detection that is to remain, it is Applicant’s responsibility to replace with video vehicle detection equipment that meets current City’s standards at Applicant’s expense. • When not in use, temporary traffic control devices shall be removed or covered immediately. It is the Applicant’s responsible to cover any temporary traffic control devices when not applicable for the construction activities. Similarly, when work is suspended for short periods of time, traffic control devices that are no longer necessary shall be removed or covered. If deemed abandoned, City crews will remove and may store them at the City’s maintenance shop (3555 NE 2nd Street) for up to sixty (60) days. The City is not responsible for any private property from City assets and identifying the property owner. • Applicant is responsible to maintain existing pedestrian accessible routes during work and non-work hours. At intersections, the work on pedestrian facilities shall be limited to one (1) corner at a time, with the least possible inconvenience or delay to pedestrians. Pedestrian pushbuttons shall remain accessible at all times, unless approved pedestrian accessible detour(s) are provided. Accessibility to existing or temporary Page 4 of 6 | Published: 3/12/2025 pedestrian pushbuttons shall not be impaired. Deficiencies caused by Applicant’s operations shall be repaired at Applicant’s expense. • Applicant shall provide complete assistance and accommodation from a dedicated pedestrian escort to all kinds of pedestrian traffic when sidewalk or walkway is impeded to safely redirect pedestrians around a work zone. • Driveway and alley access shall be maintained at all times, also see RMC Chapters 9 and 10 for Street Closure and Street Excavation for details. Applicant is responsible for coordinating with the property owners and/or residents prior to commencement of the work. • Pavement excavation shall be limited to a maximum of one travel lane at a time unless otherwise approved. • Accessibility for emergency vehicles shall be maintained at all times. PUBLIC OUTREACH • Applicant must notify City Inspector (425-430-7203) at least twenty-four (24) hours before commencing work. • Applicant must notify Transportation Signal Maintenance (425-430-7423) at least twenty-four (24) hours before commencing work, if work affects traffic signal operations, including vehicle detection. • Applicant shall notify emergency services (253-852-2121) twenty-four (24) hours before any street closures or lane closures. • Applicant shall call Renton School District (425-204-4455) or any public/private agency, including public transit, to be affected by a temporary lane or road closure a minimum of five (5) working days (excluding weekends and holidays) prior to starting any work. • Applicant shall coordinate with King County Metro Transit Construction Information Center (206-477-1140 or construction.coord@kingcounty.gov) for any construction or installation activities affecting transit operations or facilities. Notification information and guidelines can be found at: https://kingcounty.gov/en/dept/metro/about/contractor-resources/transit-system-impacts. WORKING DAYS AND TIMES • Normal working days are Monday through Friday. Work on holidays, weekends or at night shall not occur without City’s approval. For work times between 10:00 p.m. and 7:00 a.m., see Night Work section below for details. • Work time begins when any street or travel lane is fully or partially closed. This includes set up and removal within the traveled way. • If the City determines the closure hours adversely affect traffic during the work, the City may require to adjust or reduce the working hours accordingly. Reduced work hours may be required by the City to minimize traffic impacts for any work located near a school during pick-up and drop-off times or on an arterial street. (See WSDOT Functional Classification Map: https://www.wsdot.wa.gov/data/tools/geoportal/?config=FunctionalClass) • Applicant may request the City for consideration of extended or modified working hours. Such request must be approved by the City before changing hours of work. CLOSURES • All closure hours and days are subject to local permit and ordinance conditions (such as noise ordinances). More information can be found on https://www.rentonwa.gov/City-Services/Permit-Center. Total street closure lasting more than twenty-four (24) hours is subject to City Council authorization per Section 9-9 of the Renton Municipal Code (RMC). • Road closure notice – Applicant must install Portable Changeable Message Sign (PCMS) boards no less than three (3) working days in advance of effective date and time, not including holidays, at location(s) as identified in the TCP. Other methods of displaying the messages shall be approved by the City. Page 5 of 6 | Published: 3/12/2025 • Road closure notice messages must include at least the following: ROAD WILL BE CLOSED MONTH/DAY – MONTH/DAY _AM - _PM • Road and/or sidewalk closure must be evaluated by the City with respect to both the necessity as well as the impact of the closure to the public. Applicant shall submit detour plans for road closures to accommodate both motorized and non-motorized users, including accessible pedestrian route(s). Road closures shall require additional temporary traffic control including advance notification, approach and detour signage. • Applicant is responsible to temporarily remove the flags and install bags over the flag holders for any work requiring the temporary closure of a crosswalk equipped with pedestrian flags. Applicant shall ensure the bags remain intact and shall replace damaged bags as needed or determined necessary by the City of Renton inspector. For any misplaced or lost flags, Applicant is responsible to replace at Applicant’s own expense. Upon restoration of the crosswalk, Applicant shall remove the bags and return all flags to the holders. Inventory of pedestrian flags must be submitted to the City inspector and reported to City of Renton Transportation Signal Maintenance (425-430-7423) prior to removal. UNIFORMED POLICE OFFICERS (UPO) / FLAGGERS • Any construction activities within one hundred and fifty (150) feet of a signalized intersection shall require Uniformed Police Officer(s) (UPO) at the traffic signal, unless otherwise approved in this TCP and evaluated by City Transportation for the impacts of traffic signal operations and safety. • Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or pedestrian safety or travel. • For TCPs that require the presence of UPO to manage vehicular traffic and pedestrians at signalized intersections, Applicant shall coordinate with Transportation Signal Maintenance (425-430-7423) at least twenty-four (24) hours in advance for any signal that will be placed in red flashing mode. Applicant shall notify Transportation Signal Maintenance when the intersection is back to the normal traffic signal operations. TEMPORARY TRAFFIC SIGNALS OR TRAFFIC SIGNAL MODIFICATION • Temporary traffic signal programming or modification requires a minimum fifteen (15) working days for each traffic signal controller to be programmed and tested by City Transportation staff before starting the work. The Start Date on this TCP shall reflect the time for temporary traffic signal programming or modification. TEMPORARY NO-PARKING • Applicant must post notice of date(s) and time(s) of Temporary No Parking Zone with signs at every hundred (100) feet at least seventy-two (72) hours in advance of effective date and time. • Applicant is responsible to show on the TCP the limits of Temporary No Parking Zone, identifying barricade locations for vacate parking or curb lane usage. The cover sheet of this approved TCP form must be attached to each Temporary No Parking Sign on the project site. • Two travel lanes (one for each approach) must be open at all times on arterial streets unless approved in this TCP. NIGHT WORK • Between the hours of 10 p.m. and 7 a.m., approved Noise Variance shall be required (See Section RMC 8-7- 8) for night work. Process may take up to twelve (12) weeks. More information can be found at https://www.rentonwa.gov/City-Services/Permit-Center/Land-Use-Development/Noise-Variance. • City may require night work for TCPs that have severe traffic impacts on arterial streets. Page 6 of 6 | Published: 3/12/2025 • Night work shall always be required if two lanes of traffic (One for each approach) cannot be maintained on an arterial street. • Night work shall be required if an evaluation of existing traffic volumes and patterns finds that any TCP will functionally reduce an arterial or high-volume collector street to only one lane of traffic. • The following configurations may require night work: Work at traffic signals that requires shifting one direction of traffic into a left turn pocket where a high volume of left turns occur. Work at traffic signals that requires shifting two directions of traffic into left turn pockets. Work at traffic signals that requires shifting high-volume left-turn movement into a through lane on a single approach to the intersection. Work at signals that requires shifting left-turning traffic into a through lane on multiple approaches to the intersection. • If City’s initial TCP review finds that night work is required, a pre-construction meeting is mandatory to confirm the extents of the work required, the duration of work, anticipated noise