Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCAG-20-332 Bid PackageAward Date:CAG-20-332
Awarded to:
Award Amount:
Construction of:
Renton Airport Private Lift Station
Replacement Project
PROJECT NO.
WWP-27-04058
OCTOBER 2020
City of Renton
1055 South Grady Way
Renton, WA 98057
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
Project Manager: Ann Fowler, 425-430-7211
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Renton Airport Private Lift Station
PROJECT NO.
WWP-27-04058
OCTOBER 2020
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
Renton Airport Private Lift Station Replacement Project
WWP-27-04058
CONTRACT DOCUMENT TABLE OF CONTENTS
1. Summary of Fair Practices Policy
2. Summary of Americans with Disability Act Policy
3. Scope of Work
4. Vicinity Map
5. Instructions to Bidders
6. Call for Bids
7. * Proposal & Combined Affidavit & Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
8. * Department of Labor and Industries Certificate of Registration
9. * Bid Bond Form
10. * Schedule of Prices
11. * Certificate of Compliance with Wage Payment Statutes
12. ** Subcontractors List
13. Bond to the City of Renton
14. Fair Practices Policy Affidavit of Compliance
15. Contract Agreement
16. Prevailing Minimum Hourly Wage Rates
17. Project Special Provisions
18. Construction Plans (reduced 11x17)
19. Project Technical Specifications
Documents marked as follows must be submitted at the time noted and must be executed by
the Contractor, President and Vice President or Secretary if corporation by-laws permit. All
pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to the
bid document.
* Submit with Bid
** Submit with Bid or within 1 hour of bid
Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
CITY OF RENTON
Renton Airport Private Lift Station Replacement Project
WWP-27-04058
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
Installation of a packaged sewer lift station.
Installation of approximately 135 linear feet of 8-inch PVC sewer main and
approximately 100 linear feet of HDPE force main.
Abandonment of the existing lift station and associated piping.
Trench excavation, including removal of existing unsuitable material, stockpiling
excavated material, and maintenance of existing utilities.
Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete
curbs, gutters, and driveways.
Installing and maintaining adequate TESC measures and restoring all disturbed areas.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document. A total of 90 working days will be allowed for the completion
of this project.
9,028
752
Vicinity Map
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.
Renton Airport Private Lift Station
WWP-27-04058
9/8/2020
Legend
5120256
THIS MAP IS NOT TO BE USED FOR NAVIGATION
Feet
Notes
512
WGS_1984_Web_Mercator_Auxiliary_Sphere
Information Technology - GIS
RentonMapSupport@Rentonwa.gov
City and County Labels
City and County Boundary
Parcels
Lift Stations
Pressurized Mains
Renton
Private
Gravity Mains
Renton
Private
KC Pressurized Mains
KC Gravity Mains
County Admin Area
Incorporated
King County
County Background
RoadCenterline_9K
Freeway, Ground Level
Freeway, First Level
Highway/Major, Ground Level
Highway/Major, First Level
Minor/Local, Ground Level
Local/Minor, Second Level
Local/Major Subsurface
Local/ Minor,First Level
Service, Ground Level
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton in person at the office of the Renton
City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or
UPS delivered bids will be accepted.
The bids will be publicly opened and read via Zoom video conference 60 minutes after bid closing,
after which the bids will be considered and the award made as early as practicable. No proposal may
be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the
forms attached hereto.
2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer by the close of the business day that is five (5) business days preceding the bid
opening. Written addenda to clarify questions that arise may then be issued. If a bidder has any
questions reguarding the project, the bidder may either:
Submit questions in writing to Renton City Hall Utility Systems, 5th Floor, 1055 S Grady Way, Renton,
WA 98057, Attn Ann Fowler, or
Submit questions via e-mail to afowler@rentonwa.gov. The bidder shall include "Renton Airport Private
Lift Station Replacement Project” in the subject line.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents, whether made before or after letting the contract.
3. The work to be done is shown in the plans and / or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed advantageous to the city
4. Plans, specifications, addenda, and plan holders list for this project are available on-line through
Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on “bxwa.com”; “Posted
Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to
“Register as a Bidder,” in order to receive automatic email notification of future addenda and to be
placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by inspection of
the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. 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 items of all schedules set forth in theSchedule of Prices to be
05_Instructions to Bidders
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for
oral explanation except as the City may request.The City 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. The
bidder shall, upon request, furnish information to the City as to his financial and practical ability to
satisfactorily perform the work. The right is reserved to reject any and/or all bids and to waive
informalities if it is deemed advantageous to the City.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision
as to award of contract. The check of the successful bidder will be returned provided he enters into a
contract and furnishes a satisfactory performance bond covering the full amount of the work within ten
days after receipt of notice of intention to award contract. Should the successful bidder fail to, or
refuse to enter into a contract for the project, the check or bid bond shall be forfeited to the City of
Renton as liquidated damage.
9. Payment for this work will be made by check or direct deposit.
10. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within the Special Provisions,
Specification Section 1-07.18 “Public Liability and Property Damage Insurance”.
11. Prior to the start of construction, the contractor shall provide the City of Renton with a detailed bar-
chart type construction schedule for the project.
12. Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards that the Contractor is bringing into the work place.
13. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”.
14.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 therefor shall require adequate safety systems for the trench excavation that
meets 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.
15.Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates is included within these specifications under section
05_Instructions to Bidders
titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining updated
issues of the prevailing wage rate forms as they become available during the duration of the contract.
The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on
this project.
16.Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
17.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.
WSDOT/APWA "2020 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
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.
All references to measurement and payment in the WSDOT/APWA standards shall be deleted and the
measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein)
shall govern.
18. A geotechnical engineering evaluation report has been completed based on subsurface explorations in
the project area and is available for information purposes only. A copy may be obtained on-line
through Builders Echange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”;
“Posted Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. The Bidders shall familiarize
themselves with the project site and existing subsurface conditions as needed to submit their bid.
Upon approval of the City and the acquisition of any required permits, the Bidder may make such
subsurface explorations and investigations as they see fit. The Bidder shall be responsible for
protection of all existing facilities, utilities and other buried or surface improvements and shall
restore the site to the satisfaction of the City.
19. Bidder’s Checklist
It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are
included in their copy of the bid specifications. If documents are missing, it is the sole responsibility
of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time.
The forms included in these bid documents must be used, no substitutes will be accepted.
05_Instructions to Bidders
As part of your bid, have you submittedall documents marked in the “Contract Document Table of
Contents” as “Submit with Bid”?
Has the bid bond or certified check been enclosed?
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
Has the proposal been signed?
Have you bid on ALL ITEMS and ALL SCHEDULES?
Have you submitted the Subcontractors List (If required)?
Have you reviewed the Prevailing Wage Requirements?
Have you certified receipt of addenda if any have been issued?
Have you submitted the Department of Labor and Industries Certificate of Registration form?
CAG-20-332
CITY OF RENTON
CALL FOR BIDS
Renton Airport Private Lift Station Replacement Project, WWP‐27‐04058
Sealed bids will be received until 2:00 p.m., Wednesday, October 14, 2020, at the lobby of Renton
City Hall, 1055 South Grady Way, Renton WA 98057. Sealed bids will be opened and publicly read
via the Zoom video‐conferencing web application at 3:00 p.m., Wednesday, October 14, 2020 (60
minutes after published bid submittal time). Any bids received after the published bid submittal
time cannot be considered and will not be accepted.
The bid opening meeting can be accessed via videoconference by:
Clicking this link to join the Zoom meeting:
https://us02web.zoom.us/j/82293419437?pwd=ZDl3VVRiUTRrVEdHNUJTNE0zY2E4Zz09
Using the Zoom app: Meeting ID: 822 9341 9437 ID; Password: 625678;
Via telephone by dialing: 253-215-8782, 82293419437#,,,,,,0#, 625678#;
Zoom is free to use and is available at https://zoom.us/.
The work to be performed within 90 working days from the date of commencement under this
contract shall include, but not be limited to:
Installation of a packaged sewer lift station.
Installation of approximately 135 linear feet of 8‐inch PVC sewer main and approximately
100 linear feet of HDPE force main.
Abandonment of the existing lift station and associated piping.
Trench excavation, including removal of existing unsuitable material, stockpiling
excavated material, and maintenance of existing utilities.
Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs,
gutters, and driveways.
Installing and maintaining adequate TESC measures and restoring all disturbed areas.
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 September 23, 2020. Plans, specifications, addenda, and the plan
holders list for this project are available online through Builders Exchange of Washington, Inc., at
http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of
Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order
to receive automatic email notification of future addenda and to be placed on the “Bidders List”).
Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”.
Should you require further assistance, contact Builder Exchange of Washington at (425) 258‐
1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents.
Women and Minority Business Enterprises (WMBE) are encouraged to bid.
Questions about the project shall be addressed to: Ann Fowler, Public Works Department, at 425‐
430‐7211 or afowler@rentonwa.gov .
CFB - Renton Airport Private Lift Station Replacement Project (Revised).docx\
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non‐Discrimination, and Americans with Disability Act Policies shall
apply.
Jason A. Seth, CMC, City Clerk
Published: Daily Journal of Commerce September 23, 2020
Daily Journal of Commerce September 30, 2020
Renton Airport Private Lift Station Replacement Project
WWP-27-04058
Proposal & Combined Affidavit & Certificate Form
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications and contract and the schedule of
prices.
The undersigned further certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person
not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on
the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from
bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
all claims for such over-charges as to goods and materials purchased in connection with this order or contract,
except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation,
or other event establishing the price under this order or contract. In addition, vendor warrants and
represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance
of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the
performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of
wages as specified in the principal contract.
I have read the above and foregoing statements and certificate, know the contents thereof and the substance
as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Signature of Authorized Representative of Bidder*: _______________________________________
Printed Name: ____________________________Title: _______________________________________
Address: __________________________________________________________________________________
Contact Name (please print): ________________________________________________________________
Phone: ____________________________________Email: _______________________________________
*The above signature must be notarized using the applicable notary language found on pages 3 and 4.
If business is a CORPORATION, please complete this section:
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section:
Name:Title (Partner, Member, Manager):
Proposal & Affidavit/Certificate - Page 3 of 4
INDIVIDUAL FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ___________ before me personally appeared ____________________ to
me known to be the individual(s) described in and who executed the foregoing instrument, and
acknowledged under oath that ________________ (he/she/they) signed and sealed the same as
______________________ (his, her, their) free and voluntary act and deed, for the uses and
purposes therein mentioned.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
CORPORATION FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ______________ before me personally appeared __________________ to
me known to be the __________________ (President, Secretary, Treasurer) of the corporation that
executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary
act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated
that _________ (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
Proposal & Affidavit/Certificate - Page 4 of 4
PARTNERSHIP FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ______________ before me personally appeared __________________ to
me known to be a General Partner of the partnership known as ________________________ that
executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary
act and deed of said partnership, for the uses and purposes therein mentioned, and on oath stated
that _________ (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
LIMITED LIABILITY COMPANY (LLC) FORM
STATE OF WASHINGTON )
: ss
County of ______________ )
On this _______ day of ____________________, 20___, before me personally appeared
_________________________ to me known to be a Managing Member of the Limited Liability
Company known as _______________________________ and that he/she/they executed the
foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed
of said Limited Liability Company, for the uses and purposes therein mentioned, and on oath stated
that _________ (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day and year last above written.
(SEAL) ____________________________________
Notary Public in and for the State of
Washington, residing at ________________
Print Name: _________________________
My commission expires: ________________
08_L & I REGISTRATION
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.
Approved by City Attorney
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor]
____________________of [address] _______________________________________________________as Principal,
and [Surety] __________________________________________________________
a corporation duly organized under the laws of the State of ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton
in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter
described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators
and assigns, and successors and assigns, jointly and severally, firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its
sealed proposal for the following highway construction, to wit:
_______ Renton Airport Private Lift Station Replacement Project WWP-27-04058
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to
said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish
performance bond as required by the City of Renton within a period of ten (10) days from and after said award,
exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full
force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the
City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal
Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as
set forth in RCW 35A.40.200 and RCW 35.23.352.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this
day of , .
________________________________ ________________________________
[Principal] [Surety]
________________________________ ________________________________
[Signature of authorized official] [Signature of authorized official]
_____________________________ By:_____________________________
[Title] [Attorney-in-Fact]
________________________________
[Address]
________________________________
________________________________
________________________________
[Telephone Number]
CITY OF RENTON PUBLIC WORKS DEPARTMENT
RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT
TOTAL BID PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER
(Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid)
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO.QUANTITY Dollars Cents.Dollars Cents.
Schedule A
1 1 $ $
Lump Sum per Lump Sum
2 1 $ $
Lump Sum per Lump Sum
3 1 $ $
Lump Sum per Lump Sum
4 1 $ $
Lump Sum per Lump Sum
5 40 $ $
Cubic Yard per Cubic Yard
6 40 $ $
Cubic Yard per Cubic Yard
7 20 $ $
Cubic Yard per Cubic Yard
8 5,000 $ $
Gallon per Gallon
9 1 $ $
Lump Sum per Lump Sum
10 1 $ $
Lump Sum per Lump Sum
11 1 $ $
Lump Sum per Lump Sum
Trench Safety and Shoring
Unscheduled Excavation
Traffic Control
Site and Utility Work
Dewatering via Sumps
Dewatering via Well Points
Temporary Erosion and Sedimenation
Control
Mobilization and Demobilization (not to
exceed 10% of contract total)
Unscheduled Contaminated Water Removal
Unscheduled Contaminated Soil Removal
Unscheduled Structural Backfill
CITY OF RENTON PUBLIC WORKS DEPARTMENT
RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT
TOTAL BID PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER
(Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid)
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO.QUANTITY Dollars Cents.Dollars Cents.
12 1 $ $
Lump Sum per Lump Sum
13 1 $ $
Lump Sum per Lump Sum
14 1 $ $
Lump Sum per Lump Sum
15 1 $ $
Lump Sum per Lump Sum
16 1 $ $
Lump Sum per Lump Sum
17 1 $ $
Lump Sum per Lump Sum
Subtotal $
10.0% Sales Tax $
Total Bid Price $
Partial bids will not be accepted. The intent is to award to only one BIDDER.
PVC Sewer Gravity Pipe
HDPE Sewer Force Main Pipe
Package Lift Station
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The
O&M Manuals and On Site Owner Training
Construction Records
Minor Change
Template Updated 12/29/2017
This form must be submitted with the Bid Proposal.
Certification of Compliance with Wage Payment Statutes
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision
of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
Bidder’s Business Name
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐
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.
q:\data_center\forms\city\contracts\bidspecs\12_sub.doc Revised 8/2012
Renton Airport Private Lift Station Replacement Project
WWP-27-04058
SUBCONTRACTOR LIST
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the
names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter
18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control
system integrator subcontractor as well as other electrical subcontractors).
If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid
submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be
considered nonresponsive and , therefore, void.
Complete the following:
If awarded the contract, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical
(including automatic controls) work:
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Page 2
q:\data_center\forms\city\contracts\bidspecs\12_sub.doc Revised 9/2006
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
__________________________________________________
Signature of Authorized Representative of Bidder
Subscribed and sworn to be before me on this _____ day of __ ______, 20___.
_______________________ _
Notary Public in and for
the State of Washington
Notary (Print) ____________________
Residing at ______________________
My appointment expires: ___________
Renton Airport Private Lift Station Replacement Project Bond to the City of Renton
October 2020
CONTRACT BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
______________________________________________________________________________________
______________________________________________________________________________________
as principal, and _____________________________________ 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 in the penal sum of
$_______________________________ for the payment of which sum on demand we bind ourselves and
our successors, heirs, administrators or person representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the
City of Renton.
Dated at ______________, Washington, this ______________ day of ___________, 20___.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Contract No. __________ providing for construction of the Renton
Airport Private Lift Station Replacement 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;
NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the
condition that Principal:
Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner
and within the time specified as may be extended under the Contract;
Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all
other persons or agents who supply labor, equipment, or materials to the Project;
Indemnifies and holds Owner, its officers, and agents 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 Owner
all expenses that Owner may incur in making good any default by Principal; and
Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and
costs, including property damages and personal injuries, resulting from any defect appearing or
developing in the material provided or workmanship performed under the Contract.
Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington (RCW)
and all taxes imposed on the Principle under Title 82 RCW.
The indemnities to 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 Performance Bond. Surety
Renton Airport Private Lift Station Replacement Project Bond to the City of Renton
October 2020
hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract
or the Work.
This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue
shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this
_______ day of _________________, 20 ___.
Principal Surety
Signature Signature
Title Title
Name and address of local office of
agent and/or Surety Company:
!
!" #$%&’#(
)
*
+,
-%.)/
-%.)*
%.)’
&’
*0 1 ’*
2 3
AGREEMENT
CONTRACT NO. CAG-20-332
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 2020 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 Renton Airport Private Lift Station, WWP-27-04058, including all changes to the Work and force account
work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions.
3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the
Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount
not to exceed $___________, unless modified by an approved change order or addendum. The payments to
Contractor include the costs for all labor, tools, materials and equipment for the Work.