levels, and any potential alternatives to mitigate the impact of night work to adjacent residents prior to review and approval of the TCP. TRAFFIC CONTROL PLAN (TCP) FORMAT • TCP must be site and project specific. The TCP shall clearly indicate all existing transportation facilities impacted by work including roads, bike lanes, sidewalks, transit stops, and driveways. Typical drawings, taper tables and MUTCD illustrations, by themselves, are insufficient. • Each construction phase shall be provided with appropriate work zone traffic control. The impacts of utility relocation, traffic delays, detours and capacity restrictions must be considered and addressed. A suitable sequence of construction activities must be discussed with City Staff prior to fully developing TCPs based on the complexity of a project. • TCPs shall be clearly labeled as separate plans to identify the construction sequencing during each phase when more than one TCP layout is submitted. • TCP must be submitted with an electronic copy of TCP layout(s), on 11” X 17” paper size PDF format, which consist of: Map(s) showing the location of the project and work area. All fonts shall be legible and a minimum 10-point font size. All symbols of viewing or printing shall be clear and contrasting. All streets shall be labeled, and layout must include a north arrow and scale. Must show channelizing devices, signing, flagger locations, barricades, PCMS boards, etc. Show locations where the standard traffic control plans are applied. D R A W N B Y : E L E N A B R U N S T E I N APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEETSHEET 1 OF 1 SHEET SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K-24.20-00 SHEET 1 OF 1 SHEET FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES ST A TEOFWASHI NGT O N R EGISTEREDP R OFE S SIONAL ENGINEER 25335 THEO DORE J. TR EPA NI E R EXPIRES AUGUST 9, 2007 SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE ~ RECOMMENDED LEGEND PCMS EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE ARROW PANEL PORTABLE CHANGEABLE MESSAGE SIGN LATERAL BUFFER ~ 4’ EXISTING LANE EXISTING SHOULDER 2’ ASECTION WORK AREATEMPORARY LANE ~ 12’ MIN. EXISTING LANEEXISTING SHOULDER ROAD WORK AHEAD END ROAD WORK 100’ WORK AREA B L X X W20-1 P C M S SEE NOTE 5 RIGHT LANE CLOSED AHEAD W20-5R X1 ROAD NARROWS W5-1 A G20-2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA ~ SEE NOTE 6 SEE NOTE 2 W4-2L ~ COMPLIANCE DATE 12/23/13 1. 2. 3. 4. 5. NOTES 6. 7. 8. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) LOADED WEIGHT ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) 45 50 55 60 360 425 495 570 POSTED SPEED (MPH) LONGITUDINAL BUFFER SPACE = B LENGTH B (FEET) 1 4 YARD DUMP TRUCK, SERVICE TRUCK, FLAT BED, ETC. BUFFER DATA VEHICLE TYPE 25 30 35 155 200 250 40 305 25 30 35 40 45 50 55 540 550 600 550 605 660 660 720 POSTED SPEED (MPH) 10 11 12 MINIMUM TAPER LENGTH = L 60 65 70 (FEET) 450 495 500 780 840 LANE WIDTH (FEET) 125 165 180 205 225 245 270 294 320 105 115 150 --- -- 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 35 / 45 30 60 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 25 / 30 20 40 RURAL ROADS & URBAN ARTERIALS URBAN STREETS RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 MPH OR LESS 35 / 40 MPH 25 / 30 MPH 45 / 55 MPHRURAL ROADS 60 / 65 MPHRURAL HIGHWAYS 100’ 35/64 (2) 200’ 35/64 (2) 350’ 35/64 500’ 35/64 800’ 35/64 ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE SIGN SPACING = X (1) (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll-Ahead Stopping Distance. Extend device taper (L/3) across shoulder ~ recommended. Portable Changeable Message Sign (PCMS) ~ recommended. Traffic Safety Drums for all tapers on high speed roadway ~ recommended. Transverse Devices in closed lane every 1000’ 35/64 ~ recommended. Channelizing Device spacing for the downstream taper option shall be 20’ O.C. Use advanced notice for any overwidth loads prior to lane closure for altenative routes if applicable ~ recommended. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. Ken L. Smith 02-15-07 N O T E : T H I S P L A N I S N O T A L E G A L E N G I N E E R I N G D O C U M E N T B U T A N E L E C T R O N I C D U P L I C A T E . T H E O R I G I N A L , S I G N E D B Y T H E E N G I N E E R A N D A P P R O V E D F O R P U B L I C A T I O N , I S K E P T O N F I L E A T T H E W A S H I N G T O N S T A T E D E P A R T M E N T O F T R A N S - P O R T A T I O N . A C O P Y M A Y B E O B T A I N E D U P O N R E Q U E S T . APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEETSHEET 1 OF 1 SHEET RURAL ROADS & URBAN ARTERIALS URBAN STREETS RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 MPH OR LESS 35 / 40 MPH 25 / 30 MPH 45 / 55 MPHRURAL ROADS 350’ 35/64 500’ 35/64 D R A W N B Y : E L E N A B R U N S T E I N 1. 2. 3. 4. NOTES ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 35 / 45 30 60 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 25 / 30 20 40 END ROAD WORK G20-2A WORK AREA ROAD WORK AHEAD W20-1 X ROAD WORK AHEAD W20-1 X END ROAD WORK G20-2A W20-1 ROAD WORK AHEAD X RIGHT LANE TURN RIGHT MUST R3-7R B/W ROAD WORK AHEAD W20-1 X END ROAD WORK G20-2A SIGN SPACING = X 100’ 35/64 200’ 35/64 XX X X L L / 2 X R4-7 B/W SIGN LOCATION CHANNELIZING DEVICES LEGEND 25 30 10 11 12 LANE WIDTH (FEET) 125 165 180 105 115 150 35 40 POSTED SPEED (MPH) 205 225 245 270 294 320 45 50 55 540 550 600 550 605 660 450 495 500 MINIMUM TAPER LENGTH = L (FEET) OBLITERATED MARKING R3-2 R/W R3-2 R/W R3-2 R/W ARROW PANEL SEE N O T E 1 ( T Y P . ) THRU TRAFFIC MERGE LEFT W4-7 W4-2L ~ COMPLIANCE DATE 12/23/13 STANDARD PLAN K-32.80-00 INTERSECTION ~ HALF ROAD CLOSURE WITH LANE SHIFT SHEET 1 OF 1 SHEET FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES BARRICADE ~ TYPE 3 L 45 270 POSTED SPEED (MPH) LONGITUDINAL BUFFER SPACE = B LENGTH B (FEET) 25 30 35 120 40 1705585 B W20-5L LEFT LANE CLOSED AHEAD END ROAD WORK G20-2A 5. 6. 7. ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND DRIVEWAYS. ST A TEOFWASHI NGT O N R EGISTEREDP R OFE S SIONAL ENGINEER 25335 THEO DORE J. TR EPA NI E R EXPIRES AUGUST 9, 2007 NO LEFT TURN signs are to be used if traffic volumes are too high or there is an operating signal. Close the left turn pocket if there is one on the side street. When turn prohibitions are implemented, two turn prohibition signs should be used, one on the near side and, space permitting, one on on the far side of the intersection. If the work space extends a crosswalk, the crosswalk should be closed (see Standard Plan K-34.20). Flashing Warning Lights (Type A per MUTCD) should be used, as needed, to mark barricades at night. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark channelizing devices at night. For long term projects conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary markings shall be used. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. N O T E : T H I S P L A N I S N O T A L E G A L E N G I N E E R I N G D O C U M E N T B U T A N E L E C T R O N I C D U P L I C A T E . T H E O R I G I N A L , S I G N E D B Y T H E E N G I N E E R A N D A P P R O V E D F O R P U B L I C A T I O N , I S K E P T O N F I L E A T T H E W A S H I N G T O N S T A T E D E P A R T M E N T O F T R A N S - P O R T A T I O N . A C O P Y M A Y B E O B T A I N E D U P O N R E Q U E S T . 02-15-07Ken L. Smith City of Renton Public Works Department Contract Documents for Rainier Ave S Stormwater Pump Station Upgrade Project CAG-26-069 ______________________________________________________________________________ Appendix E – Geotechnical Report FOR REFERNCE ONLY Rainier Avenue Improvements Project – PHASE I Geotechnical Report 21 November 2008 Prepared For KPG / City of Renton Prepared by: Jacobs Associates 1109 1st Avenue Suite 501 Seattle, WA 98101-2988 ii Distribution To: Mr. Jason Fritzler, P.E. KPG-Owner’s Representative From: Jacobs Associates Prepared By: Stephen Njoloma Jacobs Associates Phaidra Campbell Jacobs Associates Reviewed By: Carol Ravano, P.E. Jacobs Associates iii Table of Contents 1 Introduction .................................................................................................................. 6 1.1 General ............................................................................................................................... 6 1.2 Project Description .............................................................................................................. 6 1.3 Authorization ....................................................................................................................... 6 1.4 Purpose and Scope of Work ............................................................................................... 6 2 Existing Site Conditions .............................................................................................. 8 2.1 Surface Conditions .............................................................................................................. 8 2.2 Geologic Setting .................................................................................................................. 8 2.3 Field Exploration ................................................................................................................. 8 2.4 Subsurface Conditions ...................................................................................................... 