4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this
Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under
this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all
engineering inspection and supervision costs to City as specified in the Contract Bid Documents.
5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be
entitled to recover its costs, including reasonable attorney's and expert witness fees.
6.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as
expressly provided in this Agreement.
7.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for
all purposes be deemed an original.
Renton Airport Private Lift Station Replacement Project [Enter Agreement Name]
[Enter Date]
Contract Template Updated 12/29/2017
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and
the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR:CITY OF RENTON:
President/Partner/Owner Armondo Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE:☐ Limited Liability Company ☐ Partnership ☐ Corporation
STATE OF INCORPORATION:[Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:CITY CONTACT INFORMATION:
[Address Line 1]City of Renton
[Address Line 2]1055 South Grady Way
[City, State and Zip]Renton, WA 98057
[Enter Phone Number]425-430-7211
[Enter Fax Number or Email Address]afowler@rentonwa.gov
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the
contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a
part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or
trade name. Any one partner may sign the contract.
If the business is a limited Liability Company, an authorized managing member or manager must sign followed by his/her title.
21a-State Prevailing Wages Reference.doc\
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 _October 14, 2020_.
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” and “Affidavit of Wages Paid
– Public Works Contract” may be filed on line with the Department of Labor and Industries.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-1
CITY OF RENTON
SPECIAL
PROVISIONS
RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT
PROJECT
WWP-27-04058
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-2
CONTENTS
DIVISION 1...........................................................................................................................................................1-12
1-01 DEFINITIONS AND TERMS.................................................................................................................1-12
1-01.1 General.........................................................................................................................................1-12
1-01.3 Definitions.....................................................................................................................................1-12
1-02 BID PROCEDURES AND CONDITIONS..............................................................................................1-15
1-02.1 Prequalification of Bidders............................................................................................................1-15
1-02.2 Plans and Specifications...............................................................................................................1-16
1-02.4(2) Subsurface Information .........................................................................................................................1-16
1-02.5 Proposal Forms ............................................................................................................................1-16
1-02.6 Preparation of Proposal................................................................................................................1-17
1-02.6(1) Proprietary Information..........................................................................................................................1-18
1-02.7 Bid Deposit ...................................................................................................................................1-18
1-02.9 Delivery of Proposal......................................................................................................................1-18
1-02.12 Public Opening of Proposals ........................................................................................................1-19
1-02.13 Irregular Proposals .......................................................................................................................1-19
1-02.14 Disqualification of Bidders ............................................................................................................1-19
1-02.15 Pre Award Information..................................................................................................................1-20
1-03 AWARD AND EXECUTION OF CONTRACT........................................................................................1-21
1-03.1 Consideration of bids....................................................................................................................1-21
1-03.2 Award of Contract.........................................................................................................................1-21
1-03.3 Execution of Contract ...................................................................................................................1-21
1-03.4 Contract Bond...............................................................................................................................1-22
1-03.7 Judicial Review.............................................................................................................................1-23
1-04 SCOPE OF WORK ...............................................................................................................................1-23
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda...1-23
1-04.4 Changes .......................................................................................................................................1-24
1-04.4(1) Minor Changes......................................................................................................................................1-24
1-04.8 Progress Estimates and Payments...............................................................................................1-24
1-04.11 Final Cleanup................................................................................................................................1-24
1-04.12 Contractor-Discovered Discrepancies..........................................................................................1-25
1-05 CONTROL OF WORK ..........................................................................................................................1-25
1-05.4 Conformity With and Deviation from Plans and Stakes................................................................1-25
1-05.4(1) Contractor Supplied Surveying..............................................................................................................1-26
1-05.4(2) Contractor Provided As-Built Information..............................................................................................1-27
1-05.7 Removal of Defective and/or Unauthorized Work.........................................................................1-28
1-05.10 Guarantees...................................................................................................................................1-29
1-05.11 Final Inspection.............................................................................................................................1-30
1-05.11(1) Substantial Completion Date.................................................................................................................1-30
1-05.11(2) Final Inspection and Physical Completion Date....................................................................................1-31
1-05.11(3) Operational Testing...............................................................................................................................1-31
1-05.12 Final Acceptance..........................................................................................................................1-32
1-05.13 Superintendents, Labor and Equipment of Contractor .................................................................1-32
1-05.14 Cooperation with Other Contractors.............................................................................................1-33
1-05.15 Method of Serving Notice .............................................................................................................1-33
1-05.16 Water and Power..........................................................................................................................1-34
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-3
1-05.17 Oral Agreements...........................................................................................................................1-34
1-05.18 Contractor's Daily Diary................................................................................................................1-34
1-06 CONTROL OF MATERIAL...............................................................................................................1-36
1-06.1 Approval of Materials Prior to Use................................................................................................1-36
1-06.2(1) Samples and Tests for Acceptance.......................................................................................................1-36
1-06.2(2) Statistical Evaluation of Materials for Acceptance.....................................................................................1-36
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................................................1-37
1-07.1 Laws to be Observed....................................................................................................................1-37
1-07.2 State Taxes...................................................................................................................................1-38
1-07.2(1) General..................................................................................................................................................1-38
1-07.2(2) State Sales Tax – Rule 171...................................................................................................................1-38
1-07.2(3) State Sales Tax – Rule 170...................................................................................................................1-38
1-07.2(4) Services.................................................................................................................................................1-39
1-07.4 SANITATION................................................................................................................................1-39
1-07.4(2) Health Hazards......................................................................................................................................1-39
1-07.4(2)A COVID-19 Health and Safety Plan (CHSP) ........................................................................................1-39
1-07.4(2)B COVID-19 Health and Safety Plan (CHSP) Inspection.......................................................................1-40
1-07.4(2)C Payment ..............................................................................................................................................1-40
1-07.6 Permits and Licenses ...................................................................................................................1-40
1-07.9 Wages...........................................................................................................................................1-41
1-07.9(5) Required Documents.............................................................................................................................1-41
1-07.11 Requirements for Non-Discrimination...........................................................................................1-41
1-07.11(11) City of Renton Affidavit of Compliance..................................................................................................1-41
1-07.12 Federal Agency Inspection...........................................................................................................1-41
1-07.13 Contractor’s Responsibility for Work.............................................................................................1-42
1-07.13(1) General..................................................................................................................................................1-42
1-07.15 Temporary Water Pollution Prevention .........................................................................................1-42
1-07.16 Protection and Restoration of Property.........................................................................................1-45
1-07.16(1) Private/Public Property..........................................................................................................................1-45
1-07.17 Utilities and Similar Facilities........................................................................................................1-47
1-07.17(3) Site Specific Potholing...........................................................................................................................1-49
1-07.17(4) Interruption of Services .........................................................................................................................1-49
1-07.17(5) Resolution of Utility Conflicts.................................................................................................................1-50
1-07.18 Public Liability and Property Damage Insurance..........................................................................1-50
1-07.18(1) General..................................................................................................................................................1-50
1-07.18(2) Coverages.............................................................................................................................................1-51
1-07.18(3) Limits.....................................................................................................................................................1-53
1-07.18(4) Evidence of Insurance:..........................................................................................................................1-55
1-07.22 Use of Explosives.........................................................................................................................1-55
1-07.23 Public Convenience and Safety....................................................................................................1-55
1-07.23(1) Construction Under Traffic ....................................................................................................................1-55
1-07.23(2) Construction and Maintenance of Detours............................................................................................1-57
1-07.24 Rights-of-Way...............................................................................................................................1-58
1-07.28 Confined Space Entry...................................................................................................................1-59
1-08 PROSECUTION AND PROGRESS......................................................................................................1-60
1-08.0 Preliminary Matters.......................................................................................................................1-60
1-08.0(1) Preconstruction Conference ......................................................................................................................1-60
1-08.0(2) Hours of Work .......................................................................................................................................1-62
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees................................................1-62
1-08.1 Subcontracting..............................................................................................................................1-63
1-08.2 Assignment...................................................................................................................................1-63
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-4
1-08.3 Progress Schedule .......................................................................................................................1-64
1-08.3(1) General Requirements ..........................................................................................................................1-64
1-08.4 Prosecution of the Work ...............................................................................................................1-65
1-08.5 Time for Completion .....................................................................................................................1-66
1-08.6 Suspension of Work......................................................................................................................1-68
1-08.7 Maintenance During Suspension..................................................................................................1-69
1-08.9 Liquidated Damages.....................................................................................................................1-69
1-08.11 Contractor's Plant and Equipment................................................................................................1-69
1-08.12 Attention to Work..........................................................................................................................1-70
1-09 MEASUREMENT AND PAYMENT.......................................................................................................1-70
1-09.1 Measurement of Quantities...........................................................................................................1-70
1-09.3 Scope of Payment ........................................................................................................................1-72
1 09.6 Force Account...............................................................................................................................1-72
1 09.7 Mobilization...................................................................................................................................1-73
1-09.9 Payments......................................................................................................................................1-73
1-09.9(1) Retainage..............................................................................................................................................1-74
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts..............................................1-75
1-09.9(3) Final Payment .......................................................................................................................................1-77
1-09.11 Disputes and Claims.....................................................................................................................1-78
1-09.11(2) Claims ...................................................................................................................................................1-78
1-09.11(3) Time Limitations and Jurisdiction ..........................................................................................................1-78
1-09.13 Claims and Resolutions................................................................................................................1-78
1-09.13(3) Claims $250,000 or Less.......................................................................................................................1-78
1-09.13(3)A Administration of Arbitration ..............................................................................................................1-78
1-09.13(3)B Procedures to Pursue Arbitration ......................................................................................................1-79
1-09.14 Payment Schedule........................................................................................................................1-79
1-09.14(1) General..................................................................................................................................................1-79
1-09.14(2) Scope ....................................................................................................................................................1-79
1-09.14(3) Bid Items ...............................................................................................................................................1-80
1-10 TEMPORARY TRAFFIC CONTROL................................................................................................1-80
1-10.1(2) Description...................................................................................................................................................1-80
1-10.2(1)B Traffic Control Supervisor....................................................................................................................1-82
1-10.2(2) Traffic Control Plans..............................................................................................................................1-82
1-10.3 Traffic Control Labor, Procedures, and Devices...........................................................................1-83
1-10.3(3)A Construction Signs..............................................................................................................................1-83
1-10.4 Measurement................................................................................................................................1-83
1-10.5 Payment........................................................................................................................................1-83
1-11 RENTON SURVEYING STANDARDS .................................................................................................1-83
1-11.1 General Requirements..................................................................................................................1-84
1-11.1(1) Responsibility for Surveys.....................................................................................................................1-84
1-11.1(2) Survey Datum and Precision.................................................................................................................1-84
1-11.1(3) Subdivision Information.........................................................................................................................1-85
1-11.1(4) Field Notes ............................................................................................................................................1-85
1-11.1(5) Corners and Monuments.......................................................................................................................1-85
1-11.1(6) Control or Base Line Survey .................................................................................................................1-86
1-11.1(7) Precision Levels ....................................................................................................................................1-86
1-11.1(8) Radial and Station -- Offset Topography...............................................................................................1-87
1-11.1(9) Radial Topography................................................................................................................................1-87
1-11.1(10) Station--Offset Topography...................................................................................................................1-87
1-11.1(11) As-Built Survey......................................................................................................................................1-87
1-11.1(12) Monument Setting and Referencing......................................................................................................1-88
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-5
1-11.2 Materials..........................................................................................................................................1-89
1-11.2(1) Property/Lot Corners.............................................................................................................................1-89
1-11.2(2) Monuments............................................................................................................................................1-89
1-11.2(3) Monument Case and Cover ..................................................................................................................1-89
DIVISION 2.............................................................................................................................................................2-1
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .........................................................................2-1
2-01.1 Description......................................................................................................................................2-1
2-01.2 Disposal of Usable Material and Debris..........................................................................................2-1
2-01.5 Payment..........................................................................................................................................2-1
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS............................................................................2-2
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ..........................................................................2-2
2-02.4 Measurement..................................................................................................................................2-2
2-02.5 Payment..........................................................................................................................................2-2
2-03 ROADWAY EXCAVATION AND EMBANKMENT...................................................................................2-3
2-03.3 Construction Requirements............................................................................................................2-3
2-03.4 Measurement..................................................................................................................................2-4
2-03.5 Payment............................................................................................................................................2-4
2-04 HAUL......................................................................................................................................................2-5
2-04.5 Payment..........................................................................................................................................2-5
2-06 SUBGRADE PREPARATION.................................................................................................................2-5
2-06.5 Measurement and Payment............................................................................................................2-5
2-09 STRUCTURE EXCAVATION..................................................................................................................2-5
2-09.1 Description......................................................................................................................................2-5
2-09.3(1)D Disposal of Excavated Material.............................................................................................................2-5
2-09.4 Measurement..................................................................................................................................2-6
2-09.5 Payment..........................................................................................................................................2-6
DIVISION 5.............................................................................................................................................................5-1
5-04 ASPHALT CONCRETE PAVEMENT......................................................................................................5-1
5-04.1 Description......................................................................................................................................5-1
5-04.2 Materials.........................................................................................................................................5-1
5-04.2(1) How to Get an HMA Mix Design on the QPL ..........................................................................................5-2
5-04.2(1)A Vacant...................................................................................................................................................5-3
5-04.2(2) Mix Design – Obtaining Project Approval................................................................................................5-3
5-04.2(2)B Using Warm Mix Asphalt Processes ....................................................................................................5-4
5-04.3 Construction Requirements............................................................................................................5-4
5-04.3(1) Weather Limitations.................................................................................................................................5-4
5-04.3(2) Paving Under Traffic................................................................................................................................5-5
5-04.3(3) Equipment ..............................................................................................................................................5-5
5-04.3(3)A Mixing Plant.........................................................................................................................................5-5
5-04.3(3)B Hauling Equipment................................................................................................................................5-6
5-04.3(3)C Pavers ...................................................................................................................................................5-7
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle..........................................................................5-7
5-04.3(3)E Rollers ...................................................................................................................................................5-8
5-04.3(4) Preparation of Existing Paved Surfaces..................................................................................................5-9
5-04.3(4)A Crack Sealing......................................................................................................................................5-10
5-04.3(4)A1 General ........................................................................................................................................5-10
5-04.3(4)A2 Crack Sealing Areas Prior to Paving.............................................................................................5-11
5-04.3(4)A3 Crack Sealing Areas Not to be Paved ..........................................................................................5-11
5-04.3(4)B Vacant.................................................................................................................................................5-11
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-6
5-04.3(4)C Pavement Repair.................................................................................................................................5-11
5-04.3(5) Producing/Stockpiling Aggregates and RAP.........................................................................................5-11
5-04.3(5)A Vacant.................................................................................................................................................5-12
5-04.3(6) Mixing....................................................................................................................................................5-12
5-04.3(7) Spreading and Finishing........................................................................................................................5-12
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA...........................................................................5-13
5-04.3(9) HMA Mixture Acceptance......................................................................................................................5-13
5-04.3(9)A Vacant.................................................................................................................................................5-14
5-04.3(9)B Vacant.................................................................................................................................................5-14
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation..................................................................................5-14
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ...................................................................5-14
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling..................................................................................5-15
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing...............................................................5-15
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors...........................................................................5-15
5-04.3(9)C5 Vacant...........................................................................................................................................5-16
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments.................................................................5-16
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests...................................................................................5-16
5-04.3(9)D Mixture Acceptance – Commercial Evaluation....................................................................................5-17
5-04.3(10) HMA Compaction Acceptance ..............................................................................................................5-17
5-04.3(10)A HMA Compaction – General Compaction Requirements.................................................................5-19
5-04.3(10)B HMA Compaction – Cyclic Density....................................................................................................5-19
5-04.3(10)C Vacant ...............................................................................................................................................5-19
5-04.3(10)D HMA Nonstatistical Compaction........................................................................................................5-19
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots...................................................................5-19
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing............................................5-20
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments ................................................................5-20
5-04.3(11) Reject Work...........................................................................................................................................5-20
5-04.3(11)A Reject Work General.........................................................................................................................5-20
5-04.3(11)B Rejection by Contractor.....................................................................................................................5-21
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)..........................................................................5-21
5-04.3(11)D Rejection - A Partial Sublot ...............................................................................................................5-21
5-04.3(11)E Rejection - An Entire Sublot...............................................................................................................5-21
5-04.3(11)F Rejection - A Lot in Progress.............................................................................................................5-22
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)............................................................................5-22
5-04.3(12) Joints.....................................................................................................................................................5-22
5-04.3(12)A HMA Joints........................................................................................................................................5-22
5-04.3(12)A1 Transverse Joints........................................................................................................................5-22
5-04.3(12)A2 Longitudinal Joints ......................................................................................................................5-22
5-04.3(12)B Bridge Paving Joint Seals..................................................................................................................5-23
5-04.3(12)B1 HMA Sawcut and Seal ................................................................................................................5-23
5-04.3(12)B2 Paved Panel Joint Seal...............................................................................................................5-23
5-04.3(13) Surface Smoothness.............................................................................................................................5-23
5-04.3(14) Planing (Milling) Bituminous Pavement.................................................................................................5-24
5-04.3(14)A Pre-Planing Metal Detection Check ..................................................................................................5-25
5-04.3(14)B Paving and Planing Under Traffic......................................................................................................5-25
5-04.3(14)B1 General........................................................................................................................................5-25
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan.......................................................................5-26
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing..........................................................................................5-28
5-04.3(15) Sealing Pavement Surfaces..................................................................................................................5-29
5-04.3(16) HMA Road Approaches.........................................................................................................................5-29
5-04.3(21) HMA Road Approaches.........................................................................................................................5-29
5-04.4 Measurement................................................................................................................................5-30
5-04.5 Payment........................................................................................................................................5-31
5-05 CEMENT CONCRETE PAVEMENT.......................................................................................................5-33
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-7
5-05.1 Description ......................................................................................................................................5-33
5-05.2 Materials..........................................................................................................................................5-33
5-05.3 Construction Requirements.............................................................................................................5-34
5-05.3(8) Joints .........................................................................................................................................................5-35
5-05.3(8)D Isolation Joints....................................................................................................................................5-35
5-05.3(8)E Sealing Through Joints .......................................................................................................................5-36
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ........................................................................5-36
5-06.1 Description....................................................................................................................................5-36
5-06.2 Materials.......................................................................................................................................5-36
5-06.3 Construction Requirements..........................................................................................................5-36
DIVISION 7.............................................................................................................................................................7-1
7-01 DRAINS..................................................................................................................................................7-1
7-01.2 Materials.........................................................................................................................................7-1
7-01.3(1) Drain Pipe......................................................................................................................................................7-1
7-01.3(2) Underdrain Pipe.............................................................................................................................................7-1
7-01.4 Measurement..................................................................................................................................7-1
7-02 CULVERTS.............................................................................................................................................7-2
7-02.2 Materials.........................................................................................................................................7-2
7-04 STORM SEWERS ..................................................................................................................................7-2
7-04.2 Materials.........................................................................................................................................7-2
7-04.3(1) Cleaning and Testing ..............................................................................................................................7-3
7-04.3(1)G Abandon Existing Storm Sewer Pipes ..................................................................................................7-4
7-04.3(2) CCTV Inspection .....................................................................................................................................7-4
7-04.3(3) Direct Pipe Connections..........................................................................................................................7-5
7-05 MANHOLES, INLETS, AND CATCH BASINS ........................................................................................7-5
7-05.3 Construction Requirements............................................................................................................7-5
7-05.3(1) Adjusting Manholes and Catch Basins to Grade.....................................................................................7-5
7-05.3(3) Connections to Existing Manholes ..........................................................................................................7-7
7-06 TRENCH DRAINS (NEW SECTION)..........................................................................................................7-7
7-06.1 Description......................................................................................................................................7-7
7-06.2 Materials.........................................................................................................................................7-7
7-06.3 Construction Requirements............................................................................................................7-8
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .............................................................................7-8
7-08.3 Construction Requirements............................................................................................................7-8
7-08.3(1)A Trenches................................................................................................................................................7-8
7-08.3(1)C Bedding the Pipe...................................................................................................................................7-9
7-08.3(1)D Pipe Foundation....................................................................................................................................7-9
7-08.3(2)A Survey Line and Grade .......................................................................................................................7-10
7-08.3(2)B Pipe Laying – General.........................................................................................................................7-10
7-08.3(2)E Rubber Gasketed Joints......................................................................................................................7-11
7-08.3(2)H Sewer Line Connections.....................................................................................................................7-11
7-08.3(2)J Placing PVC Pipe.................................................................................................................................7-12
7-08.3(3)A Backfilling Sanitary Sewer Trenches...................................................................................................7-12
Section 7-08.3(5) Temporary Stormwater Diversion ..................................................................................................7-13
7-09 PIPE AND FITTINGS FOR WATER MAINS..........................................................................................7-13
7-09.3(15)A Ductile Iron Pipe................................................................................................................................7-13
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ..........................................................................7-14
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement .....................................................7-14
7-09.3(19)A Connections to Existing Mains ..........................................................................................................7-15
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ...................................................................................7-17
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-8
7-09.3(23) Hydrostatic Pressure Test.....................................................................................................................7-18
7-09.3(24)A Flushing and "Poly-pigging" ..............................................................................................................7-20
7-09.3(24)D Dry Calcium Hypochlorite..................................................................................................................7-21
7-09.3(24)K Retention Period................................................................................................................................7-21
7-09.3(24)N Final Flushing and Testing................................................................................................................7-21
7-09.3(25) Joint Restraint Systems.........................................................................................................................7-21
7-09.3(25)A General..............................................................................................................................................7-22
7-09.3(25)B Materials............................................................................................................................................7-22
7-09.3(25)C Installation .........................................................................................................................................7-22
7-09.4 Measurement................................................................................................................................7-23
7 09.5 Payment........................................................................................................................................7-24
7-12 VALVES FOR WATER MAINS .............................................................................................................7-24
7-12.3(1) Installation of Valve Marker Post...........................................................................................................7-24
7-12.3(2) Adjust Existing Valve Box to Grade.......................................................................................................7-25
7-12.4 Measurement ..................................................................................................................................7-25
7-12.5 Payment..........................................................................................................................................7-25
7-14 HYDRANTS..........................................................................................................................................7-26
7-14.3(1) Setting Hydrants....................................................................................................................................7-26
7-14.3(3) Resetting Existing Hydrants.......................................................................................................................7-27
7-14.3(4) Moving Existing Hydrants......................................................................................................................7-27
7-14.3(7) Remove and Salvage Hydrant.....................................................................................................................7-27
7-14.5 Payment..........................................................................................................................................7-27
7-15 SERVICE CONECTIONS.....................................................................................................................7-28
7-15.3 Construction Details......................................................................................................................7-28
7-15.5 Payment..........................................................................................................................................7-29
7-17 SANITARY SEWERS ...........................................................................................................................7-29
7-17.2 Materials.......................................................................................................................................7-29
7-17.2(1) Pipe .......................................................................................................................................................7-29
7-17.3 Construction Requirements..........................................................................................................7-30
7-17.3(1) Protection of Existing Sewerage Facilities ............................................................................................7-30
7 17.3(2)H Television Inspection...........................................................................................................................7-30
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes..............................................................................................7-31
7-17.4 Measurement................................................................................................................................7-31
7-17.5 Payment........................................................................................................................................7-32
7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) .................................................7-32
7-21.1 Description....................................................................................................................................7-32
7-21.1(1) Related Work Specified Elsewhere.......................................................................................................7-32
7-21.1(2) Licensing ...............................................................................................................................................7-32
7-21.1(3) Contractor and Manufacturer Qualifications..........................................................................................7-33
7-21.1(4) Contractor Submittals............................................................................................................................7-33
7-21.1(5) Quality Assurance .................................................................................................................................7-35
7-21.1(6) Warranty................................................................................................................................................7-35
7-21.2 Materials.......................................................................................................................................7-36
7-21.2(1) Cured in Place Resin Impregnated Material in General........................................................................7-36
7-21.2(2) Resin .....................................................................................................................................................7-38
7-21.2(3) Physical Properties................................................................................................................................7-38
7-21.3 Construction Requirements..........................................................................................................7-38
7-21.3(1) Preparation............................................................................................................................................7-38
7-21.3(1)A Flow Management...............................................................................................................................7-39
7-21.3(1)B Cleaning..............................................................................................................................................7-40
7-21.3(1)C Point Repairs.......................................................................................................................................7-40
7-21.3(1)D Manholes.............................................................................................................................................7-40
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-9
7-21.3(2) Liner Installation ....................................................................................................................................7-41
7-21.3(2)A Inversion Method.................................................................................................................................7-41
7-21.3(2)B Pull/Winch Method ..............................................................................................................................7-41
7-21.3(2)C Finished Pipe Liner..............................................................................................................................7-41
7-21.3(3) Service Connection Restoration............................................................................................................7-42
7-21.3(4) Testing...................................................................................................................................................7-42
7-21.3(4)A Material Testing...................................................................................................................................7-42
7-21.3(4)B Field Testing........................................................................................................................................7-42
7-21.3(4)C Post Installation CCTV Inspection.......................................................................................................7-42
7-21.4 Measurement................................................................................................................................7-43
7-21.5 Payment........................................................................................................................................7-43
7-22 RESIN IMPREGNATED FABRIC CIPP...................................................................................................7-43
7-22.1 Description....................................................................................................................................7-43
7-22.1(1) Related Work Specified Elsewhere.......................................................................................................7-43
7-22.2 Materials.......................................................................................................................................7-43
7-22.2(1) Cured in Place Pipe Liner......................................................................................................................7-43
7-22.2(2) Resin .....................................................................................................................................................7-43
7-22.2(3) Physical Properties................................................................................................................................7-44
7-22.3 Construction Requirements..........................................................................................................7-44
7-22.3(1) Preparation............................................................................................................................................7-44
7-22.3(1)A Cleaning..............................................................................................................................................7-44
7-22.3(2) Installation .............................................................................................................................................7-44
7-22.3(2)A Resin Impregnation.............................................................................................................................7-44
7-22.3(2)B Water, Air or Steam Curing.................................................................................................................7-45
7-22.3(2)C Cool Down...........................................................................................................................................7-46
7-23 RESIN IMPREGNATED FIBERGLASS CIPP.......................................................................................7-46
7-23.1 Description....................................................................................................................................7-46
7-23.1(1) Related Work Specified Elsewhere.......................................................................................................7-46
7-23.1(2) Reference Specifications, Codes, and Standards.................................................................................7-46
7-23.1(3) CIPP Liner Samples..............................................................................................................................7-47
7-23.1(4) CIPP Liner Handling..............................................................................................................................7-47
7-23.2 Materials.......................................................................................................................................7-47
7-23.2(1) General Specifications ..........................................................................................................................7-47
7-23.2(2) Chemical Resistance.............................................................................................................................7-48
7-23.2(3) Component Properties ..........................................................................................................................7-48
7-23.2(4) Finished and Cured CIPP Liner Properties ...........................................................................................7-48
7-23.2(5) Dimensions............................................................................................................................................7-48
7-23.3 Construction Requirements..........................................................................................................7-49
7-23.3(1) Installation Procedures..........................................................................................................................7-49
7-23.3(1)A Installation Process.............................................................................................................................7-49
7-23.3(1)B Curing..................................................................................................................................................7-49
7-23.3(2) Finished Product ...................................................................................................................................7-50
7-28 SANITARY SEWER FORCE MAIN.......................................................................................................7-50
7-28.1 Description....................................................................................................................................7-50
7-28.2 Materials.......................................................................................................................................7-50
7-28.3 Construction Requirements..........................................................................................................7-50
7-29 BURIED PIPE IDENTIFICATION..........................................................................................................7-51
7-29.1 Description....................................................................................................................................7-51
7-29.2 Materials.......................................................................................................................................7-51
7-29.3 Construction Requirements..........................................................................................................7-52
7-29.4 Submittals.....................................................................................................................................7-53
7-29.5 Payment........................................................................................................................................7-53
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-10
DIVISION 8.............................................................................................................................................................8-1
8-02 ROADSIDE RESTORATION..................................................................................................................8-1
8-02.3(4)A Topsoil Type A ......................................................................................................................................8-1
8-02.3(16)A Lawn Installation..................................................................................................................................8-1
8-02.3(16)A1 Qualifications of Workmen ............................................................................................................8-1
8-02.3(16)A2 Submittals .....................................................................................................................................8-1
8-02.3(16)A3 Product Handling...........................................................................................................................8-2
8-02.3(16)A4 Site Information.............................................................................................................................8-2
8-02.3(16)A5 Sod................................................................................................................................................8-2
8-02.3(16)A6 Execution ......................................................................................................................................8-2
8-02.3(16)B Lawn Establishment ............................................................................................................................8-3
8-02.3(16)B Lawn Establishment and Final Acceptance.........................................................................................8-3
8-02.3(16)B1 Establishment Period ....................................................................................................................8-3
8-02.3(16)B2 Guarantee .....................................................................................................................................8-4
8-02.3(16)B3 Final Acceptance...........................................................................................................................8-4
8 09 RAISED PAVEMENT MARKERS...........................................................................................................8-4
8 09.5 Payment..........................................................................................................................................8-4
8-13 MONUMENT CASES..............................................................................................................................8-5
8-13.1 Description ........................................................................................................................................8-5
8 13.3 Construction Requirements...............................................................................................................8-5
8 13.4 Measurement..................................................................................................................................8-5
8 13.5 Payment..........................................................................................................................................8-5
8-14 CEMENT CONCRETE SIDEWALKS......................................................................................................8-6
8-14.3(4) Curing......................................................................................................................................................8-6
8-14.4 Measurement..................................................................................................................................8-6
8-14.5 Payment..........................................................................................................................................8-7
8-17 IMPACT ATTENUATOR SYSTEMS.......................................................................................................8-7
8-17.5 Payment..........................................................................................................................................8-7
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL.....................................................8-7
8 20.2(1) Equipment List and Drawings......................................................................................................................8-7
8-22 PAVEMENT MARKING ..........................................................................................................................8-8
8-22.1 Description......................................................................................................................................8-8
8-22.3(5) Installation Instructions............................................................................................................................8-9
8-22.5 Payment..........................................................................................................................................8-9
8-23 TEMPORARY PAVEMENT MARKINGS ................................................................................................8-9
8-23.5 Payment............................................................................................................................................8-9
DIVISION 9.............................................................................................................................................................9-1
9-03.8(7) HMA Tolerances and Adjustments..........................................................................................................9-1
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS..................................................................9-1
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)...........................................................................................9-1
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC).........................................................................................9-1
9-05.7(2)A Basis for Acceptance (RC)....................................................................................................................9-2
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).................................................................................................9-2
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)....................................................................................9-2
9 05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ........................................................................................9-2
9-05.12 Polyvinyl Chloride (PVC) Pipe........................................................................................................9-3
9-05.12(2) Profile Wall PVC Culvert, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer
Pipe 9-3
9-05.14 ABS Composite Sewer Pipe...........................................................................................................9-4
9 05.17 Aluminum Spiral Rib Storm Sewer Pipe.........................................................................................9-4
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-11
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP).....................................................................9-4
9-05.20(1) Description ..............................................................................................................................................9-4
9-05.20(2) Pipe Material and Fabrication..................................................................................................................9-4
9-05.20(3) Fittings and Gaskets................................................................................................................................9-5
9-05.20(4) Installation ...............................................................................................................................................9-5
9-05.23 High Density Polyethylene Piping...................................................................................................9-5
9-05.23(1) General Terms and Conditions ...............................................................................................................9-5
9-05.23(1)A Scope ..................................................................................................................................................9-5
9-05.23(1)B Engineered and Approved Plans.........................................................................................................9-5
9-05.23(1)C Referenced Standards.........................................................................................................................9-5
9-05.23(1)D Licenses and Permits..........................................................................................................................9-5
9-05.23(1)E Inspections...........................................................................................................................................9-5
9-05.23(2) Polyethylene Pipe and Fittings................................................................................................................9-6
9-05.23(2)A Qualifications of Manufacturers...........................................................................................................9-6
9-05.23(2)B Materials..............................................................................................................................................9-6
9-05.23(2)C Interchangeability of Pipe and Fittings.................................................................................................9-6
9-05.23(2)D Polyethylene Fittings & Custom Fabrications......................................................................................9-6
9-05.23(2)E Molded Fittings ....................................................................................................................................9-6
9-05.23(2)F Fabricated Fittings ...............................................................................................................................9-6
9-05.23(2)G Polyethylene Flange Adapters ............................................................................................................9-6
9-05.23(2)H Back-up Rings & Flange Bolts ............................................................................................................9-7
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer
Pipe 9-7
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe................................................................................9-7
9-05.24(2) Polypropylene Sanitary Sewer Pipe........................................................................................................9-7
9-05.52 Dense Foam...................................................................................................................................9-8
9-08 PAINTS AND RELATED MATERIALS....................................................................................................9-8
9-08.9 Manhole Coating System Products ................................................................................................9-8
9-08.9(1) Coating Systems Specification................................................................................................................9-8
9-14 EROSION CONTROL AND ROADSIDE PLANTING..............................................................................9-8
9-14.1(1) Topsoil Type A ........................................................................................................................................9-8
9-14.6(8) Sod..........................................................................................................................................................9-9
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.......................................................................9-9
9 23.9 Fly Ash (RC)...................................................................................................................................9-9
9 30 WATER DISTRIBUTION MATERIALS ...................................................................................................9-9
9-30.1 Pipe.................................................................................................................................................9-9
9-30.1(1) Ductile Iron Pipe ..........................................................................................................................................9-10
9-30.1(2) Polyethylene Encasement.....................................................................................................................9-10
9-30.2 Fittings..........................................................................................................................................9-10
9-30.2(1) Ductile Iron Pipe ........................................................................................................................................9-10
9-30.2(2) Galvanized Iron Pipe.............................................................................................................................9-11
9-30.2(3) Steel Casing Pipe ......................................................................................................................................9-12
9-30.2(4) Spacers and Seals for Steel Casing Pipe .............................................................................................9-12
9-30.2(6) Restrained Joint ....................................................................................................................................9-12
9-30.2(6) Restrained Joint Pipe and Fittings.........................................................................................................9-12
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ...............................................................................9-13
9-30.3 Valves...........................................................................................................................................9-13
9-30.3(1) Gate Valves (3 inches to 16 inches)......................................................................................................9-14
9-30.3(3) Butterfly Valves .....................................................................................................................................9-14
9-30.3(4) Valve Boxes..............................................................................................................................9-14
9-30.3(5) Valve Marker Posts ...............................................................................................................................9-15
9-30.3(6) Valve Stem Extensions .........................................................................................................................9-15
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-12
9-30.3(7) Combination Air Release/Air Vacuum Valves .......................................................................................9-15
9-30.3(8) Tapping Sleeve and Valve Assembly....................................................................................................9-15
9-30.3(9) Blow-Off Assembly................................................................................................................................9-15
9-30.5 Hydrants .......................................................................................................................................9-16
9-30.5(1) End Connections...................................................................................................................................9-16
9-30.5(2) Hydrant Dimensions..............................................................................................................................9-16
9-30.6 Water Service Connections (2 Inches and Smaller).....................................................................9-17
9-30.6(3) Service Pipes ........................................................................................................................................9-17
9-30.6(3)B Polyethylene Pipe................................................................................................................................9-17
9-30.6(4) Service Fittings......................................................................................................................................9-17
9-30.6(5) Meter Setters.........................................................................................................................................9-17
9-30.6(7) Meter Boxes ..........................................................................................................................................9-17
DIVISION 10.........................................................................................................................................................10-1
10-01 MARKING PAINT REMOVAL.................................................................................................................10-1
DIVISION 1
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
(******)
Whenever reference is made to the State, State of Washington, Commission,
Department of Transportation, Secretary of Transportation, Owner, Contracting
Agency or Engineer, such reference shall be deemed to mean the City of Renton
acting through its City Council, employees, and duly authorized representatives
for all contracts administered by the City of Renton.