11 2.5 Groundwater Conditions ................................................................................................... 11 3 Conclusions and Recommendations .........................................................................13 3.1 Site Preparation and Grading Recommendations ............................................................ 13 3.2 Retaining Wall Design Recommendations ....................................................................... 15 3.3 Signal Pole Foundation Design Recommendations ......................................................... 16 3.4 Pavement Considerations ................................................................................................. 17 3.5 Site Drainage and Erosion Considerations ....................................................................... 19 3.6 Seismic Design Criteria ..................................................................................................... 20 4 Closure .........................................................................................................................21 5 References ...................................................................................................................22 Appendices A Boring Logs B CPT Results C Vicinity Maps D Photo Logs E Pavement Information iv List of Tables Table 1 Core Location and Pavement Thickness ......................................................................................... 9 Table 2 CPT Location and Test Depth ........................................................................................................ 10 Table 3 Foundation Depth for Signal Pole Foundation ............................................................................... 17 v List of Figures Figure 1 Flexible Pavement System ............................................................. Error! Bookmark not defined. Figure 2 Rigid Pavement System ............................................................................................................... 19 1 Introduction 1.1 General This report presents the results of our field investigation and provides geotechnical conclusions and preliminary recommendations for design of the Rainier Avenue Transit Improvement Project located in Renton, Washington. The purpose of this study was to complete subsurface explorations within the project alignment to characterize soil and groundwater conditions and develop geotechnical conclusions and recommendations for design and construction of the proposed improvements. 1.2 Project Description We understand that the Improvement Project will have two phases: the Preliminary Design Phase and the PS&E Phase. The purpose of our work on Phase 1 is to provide KPG with geotechnical recommendations including utility pole and retaining wall foundation design and pavement section design for the design documents. We understand that the City of Renton is working on improvements to Rainier Avenue South from South Grady Way to South 2nd Street. Improvements to this section of Rainier Avenue South would include additional Business Access Transit (BAT) lanes, pavement resurfacing or replacement, controlled and consolidated access points to existing business, and enhanced pedestrian environments. As part of these improvements new traffic signal standards will be installed at six (6) intersections. We understand that to accommodate roadway expansion, retaining walls to support embankments and fill and cut slopes will be constructed. At the time this report was prepared, specific design details for retaining walls and signal pole types had not yet been determined. 1.3 Authorization Our work was performed in general accordance with our proposal letter dated 31 August 2007 and submitted to Mr. Joe Giacobazzi, P.E. of KPG. Notice to proceed for this investigation was received on 8 January 2008 from KPG. On 7 March 2008 JA submitted a work plan for the geotechnical investigation to Mr. Jason Fritzler, P.E., of KPG. This report has been prepared for the exclusive use of KPG and its authorized agents for specific application to this project in accordance with generally accepted geotechnical/civil engineering practices. 1.4 Purpose and Scope of Work The purpose of this investigation is to evaluate the subsurface conditions and pavement sections along the project alignment and to provide geotechnical recommendations for the proposed new signal pole foundations, retaining walls, and roadway widening. Our scope of work consists of the following tasks: Preliminary site visits to evaluate the site conditions, evaluate access, plan the field investigation, and locate potential boring and monitoring well locations; Coordination of utility location at boring and coring locations; Preparation of City of Renton Right-of-Way Use Permit and traffic control plans; Coordination of the field investigation, supervision of drilling, coring, and cone penetration testing (CPT) subcontract work. 7 Logging the soil borings and pavement cores, and observing the installation of the monitoring wells; Preparing a summary geotechnical report, including: 1. Descriptions of the site and boring locations; 2. Summary boring logs; 3. Descriptions of the surface and subsurface conditions along the project alignment. 4. Recommendations for the signal pole and retaining wall foundations, 5. Recommendations of the pavement section design. 8 2 Existing Site Conditions This section provides a discussion of the general surface and subsurface conditions observed along the project corridor at the time of our investigation. Interpretations of the site conditions are based on the results of our review of available information including results from previous geotechnical investigation s at the site, site reconnaissance, and information collected during our subsurface exploration. 2.1 Surface Conditions Along the project alignment, Rainier Avenue South is a busy traffic corridor. It is composed of a five (5) lane roadway segment between South Grady Way and South 3rd Place and a six (6) lane roadway segment between South 3rd Place and South 2nd Street. Within the project area, Rainier Avenue has sidewalks on each side of the roadway and is controlled with traffic signals at each intersection, except at the Hardie Avenue Southwest intersection. The project alignment follows a densely developed, busy section of Rainier Avenue, with numerous single-story businesses, a couple of strip malls, and several auto sales lots surrounded by parking lots. The project alignment is generally flat, except at the railroad embankment south of South 4th Place and the section between South Grady Way and Hardie Avenue SW (embankment at the USA Mini -Mart). The railroad embankment is approximately 17 feet above the existing roadway surface in the area of the bridge and is sloped at approximately 1H:1V (Horizontal:Vertical). The slope in front of the USA Mini- Mart is steeper than 1H:1V and has a low rockery in front of it. The remainder of the area is paved. 2.2 Geologic Setting The recent history of the Puget Sound Lowland region has been dominated by several glacial episodes. The most recent, the Vashon stade of the Fraser glaciations is responsible for most of the present day geologic and topographic conditions. This glaciation deposited a heterogeneous assemblage of proglacial lacustrine deposits, advance outwash, lodgment till, and recessional outwash. Post glacial processes primarily consisted of modern stream and river alluvium deposition over the recessional outwash. Prior to 1917, the Black River extended from its source in Lake Washington through this area to the Duwamish River in Tukwila. When the U.S. Army Corps of Engineers built the Chittenden Locks in Ballard in Seattle and excavated the Ship Canal in 1917, the water level in Lake Washington was lowered approximately seven (7) feet, which resulted in the Black River drying up. At the same time, the Cedar River was re-routed into a portion of the Black River channel so that the Cedar River would flow into Lake Washington and not into the Black, and then Duwamish, Rivers. (Luzier, 1969) As a result of this history, the geology of the project area is a combination of fill materials and reworked glacial deposits that were eroded and brought downstream by the Black and Cedar Rivers. There are also some peat deposits that formed in the meandering stream environment. These deposits all overlie deposits of glacial origin. 2.3 Field Exploration The site reconnaissance was performed on 22 February, 2008 by Joe Schrank, P.E., of JA. The site reconnaissance was conducted to evaluate access and set-up conditions, and to locate and mark the preliminary boring locations. JA coordinated the utility locate requests and traffic control plans after marking the boring locations. Follow-up site visits were performed on 4, 19, and 31 March, 2008 by Joe 9 Schrank to check for any utility conflicts at the proposed boring locations. A City of Renton Right -of- Way (ROW) Use permit was obtained by JA prior to beginning the subsurface explorations. Subsurface field investigations were performed from 21 to 24 April, 2008 by Stephen Njoloma and Phaidra Campbell, both of JA. The field investigation consisted of performing exploratory coring of roadway pavement sections, performing ten (10) Cone Penetration Tests (CPTs), and advancing two (2) exploratory soil borings. 