All references to “State Materials Laboratory” shall be revised to read
“Contracting Agency designated location”.
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
(******)
Act of God - "Act of God" means an earthquake, flood, cyclone, or other
cataclysmic phenomenon of nature. A rain, windstorm, high water or other
natural phenomenon of unusual intensity for the specific locality of the Work,
which might reasonably have been anticipated from historical records of the
general locality of the Work, shall not be construed as an act of god.
Consulting Engineer - The Contracting Agency's design consultant, who may or
may not administer the construction program for the Contracting Agency.
Contract Documents - See definition for “Contract”.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-13
Contract Price - Either the unit price, the unit prices, or lump sum price or prices
named in the proposal, or in properly executed change orders.
Contract Time - The period of time established by the terms and conditions of
the Contract within which the Work must be physically completed.
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, and only minor
incidental Work, replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total
contract.
Contract Completion Date - The date by which the Work is contractually
required to be physically completed. The Contract Completion Date will
be stated in the Notice to Proceed. Revisions of this date will be
authorized in writing by the Engineer whenever there is an extension to
the Contract time.
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.
Date of Commencement - The date stated in the Notice to Proceed on
which the Contract Time begins.
Final Acceptance Date - The date the Contracting Agency accepts the
Work as complete per the Contract requirements.
Day - Unless otherwise designated, day(s) as used in the Contract Documents,
shall be understood to mean working days.
Engineer - The City Engineer or duly authorized representative, or an authorized
member of a licensed consulting firm retained by the Owner for the construction
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-14
engineering of a specific public works project.
Inspector - The Owner’s authorized representative assigned to make necessary
observations of the Work performed or being performed, or of materials furnished
or being furnished by the Contractor.
Notice of Award - The written notice from the Contracting Agency to the
successful bidder signifying the Contracting Agency’s acceptance of the Bid.
Notice to Proceed - The written notice from the Contracting Agency or the
Engineer to the Contractor authorizing and directing the Contractor to proceed
with Work and establishing the date on which the Contract time begins.
Or Equal - Where the term "or equal" is used herein, the Contracting Agency, or
the Contracting Agency on recommendation of the Engineer, shall be the sole
judge of the quality and suitability of the proposed substitution. The responsibility
and cost of furnishing necessary evidence, demonstrations, or other information
required to obtain the approval of alternative materials or processes by the Owner
shall be entirely borne by the Contractor.
Owner - The City of Renton or its authorized representative also referred to as
Contracting Agency.
Performance and Payment Bond - Same as “Contract Bond” defined in the
Standard Specifications.
Plans - The Contract Plans and/or Standard Plans which show location,
character, and dimensions of prescribed Work including layouts, profiles, cross-
sections, and other details. Drawings may either be bound in the same book as
the balance of the Contract Documents or bound in separate sets, and are a part
of the Contract Documents, regardless of the method of binding. The terms
"Standard Drawings" or "Standard Details" generally used in Specifications refers
to drawings bound either with the specification documents or included with the
Plans or the City of Renton Standard Plans.
Points - Wherever reference is made to the Engineer’s points, this shall mean all
marks, bench marks, reference points, stakes, hubs, tack, etc., established by the
Engineer for maintaining horizontal and vertical control of the Work.
Provide - Means “furnish and install” as specified and shown in the Plans.
Secretary, Secretary of Transportation - The chief executive officer of the
Department and other authorized representatives. The chief executive officer to
the Department shall also refer to the Department of Public Works Administrator.
Shop Drawings - Same as “Working Drawings” defined in the Standard
Specifications.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-15
Special Provisions - Modifications to the Standard Specifications and their
amendments that apply to an individual project. The Special Provisions may
describe Work the Standard Specifications do not cover. Such Work shall comply
first with the Special Provisions and then with any Standard Specifications that
apply. The Contractor shall include all costs of doing this Work within the bid
prices.
State - The state of Washington acting through its representatives. The State
shall also refer to The City of Renton and its authorized representatives where
applicable.
Supplemental Drawings and Instructions - Additional instructions by the
Engineer at request of the Contractor by means of drawings or documents
necessary, in the opinion of the Engineer, for the proper execution of the Work.
Such drawings and instructions are consistent with the Contract Documents.
Technical Specifications - Modifications to the Standard Specifications and their
amendments that apply to an individual project. The Technical Specifications
may describe Work the Standard Specifications do not cover. Such Work shall
comply first with the Technical Specifications and then with any Standard
Specifications that apply. The Contractor shall include all costs of doing this
Work within the bid prices.
Traffic - Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists,
wheelchairs, and equestrian traffic.
Utility - Public or private fixed improvement for the transportation of fluids, gases,
power, signals, or communications and shall be understood to include tracks,
overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or
storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
(******)
Bidders shall be qualified by experience, financing, equipment, and organization
to do the Work called for in the Contract Documents. The Contracting Agency
reserves the right to take whatever action it deems necessary to ascertain the
ability of the bidder to perform the Work satisfactorily.
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-16
Information as to where Bid Documents can be obtained or reviewed will be found
in the Call for Bids (Advertisement for Bids) for the Work.
After award of the Contract, Plans and Specifications will be issued to the
Contractor at no cost as detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11” x
17”) and contract
provisions
4 Furnished automatically
upon award
Large Plans (22” x 34”)4 Furnished only upon
request
Additional Plans and Contract Provisions may be purchased by the Contractor by
payment of the cost stated in the Call for Bids.
1-02.4(2) Subsurface Information
Section 1-02.4(2) is supplemented with the following:
(******)
If a geotechnical study was prepared for the project, then the findings and
recommendations are summarized in a report provided in the contract
documents.
1-02.5 Proposal Forms
Delete this Section and replace it with the following:
(******)
At the request of the bidder, the Contracting Agency will provide a proposal form
for any project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the Work.
It will also list estimated quantities, units of measurement, the items of Work, and
the materials to be furnished at the unit bid prices. The bidder shall complete
spaces on the proposal form that call for, but are not limited to, unit bid prices;
extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgement of addenda; the bidder’s
name, address, telephone number, and signature; and a State of Washington
Contractor’s Registration Number. Bids shall be completed by typing or shall be
printed in ink by hand, preferably in black ink. The required certifications are
included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with
alternates and additives, if such be to the advantage of the Contracting Agency.
The bidder shall bid on all alternates and additives set forth in the proposal forms
unless otherwise specified.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-17
Any correction to a bid made by interlineations, alteration, or erasure, shall be
initialed by the signer of the bid. The bidder shall make no stipulation on the Bid
Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president
or a vice president (Or other corporate officer accompanied by evidence of
authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid
Form if any D/M/WBE requirements are to be satisfied through such an
agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by
a member of the joint venture. A copy of the joint venture agreement shall be
submitted with the Bid Form if any D/W/MBE requirements are to be satisfied
through such an agreement.
1-02.6 Preparation of Proposal
Section 1-02.6 is supplemented with:
Supplement the second paragraph with the following:
(******)
4. If a minimum bid amount has been established for any item, the unit or
lump sum price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall
be initialed by the signer of the bid.
Delete the last paragraph, and replace it with the following:
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any
manner.
A bid by a corporation shall be executed in the corporate name, by the president
or a vice president (or other corporate officer accompanied by evidence of
authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid
Form if any D/M/WBE requirements are to be satisfied through such an
agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by
a member of the joint venture. A copy of the joint venture agreement shall be
submitted with the Bid Form if any D/W/MBE requirements are to be satisfied
through such an agreement.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-18
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
(******)
Vendors should, in the bid proposal, identify clearly any material(s), which
constitute "(valuable) formula, designs drawings, and research data" so as to be
exempt from public disclosure, RCW 42.56.210, or any materials otherwise
claimed to be exempt, along with a Statement of the basis for such claim of
exemption. The Department (or State) will give notice to the vendor of any
request for disclosure of such information received within 5 (five) years from the
date of submission. Failure to so label such materials or failure to timely respond
after notice of request for public disclosure has been given shall be deemed a
waiver by the submitting vendor of any claim that such materials are, in fact, so
exempt.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
(******)
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a
percentage which represents five percent of the maximum bid amount that
could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany said
signature;
6. The signature of the surety’s officer empowered to sign the bond form
included in the Contract Provision.
1-02.9 Delivery of Proposal
Replace the first paragraph with:
(******)
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-19
1-02.12 Public Opening of Proposals
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.
1-02.13 Irregular Proposals
Revise item 1 to read:
(******)
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is
not used or is altered;
c. The complete proposal form contains any unauthorized additions,
deletions, alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the
award, or enter into the Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if
applicable, as required in Section 1-02.6
h. The bidder fails to submit or properly complete a Disadvantaged,
Minority or Women’s Business Enterprise Certification, if applicable, as
required in Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to
meet the material terms of the bid invitation.
j. More than one proposal is submitted for the same project from a
Bidder under the same or different names.
1-02.14 Disqualification of Bidders
Delete this section in its entirety and replace with the following:
(******)
1. A bidder will be deemed not responsible and the proposal rejected if the
bidder does not meet the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-20
a. More than one proposal is submitted for the same project from a
bidder under the same or different names;
b. Evidence of collusion exists with any other bidder or potential bidder.
Participants in collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified
for the Work or to the full extent of the bid, or to the extent that the bid
exceeds the authorized prequalification amount as may have been
determined by a prequalification of the bidder;
d. An unsatisfactory performance record exists based on past or current
Contracting Agency Work or for Work done for others, as judged from
the standpoint of conduct of the Work; workmanship; progress;
affirmative action; equal employment opportunity practices; or
Disadvantaged Enterprise, Minority Enterprise, or Women’s Business
Enterprise utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which
might hinder or prevent the prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current
contracts;
g. The bidder has failed to complete a written public contract or has been
convicted of a crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise, to perform the Work;
i. A bidder is not authorized to do business in the State of Washington
(not registered in accordance with RCW 18.27)
j. There are any other reasons deemed proper by the Contracting
Agency.
1-02.15 Pre Award Information
Revise this section to read:
(******)
Before awarding any contract, the Contracting Agency may require one or more
of these items or actions of:
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 time required for the various phases of Work;
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-21
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
and/or county where the Work is located;
7. A copy of State of Washington Contractor’s Registration; or
8. Any other information or action taken that is deemed necessary to ensure
that the bidder is the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
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
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
Section 1-03.3 is revised and supplemented as follows:
(******)
Within 10 calendar days after receipt from the City of the forms and documents
required to be completed by the Contractor, the successful bidder shall return the
signed Contracting Agency-prepared contract, an insurance certification as
required by Section 1-07.18, and a satisfactory bond as required by law and
Section 1-03.4. Before execution of the Contract by the Contracting Agency, the
successful bidder shall provide any pre-award information the Contracting Agency
may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-22
Contracting Agency nor shall any Work begin within the project limits or within
Contracting Agency-furnished sites. The Contractor shall bear all risks for any
Work begun outside such areas and for any materials ordered before the
Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return
of the Contract documents within 10 calendar days after the award date, the
Contracting Agency may grant up to a maximum of 10 additional calendar days
for return of the documents, provided the Contracting Agency deems the
circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a
contract with a Contractor who is not registered or licensed as required by the
laws of the state. In addition, the Contracting Agency requires persons doing
business with the Contracting Agency to possess a valid City of Renton business
license prior to award.
When the Bid Form provides spaces for a business license number, a
Washington State Contractors registration number, or both, the Bidder shall insert
such information in the spaces provided. The Contracting Agency requires legible
copies of the Contractor's Registration and business license be submitted to the
Engineer as part of the Contracting Agency's post-award information and
evaluation activities.
1-03.4 Contract Bond
Revise the first paragraph to read:
(******)
The successful bidder shall provide an executed contract bond for the full contract
amount. This contract bond shall:
1. Be on the Contracting Agency-furnished form;
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. Be conditioned upon the faithful performance of the Contract by the
Contractor within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the
Contracting Agency against any claim of direct or indirect loss resulting
from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-23
tier subcontractors of the Contractor) to faithfully perform the Contract,
or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides
supplies or provisions for carrying out Work;
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 must be signed by the president or vice-president, unless
accompanied by a written proof of the authority of the individual signing the
bond to bind the corporation (i.e., corporate resolution, power of attorney or
a letter to such effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
(******)
The venue of all causes of action arising from the advertisement, award,
execution, and performance of the Contract shall be in the Superior Court of the
County where the Contracting Agency’s headquarters are located.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions
Specifications, and Addenda
Revise the second paragraph to read:
(******)
Any inconsistency in the parts of the Contract shall be resolved by following this
order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
2. Proposal Form
3. Technical Specifications
4. Special Provisions
5. Contract Plans
6. Contracting Agency’s Standard Plans (if any)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-24
7. Amendments to the Standard Specifications
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 Changes
1-04.4(1) Minor Changes
Section 1-04.4(1) is supplemented as follows:
(******)
Payments and credits will be determined in accordance with Section 1-09.4 of the
Standard Specifications, For the purpose of providing a common proposal for all
bidders, the Contracting Agency may have entered an amount for “Minor Change”
in the Proposal to become a part of the total bid by the Contractor.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
(******)
The Contractor is encouraged to provide to the Engineer prior to progress
payments an estimate of “Lump Sum” Work accomplished to date. The
Engineer's calculations and decisions shall be final in regard to the actual
percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided
elsewhere in the Specifications.
1-04.11 Final Cleanup
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
Section 1-04.12 is a new section:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-25
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.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
(******)
If the project calls for the Contractor supplied surveying, the Contractor shall
provide all required survey Work, including such Work as mentioned in Sections
1-05, 1-11 and elsewhere in these Specifications as being provided by the
Engineer. All costs for this survey Work shall be included in "Contractor Supplied
Surveying," per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes
and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4
and will perform such Work per Section 1-11. The Contractor shall assume full
responsibility for detailed dimensions, elevations, and excavation slopes
measured from the Engineer or the Contractor supplied surveyor furnished stakes
and marks.
The Contractor shall provide a work site, which has been prepared to permit
construction staking to proceed in a safe and orderly manner. The Contractor
shall keep the Engineer or the Contractor supplied surveyor informed of staking
requirements and provide at least 48 hours 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-26
the Contractor's operations. This charge will be deducted from monies due or to
become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or
reconstruction Work allegedly due to error in the Engineer's line and grade, will
not be allowed unless the original control points set by the Engineer still exist, or
unless other satisfactory substantiating evidence to prove the error was furnished
by the Engineer. Three consecutive points set on line or grade shall be the
minimum points used to determine any variation from a straight line or grade. Any
such variation shall, upon discovery, be reported to the Engineer. In the absence
of such report the Contractor shall be liable for any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be
performed by the Engineer. All survey Work shall be done in accordance with
Section 1-11 SURVEYING STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and
in a format set by the Engineer, per Section 1-11.1(4). These field notes shall
include all survey Work performed by the Contractor's surveyor in establishing
line, grade and slopes for the construction Work. Copies of these field notes shall
be provided to the Engineer upon request and upon completion of the Contract
Work the field book or books shall be submitted to the Engineer and become the
property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the
Engineer, then the Contractor shall, upon the Engineer's written request, remove
the individual or individuals doing the survey Work and the survey Work will be
completed by the Engineer at 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
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-27
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
Section 1-05.4(2) is a new section:
(******)
It shall be the Contractors responsibility to record the location prior to the
backfilling of the trenches, by centerline station, offset, and depth below
pavement, of all existing utilities uncovered or crossed during his Work as
covered under this project.