2.3.1 Pavement Coring Pavement coring was performed from 21 to 23 April, 2008 by Seattle Concrete Coring under subcontract to JA. The coring was performed to verify in-situ pavement thickness, and to provide access to the underlying soil layers for sampling and testing. Coring along the project alignment was performed using an electric diamond core drilling machine with a 5-inch or 12-inch diameter core barrel (12-inch diameter coring was performed at exploratory soil boring locations). Each pavement core sample was retrieved, washed, measured, and documented with a photograph. At completion, core holes were backfilled with quick-setting cement grout. A summary of pavement core locations and the measured thickness at each location is presented in Table 1 below. Both Asphaltic Concrete Pavement (ACP) and Portland Cement Concrete (PCC) were encountered. Table 1 also contains pavement section thickness information from a previous geotechnical investigation performed by Milbor-Pita and Associates. Approximate locations for the core locations are indicated on the Vicinity Maps, Appendix C. Table 1 Core Location and Pavement Thickness Core Location Pavement Thickness CPT-1 Southwest corner of S. Grady Way and Rainier Ave. S. 14 in. ACP over 5 in. PCC JA-2 Northwest corner of S. Grady Way and Rainier Ave. S. 15.5 in. ACP over 6.5 in. PCC CPT-3 Northeast corner of Hardie Ave. SW and Rainier Ave. S 5 in. ACP CPT-5 Southeast corner of S. 7th St. and Rainier Ave. S. 17 in. ACP JA-6 Northeast corner of S. 4th Place and Rainier Ave. S. 8 in. ACP CPT-7 Northwest corner of S. 4th Place and Rainier Ave. S. 7 in. ACP CPT-8 Northwest corner of S. 3rd Place and Rainier Ave. S 5 in. ACP CPT-9 Southeast corner of S. 3rd Place and Rainier Ave. S. 3 in. ACP CPT-10 Southeast corner of S. 3rd Street and Rainier Ave. S. 4 in. ACP over 7.5 in. PCC CPT-11 Southwest corner of S. 3rd Street and Rainier Ave. S. 8 in. ACP over 7 in. PCC CPT-14 South bound lane of Rainier Ave. S. approximately 350 ft before S. Grady Way 14 in. ACP CPT-15 Southeast corner of S. 2nd St. and Rainier Ave. S. 9 in. ACP PC-1 South bound lane of Rainier Ave. S. approximately 430 ft before S. Grady Way 7 in. ACP over 7 in. PCC PC-3 North bound lane of Rainier Ave S. approximately 350 ft after S. 4th Place 7.5 in. ACP over 7.5 in. PCC PC-5 North bound lane of Rainier Ave.S. approximately 330 ft before S. 7th St. 7.5 in. ACP over 6.5 in. PCC PC-6 South bound lane of Rainier Ave. S. approximately 200 ft before S. Sunset Blvd. 8 in. ACP over 8 in. PCC 10 Core Location Pavement Thickness P-1 (Milbor-Pita) North bound lane of Rainier Ave. S. approximately 17 ft south of center bridge abutment 11 in. ACP P-2 (Milbor-Pita) North bound lane of Rainier Ave S. approximately 17 ft north of center bridge abutment 10 in. ACP P-3 (Milbor-Pita) South bound lane of Rainier Ave. S. approximately 17 ft north of center bridge abutment 6.5 in. ACP over 6.5 in. PCC P-4 (Milbor-Pita) South bound lane of Rainier Ave. S approximately 14 ft south of center bridge abutment 7 in. ACP over 6.5 in. PCC 2.3.2 Cone Penetration Testing Northwest Cone, under subcontract to JA, performed ten (10) electric cone penetration tests (CPTs) along the project alignment on 21 and 22 April 2008. CPTs were performed to determine soil characteristics including soil classification, soil strength and stratigraphy. This information was analyzed and incorporated in the formulation of our project design recommendations. The CPT soundings were performed using electric cone penetrometers and piezocone penetrometers. The penetrometers were advanced into the ground using a hydraulic ram mounted in a truck having a weight of approximately 20 tons. The cone and piezocone penetrometers have a diameter of approximately 1.4 inches. Cone tip resistance (Qc) and sleeve friction (Fs) were recorded on the penetrometer during all CPT soundings. The pore water pressure during penetration was measured behind the tip (P w) in piezocone soundings. Data was recorded at approximately 2 cm intervals using an on-board computer to provide a near continuous profile of the soil conditions encountered during penetration. The friction ratio (Fs/Qc) was computed for each test interval. Continuous profile plots of equivalent Standard Penetration Test N- values, and color coded soil behavior type, are generated and presented on the CPT logs. A summary of the approximate CPT locations and test depths are presented in Table 2 below; CPT results are presented in Appendix B. Approximate locations where CPTs were performed are indicated on the Vicinity Maps, Appendix C. During cone penetration testing, refusal was established as tip resistance pressures over 400 TSF. Tests performed in the roadway alignment between South Hardie Way and South 4th Place did not meet refusal with the exception of CPT-14. CPT’s performed between South 4th Place and Southwest Sunset Boulevard/South 3rd Street met refusal at depths between 15 feet and 20 feet below ground surface. Table 2 CPT Location and Test Depth CPT Location CPT Test Depth (ft) CPT-1 Southwest corner of S. Grady Way and Rainier Ave. S. 26.57 CPT-3 Northeast corner of Hardie Ave. SW and Rainier Ave. S 31.99 CPT-5 Southeast corner of S. 7th St. and Rainier Ave. S. 29.2 CPT-7 Northwest corner of S. 4th Place and Rainier Ave. S. 20.34 CPT-8 Northwest corner of S. 3rd Place and Rainier Ave. S 15.75 CPT-9 Southeast corner of S. 3rd Place and Rainier Ave. S. 15.09 CPT-10 Southeast corner of S. 3rd Street and Rainier Ave. S. 19.85 CPT-11 Southwest corner of S. 3rd Street and Rainier Ave. S. 17.72 CPT-14 South bound lane of Rainier Ave. S. approximately 350 ft before S. Grady Way 19.39 CPT-15 Southeast corner of S. 2nd St. and Rainier Ave. S. 26.08 11 2.3.3 Geotechnical Borings To supplement the information obtained from the CPTs, subsurface conditions along the project alignment were explored by advancing and sampling two (2) exploratory borings (JA -2 and JA-6) with a truck-mounted, hollow-stem auger drill rig on 23 and 24 April, 2008. The exploratory borings were advanced to depths of 26.5 feet and 31.5 feet, respectively, and were completed by Holocene Drilling of Fife, Washington, under subcontract to JA. The approximate locations of the exploratory borings are indicated on the Vicinity Maps, Appendix C. A detailed discussion of the soil boring exploration program, together with edited logs of the exploratory borings is presented in Appendix A. At completion of drilling and sampling a groundwater monitoring well was installed at each of the soil boring locations. The wells consisted of 2-inch diameter Schedule 40 PVC pipe with a 10-foot screen section centered within the present water table. The borings were backfilled with clean silica sand for the screen portion and bentonite chips to the bottom of the pavement. A 12-inch diameter protective monument was installed flush with existing pavement in cement grout to protect the monitoring well. Groundwater monitoring wells were installed in general accordance with the requirements of Washington Administration Code 173-160, Minimum Standards for Construction and Maintenance of Wells. The monitoring wells are graphically represented on the summary boring logs. 2.4 Subsurface Conditions Based on the results of the field exploration program and our review of available geologic information, the project alignment is interpreted to be existing roadway pavement underlain throughout by roadway fill, the fill is underlain by alluvial deposits. Based on the core sections examined along the project alignment, pavement of the two (2) inner lanes for both the northbound and southbound directions consists of Asphaltic Concrete Pavement (ACP) underlain by Portland Cement Concrete (PCC) between 11 inches and 22 inches thick. The outer lanes, turn lanes and artery roads are predominantly paved with ACP between 3 inches and 17 inches thick. Fill was encountered to between 2 feet and 5 feet below ground surface (BGS) and consists of loose to medium dense, medium to coarse silty sand or loose to medium dense, fine to coarse silty, sandy to very sandy gravel. The moisture content of the fill varied between dry and moist. Alluvium was encountered beneath the fill in both borings. The alluvium generally consisted of interbedded layers of soft, silty clay to clayey silt; very loose to medium dense, fine to coarse sand and silty fine sand; and very loose to medium dense, silt. Thin, interbeds of medium dense to very dense, gravelly sand to sandy gravel and fine to coarse gravel were encountered. Cone penetration tests performed in the portion of the alignment between South 4th Place and South 2nd Street encountered a very dense layer of sandy gravel between 15 feet and 20 feet BGS. 2.5 Groundwater Conditions Groundwater was observed during drilling in both borings; at a depth of 25 ft in JA-2 and 20 ft in JA-6. Monitoring wells were installed in both borings. Boring MP-5 performed by Milbor-Pita and Associates in the vicinity of the Rainier Avenue Railway Bridge (lowest section of the project alignment) indicates that the groundwater can be as high as 7 feet BGS. It should be noted that the groundwater conditions reported on the summary logs are for the specific locations and dates indicated, therefore may not necessarily be indicative of other locations and/or times. 