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, 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-28
white prints or an electronic file (i.e. pdf)c 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-Builts", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
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 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-29
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
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 or implied arising
out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment
purchased for, or incorporated in the Work. Nothing contained in this paragraph,
however, shall defeat or impair the right of persons furnishing materials or labor,
to recover under any bond given by the Contractor for their protection, or any
rights under any law permitting such persons to look to funds due the Contractor
in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material
contracts, and notice of its provisions shall be given to all persons furnishing
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-30
materials for the Work when no formal contract is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1) is a new section:
(******)
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 Engineer will schedule an inspection of the
Work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of
the facilities both from the operational and safety standpoint. This shall
include the following:
Release or approval of all regulatory agency related
permits/requirements, including the approval of the electrical work.
Training of the Owner’s personnel as specified herein.
Testing and Startup
2. Only minor incidental Work, replacement of temporary substitute facilities,
or correction of repair Work remains to reach physical completion of the
Work.
The Contractor’s request shall list the specific items of Work in subparagraph two
above that remains to be completed in order to reach physical 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 therefore.
Upon receipt of written notice concurring with 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-31
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
Section 1-05.11(2) is a new Section:
(******)
When the Contractor considers the Work physically complete and ready for Final
Inspection, the Contractor, by Written Notice, shall request the Engineer to
schedule a final inspection. The Engineer will set a date for Final Inspection. The
Engineer and the Contractor will then make a final inspection and the Engineer
will notify the Contractor in writing of all particulars in which the Final Inspection
reveals the Work incomplete or unacceptable. The Contractor shall immediately
take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective Work shall be pursued vigorously, diligently, and without
interruption until physical completion of the listed deficiencies. This process will
continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt
of the Written Notice listing the deficiencies, the Engineer may, upon Written
Notice to the Contractor, take whatever steps are necessary to correct those
deficiencies. 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 all the obligations of the Contractor under the
Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
(******)
Unless otherwise noted in the Contract Documents, the Contractor shall give the
Engineer a minimum of 3 working days’ notice of the time for each test and
inspection. If the inspection is by another authority than the Engineer, the
Contractor shall give the Engineer a minimum of 3 working days’ notice of the
date fixed for such inspection. Required certificates of inspection by other
authority than the Engineer shall be secured by the Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date
a complete and operable system. Therefore, when the Work involves the
installation of machinery or other mechanical equipment; street lighting, electrical
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-32
distribution or signal systems; irrigation systems; buildings; or other similar Work,
it may be desirable for the Engineer to have the Contractor operate and test the
Work for a period of time, after final inspection but prior to the physical completion
date. Whenever items of Work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for the
time period specified to ensure their acceptability prior to the Physical Completion
Date. During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices
and equipment to be tested during this period shall be tested under the
observation of the Engineer, so that the Engineer may determine their suitability
for the purpose for which they were installed. The Physical Completion Date
cannot be established until testing and corrections have been completed to the
satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract
prices related to the system being tested, unless specifically set forth otherwise in
the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer’s guaranties or warranties furnished under the terms of the
Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
(******)
The Final Acceptance date shall be that date in which the Renton City Council
formally approves acceptance of the Work.
1-05.13 Superintendents, Labor and Equipment of Contractor
Revise the last paragraph to read:
(******)
Whenever the Contracting Agency evaluates the Contractor’s qualifications
pursuant to Section 1-02.1, the Contracting Agency will take these performance
reports into account.
1-05.14 Cooperation with Other Contractors
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-33
Other utilities, districts, agencies, and contractors who may be working within the
project area may include, but are not limited to:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. CenturyLink
4. City of Renton (water, wastewater, surfacewater, transportation, etc.)
5. Comcast
6. Seattle Public Utilities
7. Soos Creek Sewer and Water District
8. Cedar River Sewer and Water District
9. Skyway Sewer and Water District
10. Coal Creek Sewer and Water District
11. King County Water District 90
12. Olympic Pipeline
13. 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 Notice
Revise the second paragraph to read:
(******)
All correspondence from the Contractor shall be 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, shall be in letter format and delivered
either via mail delivery service to the Engineer's office or delivered as an
attachment to an email, as described below.
Notices delivered by email shall be sent to all addresses on a mutually agreed
upon list of addresses for the Contractor or the Contracting Agency. The list shall
be agreed upon prior to issuance of the “Notice to Proceed with Construction” and
shall be maintained by the Engineer. An email is deemed to be received by the
end of the next business day following the date and time as recorded by the
device used by the sender from which the email was sent. Email notifications
shall have a subject line containing at least the project name and the word
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-34
Notification (Renton Airport Lift Station – Notification). Attachments over 10
megabytes are not allowed. For files over 10 megabytes, a link to a secure file
transfer service shall be provided. Confirmation of receipt of email notification
shall be provided by the recipient no later than one business day following receipt
of the email notification.
1-05.16 Water and Power
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.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
(******)
No oral agreement or conversation with any officer, agent, or employee of the
Contracting Agency, either before or after execution of the Contract, shall affect
or modify any of the terms or obligations contained in any of the documents
comprising the Contract. Such oral agreement or conversation shall be
considered as unofficial information and in no way binding upon the Contracting
Agency, unless subsequently put in writing and signed by the Contracting
Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
(******)
The Contractor and subcontractors shall maintain and provide to the Engineer a
Daily Diary Record of this Work. This diary will be created by pen entries in a
hardbound diary book of the type that is commonly available through commercial
outlets. 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
eas¬ily and accurately identify said Work in the Plans. Identify
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-35
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
af¬fect the Contractor, the Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor
for future installation, to include the manner of storage and protection of the
same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each
day by category of employment.
9. Listing of the Contractor's equipment working on the site during each day.
Idle equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services
furnished by the Owner or other party during each day.
11. Entries to verify the daily (including non-Work days) inspection and
maintenance of traffic control devices and condition of the traveled roadway
surfaces. The Contractor shall not allow any conditions to develop that
would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record
of the nature, quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to
be used by the Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in
page numbers.
15. Each page must be signed and dated by the Contractor's official
representative on the project.
The Contractor may use additional sheets separate from the diary book if
necessary to provide a complete diary record, but they must be signed, dated,
and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary
maintained by the Contractor shall be the “Contractor's Book of Original Entry” for
the documentation of any potential claims or disputes that might arise during this
contract. Failure of the Contractor to maintain this diary in the manner described
above will constitute a waiver of any such claims or disputes by the Contractor.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-36
The Engineer or other Owner’s representative on the job site will also complete a
Daily Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
(******)
The materials and equipment lists submitted to the Engineer at the
Preconstruction Conference shall include the quantity, manufacturer, and model
number, if applicable, of materials and equipment to be installed under the
Contract. This list will be checked by the Engineer as to conformity with the
Contract Documents. The Engineer will review the lists within 10 working days,
noting required corrections. The Contractor shall make required corrections and
file 2 corrected copies with the Engineer within one week after receipt of required
corrections. The Engineer's review and acceptance of the lists shall not relieve
the Contractor from responsibility for suitability for the intended purpose, nor for
deviations from the Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
(******)
The finished Work shall be in accordance with approved samples. Approval of
samples by the Engineer does not relieve the Contractor of responsibility for
performance of the Work in accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
(******)
Unless stated otherwise in the special provisions, statistical evaluation will not be
used by the City of Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
(******)
The Contractor shall erect and properly maintain, at all times, as required by the
conditions and progress of the Work, all necessary safeguards for protection of
workers and the public; shall post danger signs warning against known or unusual
hazards; and shall designate as Safety Supervisor, a responsible employee on
the construction site whose duty shall be the enforcement of safety. The name
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-37
and position of such person so designated shall be reported in writing to the
Engineer by the Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among
all employees and shall not employ any person unfit or not skilled in the Work
assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly
secluded from public observation, shall be provided and maintained by the
Contractor.
In 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.
In response to COVID-19, the Contractor shall prepare a project specific COVID-
19 Health and Safety Plan (CHSP) in conformance with Section 1-07.4 and the
Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site
Requirements. A copy of the CHSP developed by the Contractor shall be
submitted to the Engineer as a Type 2 Working Drawing.
1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-38
The Washington State Department of Revenue has issued special rules on the
state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those
rules. The Contractor should contact the Washington State Department of
Revenue for answers to questions in this area. The Contracting Agency will not
adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
1-07.2(1) General
The Contractor shall include all Contractor-paid taxes in the unit bid prices or
other contract amounts. In some cases, however, state retail sales tax will not be
included. Section 1-07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor
has obtained from the Washington State Department of Revenue a certificate
showing that all contract-related taxes have been paid (RCW 60.28.050). The
Contracting Agency may deduct from its payments to the Contractor any amount
the Contractor may owe the Washington State Department of Revenue, whether
the amount owed relates to this contract or not. Any amount so deducted will be
paid into the proper state fund.
1-07.2(2) State Sales Tax – Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as part of the street or road drainage system, and power lines when
such are part of the roadway lighting system. For Work performed in such cases,
the Contractor shall include Washington State Retail Sales Taxes in the various
unit bid item prices, or other contract amounts, including those that the Contractor
pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the Work.
1-07.2(3) State Sales Tax – Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing
of new or existing buildings, or other structures, upon real property. This
includes, but is not limited to; the construction of streets, roads, highways, etc.,
owned by the state of Washington; water mains and their appurtenances; sanitary
sewers and sewage disposal systems unless such sewers and disposal systems
are within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-39
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(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for
professional or other services (as defined in Washington State Department of Revenue Rules 138 and
244).
1-07.4 SANITATION
1-07.4(2) Health Hazards
Section 1-07.4(2) is supplemented with the following:
(******)
1-07.4(2)A COVID-19 Health and Safety Plan (CHSP)
The Contractor shall prepare a project specific COVID-19 Health and Safety Plan
(CHSP). The CHSP shall be prepared and submitted as a Type 2 Working
Drawing prior to beginning physical Work.
The Contractor shall update and resubmit the CHSP as the work progresses and
new activities appear on the look ahead schedule required under Section 1-
08.3(2)D. If the conditions change on the project, or a particular activity, the
Contractor shall update and resubmit the CHSP. Work on any activity shall cease
if conditions prevent full compliance with the CHSP.
The CHSP shall address the health and safety of all people associated with the
project including Contracting Agency workers in the field, Contractor personnel,
consultants, project staff, subcontractors, suppliers and anyone on the project
site, staging areas, or yards. The plan shall address all elements of the
Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site
Requirements.
1-07.4(2)B COVID-19 Health and Safety Plan (CHSP) Inspection
The Contractor shall grant full and unrestricted access to the Contracting Agency
for CHSP Inspections. The Contracting Agency will conduct periodic compliance
inspections on the project site, staging areas, or yards to verify that any ongoing
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-40
work activity is following the CHSP plan. If the Contracting Agency becomes
aware of a noncompliance incident either through a site inspection or other
means, the Contractor will be notified immediately. The Contractor shall
immediately remedy the noncompliance incident or suspend all or part of the
associated work activity. If a suspension is necessary the Contractor shall satisfy
the Contracting Agency that the noncompliance incident has been corrected
before the suspension will end.
1-07.4(2)C Payment
“COVID-19 Health and Safety Plan (CHSP)”, lump sum.
The lump sum Contract price for “COVID-19 Health and Safety Plan (CHSP)”
shall be full pay for all costs, including but not limited to, preparing, submitting,
revising, and resubmitting revisions for the plan.
“COVID-19 Added Measures (Without Overhead & Profit)”, by force account.
Payment will include the direct costs for the added health and safety measures
necessitated by the plan, including additional materials and PPE. No overhead or
profit will be included. To provide a common Proposal for all Bidders, the
Contracting Agency has entered an amount in the Proposal to become a part of
the Contractor’s total Bid.
Should reporting as required by the Governor’s requirements be necessary, all
direct labor associated with said reporting shall be paid for as force account.
Any loss of production associated with implementation of the plan, or as
precipitated by the Governor’s Phase 1 Construction Restart COVID-19 Job Site
Requirements, shall be included and accounted for when developing the Bid
package.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
(******)
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-41
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.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
(******)
The Contractor must submit weekly-certified payrolls for the Contractor and all
subcontractors and lower tier subcontractors, regardless of project’s funding
source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is a new Section:
(******)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and
submit a copy of the “City of Renton Fair Practices Policy Affidavit of
Compliance”. A copy of this document will be bound in the bid documents.
1-07.12 Federal Agency Inspection
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-42
copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
1-07.13 Contractor’s Responsibility for Work
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
(******)
During unfavorable weather and other conditions, the Contractor shall pursue
only such portions of the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist, unless
the Contractor shall be able to overcome said unfavorable conditions by special
means or precautions acceptable to the Engineer.
1-07.15 Temporary Water Pollution Prevention
Delete this section in its entirety and replace with the following:
(******)
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 Stormwater Pollution Prevention Plan (SWPPP).
The TWPECP and SWPPP shall be developed in accordance with the erosion
control standards contained in the Current City of Renton Surface Water Design
Manual. The plan shall include any assumptions, detailed calculations, sketches
and sequencing,. The plan shall be signed and stamped by a Washington State
Professional Engineer. A TESC supervisor shall be designated by the Contractor,
whose name and phone number shall be given to the Engineer at the
Preconstruction Conference. The TESC supervisor must be a CESCL certified in
accordance with NPDES permit requirements.
The plan shall be submitted for approval to the City within 10 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-43
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 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 the 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 locations
hall 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
sediment control facilities. Indicate locations and outlets of dewatering
systems.
6.The boundaries of the clearing limits, sensitive areas and their buffers, and
areas of vegetation preservation and tree retention.
The Contractor shall also prepare a final SWPPP. The SWPPP must meet the
requirements of the Department of Ecology’s NPDES and State Waste Discharge
General Permit for Stormwater Discharges Associated with Construction Activity
(General Permit). The SWPPP shall include and modify as necessary the Site
Preparation and Erosion Control Plan drawings provided as part of the Contract
Plans. The Contractor shall prepare, review, and modify the SWPPP as
necessary to be consistent with the actual work schedule, sequencing, and
construction methods that will be used on the project. The Contractor’s SWPPP
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-44
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-45
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer’s review and approval.
An Ecology template is available to the Contractor for producing the SWPPP,
using project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction.
The Engineer’s review and any resulting approval of the Contractor’s SWPPP and
TESCP will be only regarding conformance with the specification requirement that
the Contractor have the plans prepared by a CPESC or professional Civil
Engineer who has expertise in the type of facilities and that the SWPPP and
TESCP include the items specified for such plans. The Contractor shall be solely
responsible for the adequacy of the SWPPP and TESCP and if erosion sediment,
and other pollutant control measures in deviation or addition to those described in
the SWPPP become necessary to minimize erosion and prevent storm water
contamination from sediment and other pollutants, the Contractor shall prepare
and submit a revised SWPPPP to the Engineer for review as specified for the
original plan.
The Owner will not be liable to the Contractor for failure to accept all or any
portion of an originally submitted or revised SWPPP, nor for any delays to the
Work due to the Contractor’s failure to submit and implement an acceptable
SWPPP.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented with the following:
(******)
The Contracting Agency will obtain all easements and franchises required for the
project. The Contractor shall limit his operation to the areas obtained and shall
not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection
with the Work under the Contract together with the right of access to such lands.
The Contractor shall not unreasonably encumber the premises with his
equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any
additional land and access thereto not shown or described that may be required
for temporary construction facilities or storage of materials. 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-46
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 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-47
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 or
can be found on the City’s website at:
https://edocs.rentonwa.gov/Documents/ElectronicFile.aspx?docid=1074326&d
bid=0&repo=CityofRenton.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented with the following:
(******)
Existing utilities indicated in the Plans have been plotted from the best information
available to the Engineer. Information and data shown or indicated in the Contract
Documents with respect to existing underground utilities or services at or
contiguous to the project site are based on information and data furnished to the
Owner and the Engineer by owners of such underground facilities or others, and
the Owner and the Engineer do not assume 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 check with the utility companies concerning any possible
conflict prior to commencing excavation in any area. The Contractor shall resolve
all crossing and clearance problems with the utility company concerned. No
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-48
excavation shall begin until all known facilities, in the vicinity of the excavation
area, have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work,
the Contractor shall have all utilities field marked after they are relocated in
conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any
excavations for utility potholing or for any other purpose under this Contract, the
Contractor shall notify the Underground Utilities Location Center by telephone of
the planned excavation and progress schedule. The Contractor is also warned
that there may be utilities on the project that are not part of the One Call system.
They must be contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective
utility owners to have a representative present when their utility is exposed or
modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities
shall be adjusted or relocated by the appropriate utility company unless otherwise
noted in the Plans. These adjustments may be completed before the Contractor
begins Work, or may be performed in conjunction with the Contract Work. The
Contractor shall be entirely responsible for coordination with the utility 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. 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-49
Specifications and Special Provisions, and elsewhere in the Contract Documents.
1-07.17(3) Site Specific Potholing
Section 1-07.17(3) is a new section:
(******)
Site Specific Potholing is intended to be additional potholing as directed by the
Engineer, which is in addition to potholing included as incidental for utility
installation. 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 locate. Where multiple utilities exist in close proximity, the
Contractor shall be paid for one locate for every 5 feet of exploration trench. The
quantity for this item is included to provide a common proposal for bid purposes.
The actual quantity used in construction may vary from that amount. The unit
price will not be adjusted if the actual quantity used varies by more than 25
percent.
The contractor shall perform this potholing a minimum of five 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 three 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
Section 1-07.17(4) is a new section:
(******)
Whenever, in the course of the construction operation, it becomes neces¬sary 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.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-50
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.
1-07.17(5) Resolution of Utility Conflicts
Section 1-07.17(5) is a new section:
(******)
In no way shall the work described under Resolution of Utility Conflicts relieve
Contractor of any of the responsibilities described in Section 1-07.17 of the
Standard Specifications and Special Provisions, and elsewhere in the Contract
Documents. If or when utility conflicts occur, Contractor shall continue the
construction process on other aspects of the project whenever possible.
If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it
shall be used to resolve any new identified utility conflicts not otherwise shown on
the Contract Drawing or Specifications that are identified during the course of
construction.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 Delete this section in its entirety and replace 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-51
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.
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-52
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.
F. Pollution Liability - the City may require this coverage whenever work under
this Contract involves pollution risk to the environment. 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-53
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*$2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
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)
**Amount may vary based on project risk
Automobile Liability
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-54
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim $1,000,000
Aggregate $2,000,000
Pollution Liability (If required) to apply on a per project
basis
Per Loss $1,000,000
Aggregate $1,000,000
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:
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".
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-55
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
Section 1-07.22 is supplemented with 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.
Explosives shall be handled and used in strict compliance with WAC 296-52 and
such local laws, rules and regulations that may apply. The individual in charge of
the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as
are necessary in conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is revised and supplemented with the following:
(******)
Revise the second paragraph to read:
(******)
To disrupt public traffic as little as possible, the Contractor shall permit traffic to
pass through the Work with the least possible inconvenience or delay. The
Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths
within the project limits, keeping them open, and in good, clean, safe condition at
all times. Accessibility to existing or temporary pedestrian push buttons shall not
be impaired. Deficiencies caused by the Contractor’s operations shall be repaired
at the Contractor’s expense. Deficiencies not caused by the Contractor’s
operations shall be repaired by the Contractor when directed by the Engineer, at
the Contracting Agency’s expense. The Contractor shall also maintain roads,
streets, sidewalks, driveways, and paths adjacent to the project limits when
affected by the Contractor’s operations. Snow and ice control will be performed
by the Contracting Agency on all projects. Cleanup of snow and ice control
debris will be at the Contracting Agency’s expense. The Contractor shall perform
the following:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-56
1. Remove or repair any condition resulting from the Work that might impede
traffic or create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the
Work proceeds. (The Contracting Agency will continue the route maintenance
on such system.)
3. Maintain the striping on the roadway at the Contracting Agency’s expense.
The Contractor shall be responsible for scheduling when to renew striping,
subject to the approval of the Engineer. When the scope of the project does
not require Work on the roadway, the Contracting Agency will be responsible
for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency’s expense, except those damaged due to the Contractor’s operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of
existing drainage structures will be at the Contracting Agency’s expense when
approved by the Engineer, except when flow is impaired due to the
Contractor’s operations.
Section 1-07.23(1) is supplemented with 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.
At least one-way traffic shall be maintained on all cross-streets within the project
limits during working hours. One lane shall be provided in each direction for all
streets during non-working hours.
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-57
of construction. This restriction shall not apply to the paving portion of the
construction process.
The Contractor shall notify and coordinate with all property owners and tenants of
street closures, or other restrictions which may interfere with their access at least
24 hours in advance for single-family residential property, and at least 48 hours in
advance for apartments, offices, and commercial property. The Contractor shall
give a copy of all notices to the Engineer.
When the abutting owners’ access across the right-of-way line is to be eliminated
and replaced under the Contract by other access, the existing access shall not be
closed until the replacement access facility is available.
All unattended excavations shall be properly barricaded and covered at all times.
The Contractor shall not open any trenches that cannot be completed and refilled
that same day. Trenches shall be patched or covered by a temporary steel plate,
at the Contractor’s expense, except in areas where the roadway remains closed
to public traffic. Steel plates must be anchored.
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
(******)
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open
to traffic, and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the
roadway, bridge, sidewalk, driveway, or path during construction,
2. Detour crossings of intersecting highways, and
3. Temporary approaches.
1-07.24 Rights-of-Way
Delete this section in its entirety, and replace it with the following:
(******)
Street right-of-way lines, limits of easements, and limits of construction permits
are indicated on the Drawings. The Contractor’s construction activities shall be
confined within these limits unless arrangements for use of private property are
made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all
rights-of-way and easements, both permanent and temporary, necessary for
carrying out the completion of the Work. Exceptions to this are noted in the
Contract Documents or brought to the Contractor’s attention by a duly issued
addendum.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-58
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 are
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 on the Drawings. The Contractor shall not
proceed with any portion of the Work in areas where right-of-way, easements, or
rights-of-entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right-of-entry
had 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 of 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
Contactor. 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 of
the Contracting Agency, any additional land and access thereto that the
Contractor may desire for temporary construction facilities, storage of materials,
or other Contractor needs. However, before using any private property, whether
adjoining the Work or not, the Contractor shall file with the Engineer a written
permission of the private property owner, and, upon vacating the premises, a
written release from the property owner of each property disturbed or otherwise
interfered with by reasons of construction pursued under this Contract. The
statement shall be signed by the private property owner, or proper authority
acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained
or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number,
address and date of signature. Written releases must be filed with the Engineer
before the Completion Date will be established.
1-07.28 Confined Space Entry
Section 1-07.28 is a new section:
(******)
The Contractor shall:
1. Review and be familiar with the City’s Public Works Confined Space Entry
Program.
2. Review documented information about the City confined spaces in which
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-59
entry is intended as listed and described in the City’s Attribute and Map
Book. This information includes identified hazards for each permit-
required confined space.
3. Each contractor shall have their own confined space entry program. Upon
request of the City they will provide a statement confirming they are in
compliance with their confined space entry program including
requirements for confined space training for employees associated with
the project in Renton.
4. Be responsible for following all confined space requirements established
by the provisions in WAC 296-809 and its chapters.
5. Coordinate entry operations with the City of Renton when employees from
the contractor will be working in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program
followed during confined space entry.
7. Debrief the City on any hazards confronted or created at the completion of
entry operations.
8. Place signs stating, “Danger, Follow Confined Space Entry Procedure
before Entering” at each confined space to be entered. Never leave the
confined space open and unattended.
The contractor’s or consultant’s point of contact with the City in regard to confined
space entry will be the City’s assigned construction inspector.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-60
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
Shoring Plans (per section 1-0914(2)(B), if applicable
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings – schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-61
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 5:00 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 a Contractor desires to perform Work before 7:00 a.m. or after 5:00 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.
an 5:00 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-62
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during
weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or
holidays may also be subject to noise control requirements. Approval to continue
Work during these hours 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 Saturdays, Sundays, holidays or other than the agreed upon
normal straight time working hours Monday through Friday may be given subject
to certain other conditions set forth by the Contracting Agency or the Engineer.
These conditions may include but are not limited to: requiring the Engineer or
such assistants as the Engineer may deem necessary to be present during the
Work; requiring the Contractor to reimburse the Contracting Agency for the cost
of engineering salaries paid Contracting Agency employees who worked during
such times; considering the Work performed on Saturdays, Sundays, and
holidays as working days with regards to the Contract Time; and considering
multiple Work shifts as multiple working days with respect to Contract Time even
though the multiple shifts occur in a single 24-hour period. Assistants may
include, but are not limited to, survey crews; personnel from the material testing
labs; inspectors; and other Contracting Agency employees when in the opinion of
the Engineer such Work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
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
Section 1-08.1 is revised and supplemented as follows:
(******)
Revise the second paragraph to read:
(******)
The Contractor shall not subcontract Work unless the Engineer approves in
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-63
writing. Each request to subcontract shall be on the form the Engineer provides.
If the Engineer requests, the Contractor shall provide proof that subcontractor has
the experience, ability, and equipment the Work requires. The Contractor shall
require each subcontractor to comply with Section 1-07.9 and to furnish all
certificates and statements required by the Contract. The Contractor shall require
each subcontractor of every tier to meet the responsibility criteria stated in RCW
39.06, and shall include these requirements in every subcontract of every tier.
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.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is deleted and replaced as follows:
(******)
The Contractor shall not assign any moneys due or to become due to the
Contractor hereunder without the prior written consent of the Owner. The
assignment, if approved, shall be subject to all setoffs, withholdings, and
deductions required by law and the Contract.
1-08.3 Progress Schedule
1-08.3(1) General Requirements
Section 1-08.3(1) Delete this sub-section in its entirety and replace as follows:
(******)
The progress schedule for the entire project shall be submitted 7 calendar days
prior to the Preconstruction Conference. The schedule shall be prepared using
the critical path method (CPM), preferably using Microsoft Project or equivalent
software. The schedule shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-64
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-65
Contractor, the proposed construction schedule cannot be met, the Engineer will
require the Contractor to submit a revised schedule to the Engineer for
acceptance. The approved revisions will thereafter, in all respects, apply in lieu of
the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted,
including revisions thereof, shall relieve the Owner of any and all responsibility for
furnishing and making available all or any portion of the job site, and will relieve
the Owner of any responsibility for delays to the Contractor in the performance of
the Work.
The cost of preparing the progress schedule, any supplementary progress
schedules, and weekly schedules shall be considered incidental to the Contract
and no other compensation shall be made.
1-08.4 Prosecution of the Work
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. Work on site shall not
commence until the Contracting Agency has received the Contractor’s COVID-19
Health and Safety Plan (CHSP). The Contractor shall commence construction
activities on the project site within ten days of the Notice to Proceed Date, unless
otherwise approved in writing. The Contractor shall diligently pursue the work to
the physical completion date within the time specified in the contract. Voluntary
shutdown or slowing of operations by the Contractor shall not relieve the
Contractor of the responsibility to complete the work within the time(s) specified in
the contract.
When shown in the Plans, the first order of work shall be the installation of high
visibility fencing to delineate all areas for protection or restoration, as described in
the Contract. Installation of high visibility fencing adjacent to the roadway shall
occur after the placement of all necessary signs and traffic control devices in
accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall
request the Engineer to inspect the fence. No other work shall be performed on
the site until the Contracting Agency has accepted the installation of high visibility
fencing, as described in the Contract.
Following acceptance of high visibility fencing Contractor shall install fencing to
limit access, COVID-19 sampling and testing stations, and all other onsite control
measures identified in the CHSP and the Governor’s Phase 1 Construction
Restart COVID-19 Job Site Requirements.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-66
1-08.5 Time for Completion
Section 1-08.5 is revised and supplemented as follows:
(******)
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:
New Year’s Day
Martin Luther King Day
Memorial Day
Fourth of July
Labor Day
Veteran’s Day
Thanksgiving Day
the day after Thanksgiving
Christmas Day
Note for holidays that land on a Saturday or Sunday: The day before Christmas
shall be a holiday when Christmas Day occurs on a Tuesday, Wednesday, or
Friday. The day after Christmas shall be a holiday when Christmas Day occurs
on a Monday or Thursday. When Christmas Day occurs on a Saturday, the two
preceding working days shall be observed as holidays. When Christmas day
occurs on a Sunday, the two working days following shall be observed as
holidays. When holidays other than Christmas fall on a Saturday, the preceding
Friday will be counted as a non-working day and when they fall on a Sunday the
following Monday will be counted as a non-working day.
The Contract Time has been established to allow for periods of normal inclement
weather that, from historical records, is to be expected during the Contract Time,
and during which periods, Work is anticipated to be performed. Each successive
working day, beginning with the Notice to Proceed date and ending with the
Physical Completion date, shall be charged to the Contract Time as it occurs
except a day, or part of a day, which is designated a non-working day or an
Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number
of working days charged against the Contract Time for the preceding week; (2)
the Contract Time in working days; (3) the number of working days remaining in
the Contract Time; (4) the number of non-working days; and (5) any partial or
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-67
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 (Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or
Quarterly Report of Amounts Credited as DBE Participation, as
required by the Contract Provisions.
d. FHWA 47 (Federal-aid Projects)
e. Final Contract Voucher Certification
f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the
Contractor and all Subcontractors
g. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented as follows:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-68
(******)
Within 10 calendar days after execution of the Contract by the Contracting
Agency, the Contractor shall provide the Contracting Agency with copies of
purchase orders for all equipment items deemed critical by the Contracting
Agency, including but not limited to signal controller materials, lighting standards,
and signal standards required for the physical completion of the Contract. Such
purchase orders shall disclose the estimated delivery dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall
start and be completed as soon as possible. At that time, the Engineer may
suspend the Work upon request of the Contractor until the critical items are
delivered to the Contractor, if the Contracting Agency received a purchase order
within 10 calendar days after execution of the Contract by the Contracting
Agency.
The Contractor will be entitled to only one such suspension of time during the
performance of the Work and during such suspension shall not perform any
additional Work on the project. Upon delivery of the critical items, contract time
will resume and continue to be charged in accordance with Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
(******)
Owner may at any time suspend the Work, or any part thereof, by giving notice to
the Contractor in writing. The Work shall be resumed by the Contractor within 14
calendar days after the date fixed in the written notice from the Owner to the
Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written
order of the Owner.
If it has been determined that the Contractor is entitled to an extension of time,
the amount of such extension shall be only to compensate for direct delays, and
shall be based upon the Contractor's diligently pursuing the Work at a rate not
less than that which would have been necessary to complete the original Contract
Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
(******)
At no expense to the Contracting Agency, the Contractor shall provide through
the construction area a safe, smooth, and unobstructed roadway, sidewalk,
driveway, and path for public use during suspension (as required in Section 1-
07.23 or the Special Provisions). This may include a temporary road or detour.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-69
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
(******)
In addition, the Contractor shall compensate the Owner for actual engineering
inspection and supervision costs and any other expenses and legal fees incurred
by the Owner as a result of such delay. Such labor costs will be billed to the
Contractor at actual costs, including administrative overhead costs.
In the event that the Owner is required to commence any lawsuit in order to
enforce any provision of this Contract or to seek redress for any breach thereof,
the Owner shall be entitled to recover its costs, including reasonable attorney’s
fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
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
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-70
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-71
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.
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
Section 1-09.3 is supplemented by adding the following:
(******)
The bid items listed in Section 1-09.14 will be the only items for which
compensation will be made for the Work described in each section of the
Standard Specifications when the Contractor performs the specified Work.
Should a bid item be listed in a “Payment” clause but not in the Proposal Form,
and Work for that item is performed by the Contractor and the Work is not stated
as included in or incidental to a pay item in the Contract and is not Work that
would be required to complete the intent of the Contract per Section 1-04.1, then
payment for that Work will be made as for Extra Work pursuant to a Change
Order.
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-72
the Proposal Form requires that said unit bid item price cover and be considered
compensation for certain Work or material essential to the item, then the Work or
material will not be measured or paid for under any other unit bid item which may
appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to
singular form.
Payment for bid items listed or referenced in the “Payment” clause of any
particular section of the Specifications shall be considered as including all of the
Work required, specified, or described in that particular section. Payment items
will generally be listed generically in the Specifications, and specifically in the bid
form. When items are to be “furnished” under one payment item and “installed”
under another payment item, such items shall be furnished FOB project site, or, if
specified in the Special Provisions, delivered to a designated site. Materials to be
“furnished,” or “furnished and installed” under these conditions, shall be the
responsibility of the Contractor with regard to storage until such items are
incorporated into the Work or, if such items are not to be incorporated into the
Work, delivered to the applicable Contracting Agency storage site when provided
for in the Specifications. Payment for material “furnished,” but not yet
incorporated into the Work, may be made on monthly estimates to the extent
allowed.
1 09.6 Force Account
Section 1-09.6 is supplemented as follows:
(******)
Owner 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 the Contractor’s total bid. However,
the Owner does not warrant expressly or by implication that the actual amount of
Work will correspond with those estimates. Payment will be made on the basis of
the amount of Work actually authorized by the Engineer.
1 09.7 Mobilization
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.
This item shall also include providing the Engineer and the Inspectors with access
to telephone, facsimile machine, and copy machine during all hours the
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-73
Contractor is working on the jobsite; and a table and chair for their use when
needed.
Payment will be made for the following bid item(s):
“Mobilization & Demobilization,” Lump Sum.