12 Furthermore, it is anticipated that groundwater conditions will vary depending on local subsurface conditions, the weather, and other factors. Groundwater levels in the project alignment zone are expected to fluctuate seasonally, with maximum groundwater levels generally occurring during the winter and spring months. 13 3 Conclusions and Recommendations Based on conditions observed in the explorations and results of our engineering evaluation, construction for the proposed City of Renton Rainier Avenue Improvements Project – Phase I is considered to be feasible using conventional means and methods. Geotechnical conclusions and recommendations are presented in the following sections for the earthwork including road subgr ade preparation, retaining wall, and signal standard design, and recommendations for a new pavement section. It is our opinion that there are no geotechnical constraints that would preclude project construction as planned, provided that our recommendations are incorporated into the design. Our design recommendations and conclusions were developed based on our current understanding of the project. If the nature of the proposed construction is changed, JA should be notified so we can confirm or re-evaluate our recommendations. 3.1 Site Preparation and Grading Recommendations 3.1.1 Site Clearing, Demolition, and Removal The amount of pavement and embankment demolition that will be necessary is dependent on the final design, which is not known at this time. Prior to earthwork operations, existing concrete structural elements and all pavements should be removed and the ground cleared of all unsuitable materials, including vegetation and topsoil. We recommend that any removed asphalt, concrete, and organic material not be reused directly as structural fill. However, asphalt and concrete rubble may be reused as structural fill if it can be adequately processed and meet WSDOT specifications for the intended use. In some cases, the existing utilities on site must be relocated. The underlying site soils may contain gravels, cobbles, and boulders. The contractor should be prepared to handle gravels, cobbles or boulders if encountered during excavation and construction. 3.1.2 Subgrade Preparation Roadway subgrade preparation for areas of new pavement is expected to consist of stripping and clearing of all vegetation and deleterious materials, removal of existing pavement, and excavation of loose and soft subgrade material. Following clearing, stripping, and any required excavation to remove unsuitable material, and before placement of any structural fill, the upper 12 inches of exposed soil should be scarified, moisture-conditioned, and compacted as described in Section 3.1.3 of this report. Over- excavation of unsuitable subgrade material should be in accordance with Section 2-03.3(14)E of the 2008 WSDOT Standard Specifications. The prepared subgrade should be proof-rolled with a loaded dump truck, large self-propelled vibrating roller, or equivalent piece of equipment in the presence of a qualified geotechnical or civil engineer to check for the presence of soft, loose, and/or disturbed areas. If any soft loose, and/or disturbed areas are revealed during proof rolling, these areas should either be moisture conditioned and re-compacted to the required density, or removed and replaced with Select Borrow meeting the requirements in Section 9-03.14(2) of the 2008 WSDOT Standard Specifications, and compacted to the required density. 3.1.3 Structural Fill Materials and Compaction For imported soil to be used as general structural fill, we recommend using a clean, well -graded sand and gravel such as Gravel Borrow, specified in Section 9-03.14(1) of the WSDOT 2008 Standard Specifications. On site soils may be used for structural fill if they meet the WSDOT criteria for Gravel Borrow. 14 In general, the structural fill should be placed in eight-inch horizontal lifts and compacted to a minimum of 95 percent of its maximum dry density, as determined by test method ASTM D-1557 (Modified Proctor). The procedure to achieve the specified minimum relative compaction depends on the size and type of compacting equipment, the number of passes, thickness of the layer being compacted, and certain soil properties. Before fill control can begin, the compaction characteristics of the fill material must be determined from representative samples of the structural and drainage fill. A study of compaction characteristics should include determination of optimum and natural moisture contents of these soils at the time of placement. We recommend that JA be on site to observe the appropriate lift thickness and adequacy of the subgrade preparation. A sufficient number of in-place density tests should be performed as the fill is being placed to determine if the required compaction is being achieved. If earthwork is performed during extended periods of wet weather or in wet conditions, the structural fill should conform to the recommendations provided in the Wet Weather Earthwork section below. 3.1.4 Wet Weather Earthwork Earthwork-related construction will be influenced by weather conditions. The existing subsurface soil at the site contains significant amounts of fine-grained sands and silts, which will make the existing subsurface soil sensitive to moisture. Traversing the exposed subsurface soils in wet weather with construction equipment will also lead to subgrade degradation. Furthermore, these soils may be difficult to compact if their moisture content significantly exceeds the optimum. Site grading activities using moisture-sensitive soil should normally occur during the relatively warmer and drier period betwe en mid- summer to early fall. For wet weather construction we recommend the following: Earthwork should be performed in small areas to minimize exposure to wet weather. Excavation or the removal of unsuitable soil should be followed promptly by placement and compaction of wet weather structural fill. The size and type of construction equipment used may have to be limited to prevent soil disturbance. Under some circumstances, it may be necessary to excavate soil with a backhoe to minimize subgrade disturbance caused by equipment traffic. Material used as structural fill should consist of clean, granular soil with less than 5 percent passing the U.S. Standard No. 200 sieve, based on wet sieving the fraction passing the ¼-inch sieve. The fine-grained portion of the structural fill soil should be non-plastic. The ground surface within the construction area should be graded to promote runoff of surface water and to prevent ponding of water. The ground surface within the construction area should be sealed by a smooth drum vibratory roller, or the equivalent, and under no circumstances should soil be left un -compacted and exposed to moisture. Excavation and placement of structural fill material should be under the full time observation of a representative of JA, to determine that the work is being accomplished according to the project specifications and the recommendations contained herein. Bales of straw and/or geotextile silt fences should be strategically located to control erosion and the movement of soil. 3.1.5 Temporary and Permanent Slopes In order to accommodate the construction of the new retaining walls, temporary excavations into existing slopes along the roadway may be required. Based on the soil conditions observed in our explorations and projected typical shallow foundation depths, we anticipate that the temporary excavations for retaining walls will generally encounter existing roadway fill consisting of loose to medium dense, medium to 15 coarse silty sand or loose to medium dense, fine to coarse silty, sa ndy to very sandy gravel. Temporary excavations into roadway fill should be sloped no steeper than 1½H:1V. Temporary excavation slopes should be protected by covering with plastic sheeting or other approved means to prevent erosion. Temporary excavation slopes should be the sole responsibility of the contractor. All local, state, and federal safety codes should be followed. The contractor should implement measures to prevent surface water runoff from entering excavations. All temporary excavation slopes sh ould be monitored by the contractor during construction for any evidence of instability. If instability is detected, the contractor should flatten the temporary excavation slopes or install temporary shoring. If groundwater or groundwater seepage is present, flatter excavation slopes should be expected. In areas where sufficient space is available for permanent slopes, the permanent cut and fill slopes should be sloped no steeper than 2H:1V. To prevent erosion, permanent slopes should be hydroseeded as soon as practical or covered with either mulch or erosion control netting/blankets, and bonded fiber matrix. 3.2 Retaining Wall Design Recommendations We anticipate that retaining walls will be needed to support roadway cut and fill sections for the project. The following sections provide general recommendations for the design of the retaining walls. At the time this report was prepared, specific details regarding the retaining walls, such as type of wall, height and length, were not available. When a final design is completed, JA would be pleased to provide additional recommendations, if necessary, for the proposed retaining walls. 