1-09.9 Payments
Section 1-09.9 is revised supplemented as follows:
(******)
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.
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-74
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
Section 1-09.9(1) is supplemented as follows:
(******)
The retained amount shall be released as stated in the Standard Specifications if
no claims have been filed against such funds as provided by law, and if the
Owner has no unsatisfied claims against the Contractor. In the event claims are
filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to
satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold
such amount as is required to satisfy any claims by the Owner against the
Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become
due until the Contractor, if requested, delivers to the Owner a complete release of
all liens arising out of this Contract, or receipts in full in lieu thereof, and, if
required in either case, an affidavit that so far as the Contractor has knowledge or
information, the release and receipts include all labor and materials for which a
lien could be filed: but the Contractor may, if any subcontractor refuses to furnish
a release or receipt in full, furnish a bond satisfactorily to the Engineer to
indemnify the Owner against the lien. If any lien remains unsatisfied after all
payments are made, the Contractor shall reimburse to the Owner all monies that
the latter may be compelled to pay in discharging such lien, including all costs
and reasonable engineer's and attorney's fees.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-75
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts
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 1-08.1(4).
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-76
c. Failure of the Contractor to correct defective or unauthorized Work
(Section 1-05.7).
d. Failure of the Contractor to furnish a Manufacture’s Certificate of
Compliance in lieu of material testing and inspection as required by
Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage
forms, or correct underpayment to employees of the Contractor or
subcontractor of any tier as required by Section 1-07.9.
f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title
51 RCW) as required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a
progress schedule per Section 1-08.3.
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
Section 1-09.9(3) 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 excepted in
writing by the Contractor;
2. For all things done or furnished in connection with the Work;
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-77
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the
Contractor or the Contractor’s Surety from any obligation required under the
terms of the Contract Documents or the Contract Bond; nor shall such payment
constitute a waiver of the Contracting Agency’s ability to investigate and act upon
findings of non-compliance with the WMBE requirements of the Contract; nor
shall such payment preclude the Contracting Agency from recovering damages,
setting penalties, or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall
submit an affidavit, on the form provided by the Engineer, of amounts paid to
certified disadvantaged (DB), minority (MBE) or women business enterprises
(WBE) participating in the Work. Such affidavit shall certify the amounts paid to
the DB, MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and
furnish the Contracting Agency an affidavit certifying that the Contractor has not
extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of
these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress
Estimate or any other documents required for the final acceptance of the
Contract, the Contracting Agency reserves the right to establish a completion
date and unilaterally accept the Contract. Unilateral acceptance will occur only
after the Contractor has been provided the opportunity, by written request from
the Engineer, to voluntarily submit such documents. If voluntary compliance is not
achieved, formal notification of the impending unilateral acceptance will be
provided by certified letter from the Engineer to the Contractor that will provide 30
calendar days for the Contractor to submit the necessary documents. The 30-
calendar day deadline shall begin on the date of the postmark of the certified
letter from the Engineer requesting the necessary documents. This reservation by
the Contracting Agency to unilaterally accept the Contract will apply to contracts
that are completed in accordance with Section 1-08.5 for contracts that are
terminated in accordance with Section 1-08.10. Unilateral acceptance of the
Contract by the Contracting Agency does not in any way relieve the Contractor of
the provisions under contract or of the responsibility to comply with all laws,
ordinances, and federal, state, and local regulations that affect the Contract. The
date the Contracting Agency unilaterally signs the Final Progress Estimate
constitutes the final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims
Paragraph 5 is revised as follows:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-78
(******)
Failure to submit with the Final Application for Payment such information and
details as described in this section for any claim shall operate as a waiver of the
claims by the Contractor as provided in Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
(******)
…such claims or causes of action shall be brought in the Superior Court of the
county where the Work is performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims $250,000 or Less
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 Administration of Arbitration
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 are located. 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 Pursue Arbitration
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;
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-79
3. Is arbitrary and/or is not based upon the applicable facts and the law
controlling the issues submitted to arbitration. The board of arbitrators
shall support its decision by setting forth in writing their findings and
conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor
unless it is the board's majority opinion that the Contractor's filing of the protest or
action is capricious or without reasonable foundation. In the latter case, all costs
shall be borne by the Contractor.
1-09.14 Payment Schedule
Section 1-09.14 is a new section:
(******)
1-09.14(1) General
Measurement and Payment Schedule for Bid Items in This Project Proposal
1-09.14(2) Scope
A. Payment for the various items of the bid sheets, as further specified
herein, shall include all compensation to be received by the Contractor for
furnishing all tools, equipment, supplies, and manufactured articles, and
for all labor, operations, and incidentals appurtenant to the items of Work
being described, as necessary to complete the various items of the Work
all in accordance with the requirements of the Contract Documents,
including all appurtenances thereto, and including all costs of compliance
with the regulations of public agencies having jurisdiction, including Safety
and Health Administration of the U.S. Department of Labor (OSHA). No
separate payment will be made for any item that is not specifically set forth
in the Bid Schedules, and all costs therefore shall be included in the prices
named in the Bid Schedules for the various appurtenant items of Work
described in these Special Provisions and shown on the Plans.
B. The Owner shall not pay for material quantities, which exceed the actual
measured amount used and approved by the Engineer.
C. It is the intention of these specifications that 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 in the proposal but required in the
Plans, Specifications, and general construction practice, shall be included
in the bid price. No separate payment will be made for these incidental
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-80
items.
1-09.14(3) Bid Items
See Technical Specifications Division 18 (Measurement and Payment) for Bid
Items.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1(2) Description
Section 1-10.1(2) is revised and supplemented by adding the following:
(******)
Revise the first paragraph to read:
(******)
The Contractor shall provide flaggers, signs, and other traffic control devices not
otherwise specified as being furnished by the Contracting Agency. The
Contractor shall erect and maintain all construction signs, warning signs, detour
signs, and other traffic control devices necessary to warn and protect the public at
all times from injury or damage as a result of the Contractor’s operations which
may occur on highways, roads, streets, sidewalks, or paths. No Work shall be
done on or adjacent to any traveled way until all necessary signs and traffic
control devices are in place.
Section 1-10.1(2) is supplemented by adding the following:
(******)
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 signage, 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-81
6. Removing existing signs as specified or as directed by the Engineer and
delivering to the City Shops, or storing and reinstalling as directed by the
Engineer.
7. Preparing a traffic control plan for the project and designating the person
responsible for traffic control at the Work site. The traffic control plan shall
include descriptions of the traffic control methods and devices to be used
by the prime Contractor, and subcontractors, shall be submitted at or
before the preconstruction conference, and shall be subject to review and
approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in
advance of any Work that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during
peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or
as specified in the special provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods
when they are not needed.
If 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. Additional
items required as a result of the Contractor’s modification to the traffic control
plan(s) appearing in the Contract shall not be covered by the provisions in this
paragraph.
If the total cost of all the Work under the Contract increases or decreases by
more than 25 percent, an equitable adjustment will be considered for the item
“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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-82
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
Paragraphs 1 and 2 are deleted in their entirety and replaced as follows:
(******)
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control
labor is required or as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the
duration of the Contract. During non-Work periods, the TCS shall be able to be
on the job site within a 45-minute time period after notification by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
(******)
The Contractor shall be responsible for assuring that traffic control is installed and
maintained in conformance to established standards. The Contractor shall
continuously evaluate the operation of the traffic control plan and take prompt
action to correct any problems that become evident during operation.
1-10.3 Traffic Control Labor, Procedures, and Devices
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.
1-10.3(3)A Construction Signs
Section 1-10.3(3)A paragraph 3 is supplemented as follows:
(******)
No separate pay item will be provided in the bid proposal for Class A or Class B
construction signs. All costs for the Work to provide Class A or Class B
construction signs shall be included in the unit contract price for the various other
items of the Work in the bid proposal.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-83
1-10.4 Measurement
Section 1-10.4 is deleted in its entirety and 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
Section 1-10.5 is deleted in its entirety and 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
The following is a new section with new subsections:
(******)
1-11.1 General Requirements
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-84
requirements of WAC 332-130-060. The control base lines for all surveys shall
meet or exceed the requirements for a Class A survey revealed in Table 2 of the
Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys
jointly established and adopted by ALTA and ACSM in 1992 or comparable
classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the
face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global
positioning system methodology shall exhibit at least 1 part in 50,000 precision in
line length dependent error analysis at a 95 percent confidence level and
performed pursuant to Federal Geodetic Control Subcommittee Standards for
GPS control surveys as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated August 1,
1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North
American Vertical Datum of 1988, and tied to at least one of the City of Renton
Survey Control Network benchmarks. If there are two such benchmarks within
3000 feet of the project site a tie to both shall be made. The benchmark(s) used
will be shown on the drawing. If a City of Renton benchmark does not exist within
3000 feet of a project, one must be set on or near the project in a permanent
manner that will remain intact throughout the duration of the project. Source of
elevations (benchmark) will be shown on the drawing, as well as a description of
any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling
monuments used and the subdivision of the applicable quarter section.
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-85
348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided
by the City or the original field notebook(s) used by the Surveyor will be given to
the City. For all other Work, Surveyors will provide a copy of the notes to the City
upon request. In those cases where an electronic data collector is used, a hard
copy print out in ASCII text format will accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines.
A monument is usually set at such points to physically reference a corner's
location on the ground.
Monument: Any physical object or structure of record, which marks or accurately
references:
A corner or other survey point established by or under the supervision of
an individual per Section 1-11.1(1) and any corner or monument
established by the General Land Office and its successor the Bureau of
Land Management including section subdivision corners down to and
including one-sixteenth corners; and
Any permanently monumented boundary, right-of-way alignment, or
horizontal and vertical control points established by any governmental
agency or private surveyor including street intersections but excluding
dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that
will create permanent structures such as roads, sidewalks, bridges, utility lines or
appurtenances, signal or light poles, or any non-single family building. Control or
Base Line Surveys shall consist of such number of permanent monuments as are
required such that every structure may be observed for staking or "as-builting"
while occupying one such monument and sighting another such monument. A
minimum of two of these permanent monuments shall be existing monuments,
recognized and on record with the City of Renton. The Control or Base Line
Survey shall occupy each monument in turn, and shall satisfy all applicable
requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an
appropriate scale. North orientation should be clearly presented and the scale
shown graphically as well as noted. The drawing must be of such quality that a
reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-86
prepared on 18 inch by 24 inch mylar and will comply with all provisions of
Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to
the City of Renton and, upon their review and acceptance per the specific
requirements of the project, the original will be recorded with the King County
Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34
inch mylar, and the original or a photographic mylar thereof will be submitted to
the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050
and shall conform to the City of Renton's Drafting Standards. American Public
Works Association symbols shall be used whenever possible, and a legend shall
identify all symbols used if each point marked by a symbol is not described at
each use.
An electronic listing of all principal points shown on the drawing shall be
submitted with each drawing. The listing should include the point number
designation (corresponding with that in the field notes), a brief description of the
point, and northing, easting, and elevation (if applicable) values, all in ASCII
format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable
requirements of Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the
standards, Specifications and procedures of third order elevation accuracy
established by the Federal Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions
of benchmarks must be complete to insure both recoverability and positive
identification on recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1
herein.
All points occupied or back sighted in developing radial topography or
establishing baselines for station-offset topography shall meet the requirements
of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein
shall be observed for all topographic surveys.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-87
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey
shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1
feet or Federal Geodetic Control Committee third order elevation accuracy
Specifications, OR 2) trigonometric leveling with elevation differences determined
in at least two directions for each point and with misclosure of the circuit not to
exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit
leveling and shall satisfy Federal Geodetic Control Committee Specifications as
to the turn points and shall not exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of
Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and
Property, must be located both horizontally and vertically by a Radial survey or by
a Station offset survey. The "as-built" survey must be based on the same base
line or control survey used for the construction staking survey for the
improvements being "as-built". The "as-built" survey for all subsurface
improvements should occur prior to backfilling. Close cooperation between the
installing Contractor and the "as-builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein,
and shall be based upon control or base line surveys made in conformance with
these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4)
herein, and submitted with stamped and signed "as-built" drawings which includes
a statement certifying the accuracy of the "as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6)
herein shall be observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on
a plat or other recorded survey shall be referenced by a permanent marker at the
corner point per 1-11.2(1). In situations where such markers are impractical or in
danger of being destroyed, e.g., the front corners of lots, a witness marker shall
be set. In most cases, this will be the extension of the lot line to a tack in lead in
the curb. The relationship between the witness monuments and their respective
corners shall be shown or described on the face of the plat or survey of record,
e.g., “Tacks in lead on the extension of the lot side lines have been set in the
curbs on the extension of said line with the curb." In all other cases the corner
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 1-88
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 Plan H031.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-1
DIVISION 2
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
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
Section 2-01.2 is supplemented as follows:
(******)
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
(******)
The lump sum price for “Clearing and Grubbing” shall be full compensation for all Work
described herein and shown in the Plans, including removing trees and shrubbery where
shown in the Plans and directed by the Engineer.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-2
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is revised and supplemented as follows:
(******)
Item “1” is deleted and replaced as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul
broken-up pieces to some off-project site.
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 mix asphalt
concrete patch shall be required. Temporary patching shall be placed to a minimum
depth of 2 inches immediately after backfilling and compaction are complete, and before
the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion
of the Engineer.
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
(******)
Sawcutting existing cement and asphalt concrete pavements shall be measured by the
linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured
for separate payment, but shall be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
(******)
"Saw Cutting", per lineal foot.
"Remove Sidewalk", per square yard.
"Remove Curb and Gutter", per lineal foot.
"Cold Mix", per ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing ___________," per ___________.
All costs related to the removal and disposal of structures and obstructions including saw
cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to
and included in other items unless designated as specific bid items in the proposal. If
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-3
pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as
separate pay items, their removal will be paid for as part of the quantity removed in
excavation. If they are mentioned as a separate item in the proposal, they will be
measured and paid for as provided under Section 2-02.5 and will not be included in the
quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
(******)
Roadway excavation shall include the removal of all materials excavated from within the
limits shown on the Plans. Suitable excavated material shall be used for embankments,
while surplus excavated material or unsuitable material shall be disposed of by the
Contractor.
Earthwork quantities and changes will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area method. Any
changes to the proposed Work as directed by the Engineer that would alter these
quantities shall be calculated by the Engineer and submitted to the Contractor for his
review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered
by the Engineer, shall not be paid for. All Work and material required to return these
areas to their original conditions, as directed by the Engineer, shall be provided by the
Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the
grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during
the placement and the compaction of the final layer. In cut sections, fine grading shall
begin within the final six (6) inches of cut. Final grading shall produce a surface, which is
smooth and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
sections, grades and elevations shown. Care shall be taken not to excavate below the
specified grades. The Contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the
Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base
course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose
areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free
from standing water.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-4
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.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
(******)
At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable
foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck
in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets
for each load removed. Each ticket shall have the truck number, time and date, and be
approved by the Engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows:
(******)
Payment for embankment compaction will not be made as a separate item. All costs for
embankment compaction shall be included in other bid items involved. Payment will be
made for the following bid items when they are included in the proposal:
“Roadway Excavation Including Haul,” per cubic yard
“Removal and Replacement of Unsuitable Foundation Material,” per ton
“Gravel Borrow Including Haul,” per ton
“Roadway Excavation Including Haul” shall be considered incidental and part of the bid
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-5
item(s) provided for the installation of the utility mains and appurtenances. When the
Engineer orders excavation below subgrade, then payment will be in accordance with the
item “Removal and Replacement of Unsuitable Foundation Material”. In this case, all
items of Work other than roadway excavation shall be paid at unit contract prices.
The unit contract price per cubic yard for “Roadway Excavation Including Haul” shall be
full pay for excavating, loading, placing, or otherwise disposing of the material.
The unit contract price per ton for “Removal and Replacement of Unsuitable Foundation
Material” shall be full pay for excavating, loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item. All costs for
embankment compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
(******)
All costs for the hauling of material to, from, or on the job site shall be considered
incidental to and included in the unit price of other units of Work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
(******)
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.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
(******)
This Work also includes the excavation, haul, and disposal of all unsuitable materials
such as peat, muck, swampy or unsuitable materials, including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-6
The second paragraph is deleted and 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 deleted and 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.
2-09.4 Measurement
Section 2-09.4 the 9th paragraph is revised and supplemented as follows:
(******)
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer,
sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place
determined by the neat lines required by the Plans or by the ton as measured in
conformance with Section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
(******)
Payment will be made for the following bid items when they are included in the proposal:
“Structure Excavation Class A”, per cubic yard.
“Structure Excavation Class B”, per cubic yard.
“Structure Excavation Class A Incl. Haul”, per cubic yard.
“Structure Excavation Class B Incl. Haul”, per cubic yard.