3.2.1 Cast In-Place and Modular Retaining Walls At locations where retaining walls will be required to support roadway fill, conventional concrete retaining walls or modular block gravity walls could be used. A sloped, temporary excavation would be needed to construct either the conventional concrete retaining walls or modular block gravity walls. Recommendations for temporary excavations are provided in Section 3.1.5 of this report. 3.2.2 Lateral Earth Pressures Conventional cast in place (CIP) retaining walls unrestrained against rotation (active conditions) during placement and compaction should be designed using an equivalent fluid density of 45 PCF, assuming level backfill and drained conditions. Design of any subsurface walls should include appropriate lateral earth pressures caused by any adjacent surcharge loads. For uniform surcharge pressures due to vehicular loading, fill, or pavement placed behind the wall, a uniformly distributed horizontal load of [K a] times the surcharge pressure should be added for yielding walls. Where large surcharge loads, such as heavy trucks, a crane, or other construction equipment are anticipated in close proximity to the retaining walls, the walls should be designed to accommodate the additional lateral pressures resulting from the surcharge load. Applicable vertical surcharge loads should include loads from fill or pavement above the top of the wall and surcharge due to vehicular traffic. We recommend establishing a vertical surcharge load of 150 PSF to account for loads from fill or pavement behind the top of the wall. Additionally, we recommend a vertical surcharge of 250 PSF be added in the design evaluation to account for vehicular loading. 16 3.2.3 Wall Drainage Considerations The preceding lateral earth pressure recommendations assume that sufficient drainage is provided behind the retaining walls to prevent build-up of hydrostatic pressure. To achieve fully drained conditions, we recommend the following drainage behind the backfilled walls: Backfill within 18 inches of retaining walls with free-draining backfill that meets the requirements of Sections 9-03.12(4) of the 2008 WSDOT Standard Specifications. Install drains behind and at the base of any backfilled wall. Underdrain pipe for gravity walls should be 6-inch diameter and conform to Section 9-05.2(6) of the 2008 WSDOT Standard Specifications. The pipe should be placed with perforations downward and enclosed in a minimum 12-inch thick envelope of free-draining gravel. The drain gravel should completely surround the perforated drain pipe and be completely enclosed by a non-woven geotextile material with a minimum 12-inch overlap. To reduce the possibility of water ponding and infiltrating into the subsurface behind the retaining walls, the adjacent ground surface behind the wall should be sloped to direct run-off away from the top of the wall. Alternatively, a line brow ditch could be constructed alo ng the top of the wall to collect surface water run-off and route it to the storm drain system. 3.3 Signal Pole Foundation Design Recommendations We understand that new signal pole foundations will be placed at some of the intersections along the project alignment. The signal pole foundations will be designed in accordance with the WSDOT design methodology. Based on the results of our field exploration and engineering analyses, it is our opinion that the proposed new traffic signals can be supported on drilled shaft foundations. The drilled shafts should be embedded sufficiently to resist lateral forces and resulting overturning moments. If the proposed traffic signal standard foundation conforms to WSDOT standards for the design, the foundation design chart presented on Figure 850-13 of the WSDOT Design Manual (WSDOT 2003) will be applicable for this project. It should be noted that the WSDOT design chart is appropriate for single- or double-mast arm standards with 90 degrees between arms. Furthermore, the “XYZ” value (summation of the wind load areas multiplied by each respective offset distance from the centerline of the standard to the center of the sign or signal display mounting location) for either a single-mast arm, or for either arm of a double-mast arm standard, must not exceed 2,300 cubic feet for the design chart to remain applicable. JA can provide appropriate soil parameters to support structural design of special signal pole foundations if the need should arise. Required foundation depths and diameters will be a function of the total “XYZ” value of each mast arm and the surrounding soil’s allowable lateral bearing stress. Table 3 summarizes the maximum anticipated required foundation depth for 3-foot and 4-foot drilled shaft foundations situated on level ground or in slopes of less than 3H:1V. The embedment depth should be applied from the ground surface after stripping of topsoil, or any over-excavation of soft/loose soil deposits. 17 Table 3 Foundation Depth for Signal Pole Foundation Drilled Shaft Diameter (ft) Soil Type Allowable Bearing Capacity Foundation Depth (ft) 3 Soft to medium stiff sandy silt and very loose to medium dense silty sand 1000 PSF 10 to 15 4 Soft to medium stiff sandy silt and very loose to medium dense silty sand 1000 PSF 8 to 11 Construction methods for traffic signal foundations typically involve drilling a vertical shaft with a single-flight auger drill rig, placing a reinforcing steel cage into the drilled hole, and filling the hole with concrete. Depending on ground conditions, the hole may be cased or uncased and the concrete placed by free-fall or with a tremie pipe. For small diameter holes (3 to 4 feet in diameter) advanced above the ground water table, the soil should have sufficient standard time to allow construction of the foundations without casing, although the loose near-surface fill could be subject to caving. If the foundation extends below the groundwater table, caving or sloughing will likely occur. Drilled shaft foundations extending below the groundwater table will likely need to be cased. Where casing is used, it should be pulled as concrete is placed while a sufficient head of concrete is maintained inside the casing to prevent caving and sloughing of the hole. Alternatively, the casing could be pulled immediately after the placement of the concrete, provided the hole is topped off after the casing has been removed. Large cobbles and boulders are typically encountered in glacial deposits and large pieces of debris may be present within the fill deposits. The single-flight auger should be large enough to handle these large soil particles and/or debris. A qualified geotechnical engineer should observe drilled shaft excavation and concrete placement. This will allow the opportunity to confirm conditions indicated by our explorations and/or provide corrective recommendations adapted to conditions observed during construction. 3.4 Pavement Considerations Design criteria for new pavement sections were developed using the American Association of State Highway and Transportation Officials design procedure (AASHTO 1993). The pavement design is based on the following traffic data provided by KPG: Average Daily Traffic (ADT) = 50,000 Growth factor = 1.5 percent per year Growth period = 20 years Percent 5 axle trucks or greater = 3 percent For the purposes of our design, an equivalent single axle load (ESAL) of 21,000,000 was used for each of the traffic directions. Our design consisted of two (2) separate pavement systems: flexible and rigid. A flexible pavement system has a bituminous surface and a rigid system has a surface of Portland cement concrete (PCC). We have provided you with two different flexible pavement sections, one using a two layer system and one using a three layer system. All systems were designed using WSDOT standards. Depending on the locations where the road will be widened, the cross-section of the new pavement should match the existing pavement sections. At the time of preparation of this report, we had limited information regarding locations where the roadway will be widened. For the two layer flexural pavement 18 section we recommend using a minimum of 11 inches of ACP overlying 7 inches of densely compacted, crushed surfacing base course (CSBC). For the three layer flexural pavement section, we recommend using 5 inches of Hot Mix Asphalt (HMA), overlying 8 inches of Hot Mix Asphalt Base (HMAB), overlying 6 inches of compacted CSBC. For the rigid pavement system, we recommend using a minimum of 12 inches of PCC and 5 inches of hot mix aggregate base (HMAB). The assumptions for the flexible pavement and rigid pavement systems are shown in Pavement Information, Appendix E; typical cross- sections are presented in Figure 1, Figure 2, and Figure 3 below. Figure 1 Flexible Pavement Design for a Two Layer System Figure 2 Flexible Pavement Design for a Three Layer System 19 Figure 3 Rigid Pavement System The design is based on the assumption that the pavement subgrade has been prepared in accordance with the recommendations contained in Section 3.1.2 of this report. We recommend that the upper 2 feet of soil beneath the pavement section consist of dense to very dense granular soil, native soil, or structural fill. Depending on the depth of the cuts in these areas, the native soil may not provide suitable bearing for the pavement cross-section. In these areas, we recommend over-excavating and removing soil to a minimum depth of 2 feet below new pavements. Prior to subgrade preparation a study of the compaction characteristics of the subgrade material should be conducted. The study should be based on representative samples of the subgrade materials and should include determination of optimum and natural moisture contents of these soils at the time of placement. The pavement subgrade should be compacted to 95% of the maximum dry density, based on Modified Proctor (ASTM D 1557). A sufficient number of in-place density tests during grading work should be performed to confirm that the required relative compaction is being achieved. Base course materials used should meet the gradation requirements in Section 9-03.9(3) of the 2006 WSDOT Standard Specifications, and be placed in accordance with Section 4-04 of the 2006 WSDOT Standard Specifications. We recommend that a JA representative be on site to observe pavement subgrade preparation. The new pavement will abut existing pavement, in locations to be determined in the final design. Care must be taken to design a suitable joint between the two different pavement systems. 3.5 Site Drainage and Erosion Considerations 3.5.1 Surface Water Control Surface runoff can be controlled during construction by careful grading practices. Typically, these include the construction of shallow, upgrade perimeter ditches or low earthen berms and the use of temporary sump pumps to collect runoff and prevent water from damaging any exposed subgrade. In addition, measures should be taken to avoid impounding of surface water during construction. Permanent control of surface water should be incorporated in the final grading design. Adequate surface gradients and drainage systems should be established such that surface runoff is directed away from structures and pavements and into swales or other controlled drainage devices. 20 3.5.2 Erosion Control During construction at the site, implementing the recommendations presented in the section on wet weather earthwork can minimize erosion. The erosion control devices should be in place and remain in place throughout site preparation and construction. We recommend that erosion control measures implemented at the site conform to Washington State Department of Ecology approved “Best Management Practices.” 3.6 Seismic Design Criteria 3.6.1 General Design ground acceleration for the project was determined using results from the USGS website, based on the National Seismic Hazards Mapping Project completed by USGS in 2003. The peak ground acceleration (PGA) at the project site is approximately 0.32g, based on horizontal bedrock accelerations associated with a 10 percent probability of exceedance in a 50-year period. 3.6.2 Soil Liquefaction Liquefaction occurs when loose, saturated, cohesionless, poorly graded sands temporarily lose shear strength as a result of increased pore pressures induced by vibration or earthquake shaking. Primary factors controlling the development of liquefaction include intensity and duration of strong ground motion, characteristics of subsurface soil including soil type, relative density, gradation, and age of deposits, in-situ stress conditions and the depth to groundwater. Potential effects of soil liquefaction include temporary loss of bearing capacity and lateral soil resistance, and excessive settlements upon dissipation of the excess pore pressures. The results of our subsurface investigation indicate that the soils underlying the site primarily consist of silty sands, cohesive silty and clayey soils, and poorly-graded sands and gravels. Given these soil types, it is our opinion that the risk of soil liquefaction at the site during the design earthquake is high. We recommend that a liquefaction analysis be performed when design information is available for structures that might be susceptible to earthquake damage as a result of seismically induced settlement or soil liquefaction. JA would be available to perform liquefaction analysis when such information is available. 22 5 References AASHTOO. AASHTOO Guide for Design of Pavement Structures. 1993. Milbor-Pita & Associates. Additional Field Data & Pavement Design Recommendations, Rainier Avenue Roadway Widening Project, Renton, Washington. June 2007. Milbor-Pita & Associates. Earth Pressure Loads – Abutments, Rainier Ave Bridge. May 2007. Milbor-Pita & Associates. Geotechnical Engineering Report, City of Renton – Rainier Avenue Improvement Project, BNSF Railroad Bridge, Renton, Washington. September 2005. Milbor-Pita & Associates. Summary Addendum to Foundation Geotechnical Engineering Report - City of Renton - Rainier Avenue Improvement Project; BNSF Railroad Bridge, Renton, Washington. January 2007. Luzier, J.E. 1969. Geology and Groundwater Resources of Southwestern King County, WA. Department of Water Resources. WSDOT. WSDOT Pavement Policy. May 2005. WSDOT. WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. 2008. WSDOT. WSDOT Geotechnical Design Manual. 2008. ASTM. ASTM D-2488, Standard Recommended Practice for Description of Soils (Visual-Manual Procedure). 2006. Washington Administration Code. WAC, Title 173, Chapter 173-160 Minimum Standards for Construction and Maintenance of Wells. 2008. USGS National Seismic Hazard Mapping Project. http://www.geohazards.cr.usgs.gov. A Boring Logs Subsurface conditions within the limits of the project area were explored on 23 and 24 April, 2008. The exploration program consisted of advancing and sampling two (2) exploratory borings (JA-2 and JA-6) with a truck-mounted, hollow-stem auger drill rig on 23 and 24 April 2008. The exploratory borings were advanced to depths between 25 feet and 30 feet and were completed by Holocene Drilling of Fife, Washington, under subcontract to JA. The field exploration program was coordinated and monitored by a JA representative, who also obtained representative soil samples, maintained a detailed record of the observed subsurface soil and groundwater conditions, and described the soil encountered by visual and textural examination. Each representative soil type observed in our exploratory borings was described using the soil classification system shown on Figure A-1, in general accordance with ASTM D-2488, Standard Recommended Practice for Description of Soils (Visual-Manual Procedure). Logs of the exploratory borings are presented on Figures A-2 and A- 3. Additionally, we have included boring logs from a previous investigation that was performed by Milbor-Pita and Associates within the project alignment in 2007. The additional boring is p resented as Figure A-4. The stratigraphic contacts shown on the individual logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The soil and groundwater conditions depicted are only for the specific date and locations reported and, therefore, are not necessarily representative of other locations and times. A discussion of the soil and groundwater conditions is contained in the text portion of this report. Disturbed samples of the soil encountered from the borings were obtained at frequent intervals using a 1.5-inch inside diameter (ID) Standard Penetration Test (SPT) split-spoon sampler. The sampler was driven up to 18 inches (or a portion thereof) into the undisturbed soil ahead of the auger bit with a 140 -lb automatic hammer falling a distance of approximately 30 inches. The number of blows required to drive the sampler for the final 12 inches (or a portion thereof) of soil penetration, is noted on the boring logs adjacent to the appropriate sample notation. Soil samples collected in this manner were taken to our laboratory for further examination. Upon completion of drilling and sampling, groundwater monitoring wells were installed in general accordance with the requirements of WAC 173-160. 6-10-10 (20) 1-1-2 (3) 0-1-2 (3) 0-0-1 (1) 0-0-2 (2) 2-2-3 (5) SPT 1 SPT 2 SPT 3 SPT 4 SPT 5 SPT 6 SW ML ML ML ML SM 15.5" Asphaltic Concrete Pavement over 6.5" Concrete Pavement Medium dense, light brown, fine and medium SAND with fine gravel, dry [FILL] At 3 feet, lens of black organics and burnt wood Soft, light brown with dark brown mottling, sandy SILT, moist to dry, trace organic rootlets [NATIVE] Soft, gray, clayey SILT with lens of light brown, fine sandy SILT, moist Soft, gray, sandy SILT with lens of gray, fine SAND, moist Very soft, gray, clayey SILT with lens of fine sand, moist At 20 feet, gray, clayey silt with organics, moist Loose, gray, fine silty SAND trace organics, wet Bottom of hole at 26.5 feet. Client:KPG Location:Rainer St., Renton, WA DRILL HOLE LOG Project:Rainier Avenue Transit Improvement Project Driller Holocene Drilling Drill Rig:; Hammer Depth to Water:25 feet Project No.:JA# 4077.0 Logged By:PDC Elevation: Date Drilled:4/23/2008 Boring No.: JA-2 SPT N VALUE 20 40 60 80 FINES CONTENT (%) 20 40 60 80 20 40 60 80 PL LLMC GR A P H I C LO G BL O W CO U N T S (N V A L U E ) We l l Sc h e m a t i c SA M P L E T Y P E NU M B E R DE P T H (f t ) 0 5 10 15 20 25 Test Results CommentsUS C S MATERIAL DESCRIPTION Figure A-2 1-1-2 (3) 0-0-1 (1) 2-2-4 (6) 3-3-3 (6) 10-14-14 (28) 5-6-2 (8) 10-14-17 (31) SPT 1 SPT 2 SPT 3 SPT 4 SPT 5 SPT 6 SPT 7 SM CL-ML GP SW ML SW SW SM SW SP SM 8" Asphaltic Concrete Pavement Very loose, brown, medium, silty SAND, moist [FILL] Soft, brownish gray with tan mottling, clayey SILT, moist, trace organic rootlets Very loose, gray, coarse GRAVEL, moist Loose, brown, fine to coarse SAND with gravel, moist [NATIVE] Medium stiff, gray, clayey SILT, trace fine sand, wet Medium dense, gray, fine SAND, wet Medium dense, gray, fine to coarse SAND and GRAVEL, wet Medium dense, gray, silty SAND, wet Medium stiff, gray, medium to coarse, slightly silty, SAND with fine gravel, wet Dense, gray, fine to coarse, silty SAND, wet At 30.5', trace gravel Bottom of hole at 31.5 feet. Client:KPG Location:Rainer St., Renton, WA DRILL HOLE LOG Project:Rainier Avenue Transit Improvement Project Driller Holocene Drilling Drill Rig:; Hammer Depth to Water:20 feet Project No.:JA# 4077.0 Logged By:PDC Elevation: Date Drilled:4/24/2008 Boring No.: JA-6 SPT N VALUE 20 40 60 80 FINES CONTENT (%) 20 40 60 80 20 40 60 80 PL LLMC GR A P H I C LO G BL O W CO U N T S (N V A L U E ) We l l Sc h e m a t i c SA M P L E T Y P E NU M B E R DE P T H (f t ) 0 5 10 15 20 25 30 Test Results CommentsUS C S MATERIAL DESCRIPTION Figure A-3 B CPT Results Jacobs Associates Operator: Dafni Sounding: CPT-1 Cone Used: DSG1029 CPT Date/Time: 4/21/2008 12:21:06 PM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 26.57 feet Depth Increment = 0.164 feet 19" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-14 Cone Used: DSG1029 CPT Date/Time: 4/21/2008 10:58:46 AM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 19.36 feet Depth Increment = 0.164 feet 14" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-11 Cone Used: DSG1029 CPT Date/Time: 4/22/2008 1:26:15 PM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 17.72 feet Depth Increment = 0.164 feet 15" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-10 Cone Used: DSG1029 CPT Date/Time: 4/22/2008 11:45:36 AM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 19.85 feet Depth Increment = 0.164 feet 12" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-9 Cone Used: DSG1029 CPT Date/Time: 4/22/2008 10:48:33 AM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 15.09 feet Depth Increment = 0.164 feet 3" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-08 Cone Used: DSA0902 CPT Date/Time: 4/22/2008 2:27:45 PM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 15.75 feet Depth Increment = 0.164 feet 5" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-7 Cone Used: DSG1029 CPT Date/Time: 4/22/2008 9:42:21 AM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 20.34 feet Depth Increment = 0.164 feet 7" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-5 Cone Used: DSG1029 CPT Date/Time: 4/21/2008 2:40:24 PM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 29.20 feet Depth Increment = 0.164 feet 17" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-3 Cone Used: DSG1029 CPT Date/Time: 4/21/2008 9:46:01 AM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 31.99 feet Depth Increment = 0.164 feet Pre-pushed top 2.5ft In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 Jacobs Associates Operator: Dafni Sounding: CPT-15 Cone Used: DSG1029 CPT Date/Time: 4/22/2008 12:26:47 PM Location: KPG/Rainier Ave Transit Improvement Project Job Number: 4077.0 Maximum Depth = 26.08 feet Depth Increment = 0.164 feet 9" Core was backfilled with sand prior to starting test In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 50000 5 10 15 20 25 30 35 Depth (ft) Pore Pressure Pw PSI 20-10 Friction Ratio Fs/Qc (%) 80 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 800 C Vicinity Maps D Photo Logs Core at JA-2 (15½ inches Asphaltic Concrete Pavement over 6½ inches Concrete Pavement) Core at PC-1 (7 inches Asphaltic Concrete Pavement over 7 inches Concrete Pavement) Core at PC-3 (7½ inches Asphaltic Concrete Pavement over 7½ inches Concrete Pavement) Core at PC-5 (7½ inches Asphaltic Concrete Pavement over 6½ inches Concrete Pavement) Core at PC-6 (8 inches Asphaltic Pavement over 8 inches Concrete Pavement) E Pavement Information WSDOT Pavement Policy May 2005 28 Table 10. Flexible Pavement Layer Thicknesses for New or Reconstructed Pavements Layer Thicknesses, 1 ft Reliability = 75% Reliability = 85% Reliability = 95% Design Period ESALs Subgrade Condition HMA HMAB CSBC 2 HMA HMAB CSBC 2 HMA HMAB CSBC 2 Poor 0.35 — 1.25 0.40 — 1.30 0.45 — 1.45 500,000- 1,000,000 Average 0.35 — 0.65 0.40 — 0.70 0.45 — 0.75 Good 0.35 — 0.25 0.40 — 0.25 0.45 — 0.25 Poor 0.35 0.50 0.30 0.35 0.55 0.30 0.35 0.65 0.30 1,000,000- 5,000,000 Average 0.35 0.30 0.30 0.35 0.35 0.30 0.35 0.45 0.30 Good 0.25 0.25 0.30 0.25 0.25 0.30 0.35 0.25 0.30 Poor 0.35 0.60 0.35 0.35 0.65 0.35 0.35 0.75 0.35 5,000,000- 10,000,000 Average 0.35 0.40 0.35 0.35 0.45 0.35 0.35 0.50 0.35 Good 0.25 0.30 0.35 0.35 0.25 0.35 0.35 0.30 0.35 Poor 0.35 0.70 0.45 0.35 0.75 0.45 0.35 0.90 0.45 10,000,000- 25,000,000 Average 0.35 0.45 0.45 0.35 0.50 0.45 0.35 0.60 0.45 Good 0.35 0.25 0.45 0.35 0.30 0.45 0.35 0.40 0.45 Poor 0.35 0.80 0.45 0.35 0.90 0.45 0.35 1.00 0.45 25,000,000- 50,000,000 Average 0.35 0.55 0.45 0.35 0.60 0.45 0.35 0.75 0.45 Good 0.35 0.35 0.45 0.35 0.40 0.45 0.35 0.50 0.45 Poor 0.35 0.90 0.45 0.35 1.00 0.45 0.35 1.05 0.45 50,000,000- 75,000,000 Average 0.35 0.60 0.45 0.35 0.70 0.45 0.35 0.80 0.45 Good 0.35 0.40 0.45 0.35 0.45 0.45 0.35 0.55 0.45 1AASHTO Guide for Design of Pavement Structures (1993) for flexible pavements and the following inputs: • PSI = 1.5 • aHMA = 0.44 • Subgrade Condition (effective modulus) • S0 = 0.50 • aHMAB = 0.44 • Poor: MR = 5,000 psi • m = 1.0 • aCSBC = 0.13 • Average: MR = 10,000 psi • Good: MR = 20,000 psi (Note: Effective modulus represents the subgrade modulus adjusted for seasonal variation) 2GB may be substituted for a portion of CSBC when the required thickness of CSBC 0.70 ft. The minimum thickness of CSBC is 0.35 ft when such a substitution is made. WSDOT Pavement Policy May 2005 33 placed directly over the subgrade and then allowed to stand over the winter without an HMAB "surface”. 6.2.2 MAINLINE ROADWAYS Table 13 and Table 14 provide typical PCC slab thicknesses for various levels of ESALs and reliability. The input values used to produce the tables are shown beneath each table. The slab thicknesses were calculated using a J factor of 3.4 (Table 13) or J = 2.7 (Table 14), which are estimates of contraction joint performance. A J factor of 3.4 is considered a minimal (or limited) performance standard for PCC pavement contraction joints. A J factor of 2.7 represents improved or enhanced PCC pavement contraction joint performance. Table 13. PCC Slab Thicknesses for Non-Doweled Joints and CSBC Slab Thickness, 1 ft Design Period ESALs Reliability 75% Reliability 85% Reliability 95% <5,000,000 0.75 0.80 0.85 5,000,000-10,000,000 0.80 0.90 0.95 10,000,000-15,000,000 0.90 0.95 1.00 1 AASHTO Guide for Design of Pavement Structures (1993) for plain jointed pavement and the following inputs: • J = 3.4 • S0 = 0.40 • Ec = 4,000,000 psi • Cd = 1.0 • PSI = 1.5 • k = 200 (assumes use of CSBC) • Sc' = 650 psi Thicknesses (and associated k value) assume firm and unyielding subgrade conditions. Table 14. PCC Slab Thicknesses for Non-Doweled Joints and HMAB Slab Thickness,1 ft Design Period ESALs Reliability 75% Reliability 85% Reliability 95% <5,000,000 0.70 0.75 0.85 5,000,000-10,000,000 0.80 0.85 0.95 10,000,000-25,000,000 0.95 1.00 1.10 1AASHTO Guide for Design of Pavement Structures (1993) for plain jointed pavement and the following inputs: • J = 3.4 • S0 = 0.40 • Ec = 4,000,000 psi • Cd = 1.0 • PSI = 1.5 • k = 400 pci (assumes use of HMAB) • Sc' = 650 psi Thicknesses (and associated k value) assume firm and unyielding subgrade conditions. WSDOT Pavement Policy May 2005 34 Table 15. PCC Slab Thicknesses for Doweled Joints and CSBC Slab Thickness, 1 ft Design Period ESALs Reliability 75% Reliability 85% Reliability 95% <25,000,000 0.85 0.90 1.00 25,000,000-50,000,000 0.95 1.00 1.10 >50,000,000 1.00 1.10 1.20 1AASHTO Guide for Design of Pavement Structures (1993) for doweled, plain jointed pavement and the following inputs: • J = 2.7 • S0 = 0.40 • Ec = 4,000,000 psi • Cd = 1.0 • PSI = 1.5 • k = 200 pci (assumes use of CSBC) • Sc' = 650 psi Thicknesses (and associated k value) assume firm and unyielding subgrade conditions. Table 16. PCC Slab Thicknesses for Doweled Joints and HMAB Slab Thickness, 1 ft Design Period ESALs Reliability 75% Reliability 85% Reliability 95% <25,000,000 0.75 0.80 0.90 25,000,000-50,000,000 0.85 0.90 1.00 >50,000,000 0.90 0.95 1.05 1AASHTO Guide for Design of Pavement Structures (1993) for doweled, plain jointed pavement and the following inputs: • J = 2.7 • S0 = 0.40 • Ec = 4,000,000 psi • Cd = 1.00 • PSI = 1.5 • k = 400 pci (assumes use of HMAB) • Sc' = 650 psi Thicknesses (and associated k value) assume firm and unyielding subgrade conditions. To achieve a J factor of 3.4, undoweled PCC slabs are placed on an HMAB with a free draining shoulder section. This section is shown in Figure 8(a). To achieve improved contraction joint performance, dowel bars must be used at all contraction joints. For typical WSDOT PCC pavements, a J factor of 2.7 was used to develop the slab thicknesses shown in Table 15 and Table 16. This assumes that the doweled PCC pavement is placed as shown in Figure 8(b) and/or Figure 9. In addition, urban rigid pavement will have tied PCC shoulders, as shown in Figure 9. PCC slab thicknesses other than those shown in Table 13 through Table 16 can be used if justified by job specific input values into the AASHTO Guide for Design of Pavement Structures (1993). Such input values must be approved by the State Materials Laboratory – Pavements Division. For projects that are projected to have substantial numbers of transit vehicles (buses), doweled contraction joints shall be considered.