Payment for reconstruction of surfacing and paving, within the limits of structure
excavation, will be at the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the
Plans, the unit contract price per cubic yard for “Structure Excavation Class A or B” will
apply. But if the Contractor excavates deeper than the Plans or the Engineer requires,
the Contracting Agency will not pay for material removed from below the required
elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall
replace such material with concrete or other material the Engineer approves. The unit
contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay
for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid
price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul"
are not listed as pay items in the Contract.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 2-7
“Shoring or Extra Excavation Class B”, per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill,
compaction, and other Work required when extra excavation is used in lieu of
constructing shoring. If select backfill material is required for backfilling within the limits of
the structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor’s expense. Any excavation or backfill material being paid by
unit price shall be calculated by the Engineer only for the neat line measurement of the
excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and
the nature of the excavation is such that shoring or extra excavation is required as
determined by the Engineer, then shoring or extra excavation shall be considered
incidental to the Work involved and no further compensation shall be made.
“Gravel Backfill (Kind) for (Type of Excavation)”, per cubic yard or per ton.
“Controlled Density Fill”, per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the
satisfaction of the Engineer that such per ton backfill is only being used for the specified
purpose and not for purposes where backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its designated purpose shall be
grounds for the Engineer to deny payment for such load tickets.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-1
DIVISION 5
5-04 ASPHALT CONCRETE PAVEMENT
Section 5-04 is deleted are replaced with the following:
(******)
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot
mix asphalt (HMA) on a prepared foundation or base in accordance with these
Specifications. 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
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
(As noted in 5-04.3(5)C for crack sealing)
9-03.1(2)
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-2
aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production
of HMA. The RAP may be from pavements removed under the Contract, if any, or
pavement material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of
one sample for every 1,000 tons produced and not less than ten samples per project.
The asphalt content and gradation test data shall be reported to the Contracting Agency
when submitting the mix design for approval on the QPL. The Contractor shall include
the RAP as part of the mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt
binder from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of
HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to
the Engineer for approval the process that is proposed and how it will be used in the
manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of
aggregates from stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined as follows:
Comply with each of the following:
Develop the mix design in accordance with WSDOT SOP 732.
Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6).
Develop a mix design no more than 6 months prior to submitting it for QPL
evaluation.
Submit mix designs to the WSDOT State Materials Laboratory in Tumwater,
including WSDOT Form 350-042.
Include representative samples of the materials that are to be used in the HMA
production as part of the mix design submittal.
Identify the brand, type, and percentage of anti-stripping additive in the mix
design submittal.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-3
Include with the mix design submittal a certification from the asphalt binder
supplier that the anti-stripping additive is compatible with the crude source and
the formulation of asphalt binder proposed for use in the mix design.
Do not include warm mix asphalt (WMA) additives when developing a mix design
or submitting a mix design for QPL evaluation. The use of warm mix asphalt
(WMA) additives is not part of the process for obtaining approval for listing a mix
design on the QPL. Refer to Section 5-04.2(2)B.
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA
in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Project Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will
be excluded from the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor
shall provide one of the following mix design verification certifications for Contracting
Agency review;
The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one
of the mix design verification certifications listed below.
The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & signature) of a valid licensed Washington State
Professional Engineer.
The Mix Design Report for the proposed HMA mix design developed by a
qualified City or County laboratory that is within one year of the approval date.**
The mix design report shall be performed by a lab accredited by a national authority such
as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO:
resource proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-4
Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and
stripping are at the discretion of the Engineer, and 9-03.8(6).
Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti-strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be
based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For
commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the
current WSDOT QPL or from one of the processes allowed by this section. Testing of the
HMA by the Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and
design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature
or serve as a compaction aid for producing HMA. Additives include organic additives,
chemical additives and foaming processes. The use of Additives is subject to the
following:
Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
Before using additives, obtain the Engineer’s approval using WSDOT Form 350-
076 to describe the proposed additive and process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st
through March 31st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are
less than those specified below, or when weather conditions otherwise prevent the
proper handling or finishing of the HMA.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-5
Minimum Surface Temperature for Paving
Compacted Thickness (Feet)Wearing Course Other Courses
Less than 0.10 55◦F 45◦F
0.10 to .20 45◦F 35◦F
More than 0.20 35◦F 35◦F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving
the intersection or paving across the intersection. During such time, and provided that
there has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of the
pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall
also be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-
23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1.Equipment for Preparation of Asphalt Binder – Tanks for the storage of
asphalt binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2.Thermometric Equipment – An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-6
location shall be convenient and safe for access by Inspectors. The plant shall
also be equipped with an approved dial-scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3.Heating of Asphalt Binder – The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
homogeneous state. The asphalt binder shall be heated in a manner that will
avoid local variations in heating. The heating method shall provide a continuous
supply of asphalt binder to the mixer at a uniform average temperature with no
individual variations exceeding 25°F. Also, when a WMA additive is included in
the asphalt binder, the temperature of the asphalt binder shall not exceed the
maximum recommended by the manufacturer of the WMA additive.
4.Sampling and Testing of Mineral Materials – The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the
crushing and screening operation. The Contractor shall provide for the setup and
operation of the field testing facilities of the Contracting Agency as provided for in
Section 3-01.2(2).
5.Sampling HMA – The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without
entering the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect
the HMA.
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-7
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations
and shall effectively produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. A copy of the
manufacturer’s recommendations shall be provided upon request by the Contracting
Agency. Extensions will be allowed provided they produce the same results, including
ride, density, and surface texture as obtained by the primary screed. Extensions without
augers and an internally heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract or directed by the Engineer, reference lines for vertical
control will be required. Lines shall be placed on both outer edges of the Traveled Way of
each Roadway. Horizontal control utilizing the reference line will be permitted. The grade
and slope for intermediate lanes shall be controlled automatically from reference lines or
by means of a mat referencing device and a slope control device. When the finish of the
grade prepared for paving is superior to the established tolerances and when, in the
opinion of the Engineer, further improvement to the line, grade, cross-section, and
smoothness can best be achieved without the use of the reference line, a mat
referencing device may be substituted for the reference line. Substitution of the device
will be subject to the continued approval of the Engineer. A joint matcher may be used
subject to the approval of the Engineer. The reference line may be removed after the
completion of the first course of HMA when approved by the Engineer. Whenever the
Engineer determines that any of these methods are failing to provide the necessary
vertical control, the reference lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may
suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled
on the pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s
approval, unless otherwise required by the contract.
Where an MTD/V is required by the contract, the Engineer may approve paving without
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-8
an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and
prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length
of the windrow may be limited in urban areas or through intersections, at the discretion
of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer’s recommendations. When ordered by the Engineer
for any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer’s recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(1). 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-9
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved
by the Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to
avoid bridging across preleveled areas by the compaction equipment. Equipment used
for the compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All
pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement
grindings, and other foreign matter. All holes and small depressions shall be filled with an
appropriate class of HMA. The surface of the patched area shall be leveled and
compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the
surface shall be approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA
is to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover
the existing pavement with a thin film of residual asphalt free of streaks and bare spots at
a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The spreading
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If
the Contractor’s operation damages the tack coat it shall be repaired prior to placement
of the HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water
to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it
may be applied uniformly at the specified rate of application and shall not exceed the
maximum temperature recommended by the emulsified asphalt manufacturer.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-10
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width
and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry
and warm the pavement surfaces within the crack immediately prior to filling a crack
with the sealant material. Do not overheat pavement. Do not use direct flame dryers.
Routing cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement
surface and allow the mixture to cure. Top off cracks that were not completely filled with
additional sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks
or joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has
fully cured. The requirements of Section 1-06 will not apply to the portland cement and
sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer’s
recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer’s recommended heating time and temperatures, allowable storage time
and temperatures after initial heating, allowable reheating criteria, and application
temperature range. Confine hot poured sealant material within the crack. Clean any
overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the
Contractor’s method of sealing the cracks with hot poured sealant results in an excessive
amount of material on the pavement surface, stop and correct the operation to eliminate
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-11
the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
a. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
b. Cracks greater than 1 inch in width – fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA
in accordance with the details shown in the Plans and as marked in the field. The
Contractor shall conduct the excavation operations in a manner that will protect the
pavement that is to remain. Pavement not designated to be removed that is damaged as
a result of the Contractor’s operations shall be repaired by the Contractor to the
satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall
excavate only within one lane at a time unless approved otherwise by the Engineer. The
Contractor shall not excavate more area than can be completely finished during the
same shift, unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth
of 1.0 feet. The Engineer will make the final determination of the excavation depth
required. The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated materials will become
the property of the Contractor and shall be disposed of in a Contractor-provided site off
the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy
application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a
mechanical tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-12
shall be removed from stockpile(s) in a manner to ensure minimal segregation when
being moved to the HMA plant for processing into the final mixture. Different aggregate
sizes shall be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these
problems, the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with
approval of the Engineer, but in no event shall the HMA be held for more than 24 hours.
HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be
disposed of by the Contractor at no expense to the Contracting Agency. The storage
facility shall have an accessible device located at the top of the cone or about the third
point. The device shall indicate the amount of material in storage. No HMA shall be
accepted from the storage facility when the HMA in storage is below the top of the cone
of the storage facility, except as the storage facility is being emptied at the end of the
working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior
to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into
the mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-13
depth of any layer of any course shall not exceed the following:
HMA Class 1”0.35 feet
HMA Class ¾” and HMA Class ½”
wearing course 0.30 feet
other courses 0.35 feet
HMA Class ⅜”0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, temporary pavement, and pavement repair. Other nonstructural
applications of HMA accepted by commercial evaluation shall be as approved by the
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1.Job Mix Formula Tolerances – The constituents of the mixture at the time of
acceptance shall conform to the following tolerances:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-14
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%
Asphalt Binder +/- 0.5%+/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
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
points, except the tolerance limits for sieves designated as 100 percent passing
will be 99-100.
2.Job Mix Formula Adjustments – An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a.Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″,
⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve,
and 0.5 percent for the aggregate passing the No. 200 sieve. The
adjusted JMF shall be within the range of the control points in Section 9-
03.8(6).
b.Asphalt Binder Content – The Engineer may order or approve changes
to asphalt binder content. The maximum adjustment from the approved
mix design for the asphalt binder content shall be 0.3 percent
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day’s production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-15
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 AASHTO T 168. A minimum of three samples should be taken for
each class of HMA placed on a project. If used in a structural application, at least one of
the three samples shall be tested.
Sampling and testing HMA in a structural application where quantities are less than 400
tons is at the discretion of the Engineer.
For HMA used in a structural application with a total project quantity less than 800 tons
but more than 400 tons, a minimum of one acceptance test shall be performed. In all
cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of
one of the three samples will be tested for conformance to the JMF:
If the test results are found to be within specification requirements, additional
testing will be at the Engineer’s discretion.
If test results are found not to be within specification requirements, additional
testing of the remaining samples to determine a Composite Pay Factor (CPF)
shall be performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If
tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of
Va will not be performed by the Contracting Agency for this contract.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-16
adjustment factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″
and No.4 sieves
2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable)20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the tolerance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide a
minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The
NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The
total job mix compliance price adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor
shall submit a written request within 7 calendar days after the specific test results have
been received. A split of the original acceptance sample will be retested. The split of the
sample will not be tested with the same tester that ran the original acceptance test. The
sample will be tested for a complete gradation analysis, asphalt binder content, and, at
the option of the agency, Va. The results of the retest will be used for the acceptance of
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-17
the HMA in place of the original sublot sample test results. The cost of testing will be
deducted from any monies due or that may come due the Contractor under the Contract
at the rate of $500 per sample.
5-04.3(9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF.
The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be
determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by
60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product
of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of
mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-18
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.
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.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density
gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
been provided or made available to the Contractor. Core locations shall be outside of
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-19
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will
be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the
traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes
loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way
defective, shall be removed and replaced with new hot mix that shall be immediately
compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor’s option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode
when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.3(10)B HMA Compaction – Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500-foot section with two or more density readings below 90 percent of the
theoretical maximum density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day’s production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-20
will be at the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by
the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative
density that is 92 percent of the reference maximum density the HMA shall be accepted
at the unit Contract price with no further evaluation. When a sublot does not attain a
relative density that is 92 percent of the reference maximum density, the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will
be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF
lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by
either a nuclear moisture-density gauge or cores will be completed as required to provide
a minimum of three tests for evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF)
will be determined. The NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
Contract price per ton of mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-21
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).
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-22
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications can
be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and
the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below
0.95 and the Contractor is taking no corrective action, or
3. When either the PFi for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing
course is a continuous operation or as close to continuous as possible. Unscheduled
transverse joints will be allowed and the roller may pass over the unprotected end of the
freshly laid mixture only when the placement of the course must be discontinued for such
a length of time that the mixture will cool below compaction temperature. When the Work
is resumed, the previously compacted mixture shall be cut back to produce a slightly
beveled edge for the full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the
temporary wedge shall be separated from the permanent HMA by strips of heavy
wrapping paper or other methods approved by the Engineer. The wrapping paper shall
be removed and the joint trimmed to a slightly beveled edge for the full thickness of the
course prior to resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.3(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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-23
surface of new HMA unless otherwise approved by the Engineer. The notched wedge
joint shall have a vertical edge of not less than the maximum aggregate size or more
than ½ of the compacted lift thickness and then taper down on a slope not steeper than
4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly
compacted.
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends
of the bridge paving joint seals to be placed at the bridge ends, and at interior joints
within the bridge deck when and where shown in the Plans. Establish the sawcut
alignment points in a manner that they remain functional for use in aligning the sawcut
after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with
the detail shown in the Standard Plans. Construct the sawcut in accordance with the
detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-
05.3(8)B and the manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with
Section 5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the
wearing course shall not vary more than 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. of the existing street surface.
When deviations in excess of the above tolerances are found that result from a high
place in the HMA, the pavement surface shall be corrected by one of the
following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-24
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor
the sum of $500.00 for each and every section of single traffic lane 100 feet in length in
which any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planning plan must be approved by the Engineer and a pre-planning meeting must
be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on
planning submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA
overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the
Contractor’s planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter-mined by the Engineer.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-25
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing
course. The dimensions of the wedge must be as shown on the Drawings or as specified
by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the
existing adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required
by the Engineer, the Contractor must conduct a physical survey of existing pavement to
be planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor’s failure to conduct a pre-planing metal detection survey, or from the
Contractor’s failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in
Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or
planing operations through an intersection requires closure. Such closure
must be kept to the minimum time required to place and compact the HMA
mixture, or plane as appropriate. For paving, schedule such closure to
individual lanes or portions thereof that allows the traffic volumes and
schedule of traffic volumes required in the approved traffic control plan.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-26
Schedule work so that adjacent intersections are not impacted at the
same time and comply with the traffic control restrictions required by the
Traffic Engineer. Each individual intersection closure or partial closure,
must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an
intersection, consider scheduling and sequencing such work into quarters
of the intersection, or half or more of an intersection with side street
detours. Be prepared to sequence the work to individual lanes or portions
thereof.
c. Should closure of the intersection in its entirety be necessary, and no
trolley service is impacted, keep such closure to the minimum time
required to place and compact the HMA mixture, plane, remove asphalt,
tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and
a number of Working Days advance notice as determined by the
Engineer, to alert traffic and emergency services of the intersection
closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before
any traffic is allowed on it. Traffic is not allowed on newly placed asphalt
until approval has been obtained from the Engineer.
2. Temporary centerline marking, post-paving temporary marking, temporary stop
bars, and maintaining temporary pavement marking must comply with Section 8-
23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation’s activity start date.
These plans must show how the moving operation and traffic control are coordinated, as
they will be discussed at the pre-planing briefing and pre-paving briefing. When
requested by the Engineer, the Contractor must provide each operation’s traffic control
plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of
operation and sufficient detail of traffic beyond the area of operation where detour traffic
may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be
changed if the Engineer agrees sufficient detail is shown.
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-27
the briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are
proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day’s traffic control as it relates to the specific requirements of that day’s planing
and paving. Briefly describe the sequencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of placement of
temporary pavement markings and channelizing devices after each day’s
planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and
staging areas, including return routes. Describe the complete round trip as it
relates to the sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of
paving equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day’s work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications and
coordinations to be timely made. The plan must show HMA joints relative to the
final pavement marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-28
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day’s operations as they relate
to other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around
energized overhead wires, school and nursing home and hospital and other accesses,
other contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day’s
operations, must meet with the Engineer and discuss the proposed operation as it relates
to the submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic
control and signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing
operations, as applicable, as it relates to traffic control, to public
convenience and safety, and to other contractors who may operate in the
Project Site.
d. Notifications required of Contractor activities, and coordinating with other
entities and the public as necessary.
e. Description of the sequencing of installation and types of temporary
pavement markings as it relates to planning planing and to paving.
f. Description of the sequencing of installation of, and the removal of,
temporary pavement patch material around exposed castings and as may
be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car
rail, and castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving,
and related operations.
i. Description of sequencing of traffic controls for the process of rigid
pavement base repairs.
j. Other items the Engineer deems necessary to address.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-29
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If
more pieces of equipment than personnel are proposed, describe the
sequencing of the personnel operating the types of equipment. Discuss
the continuance of operator personnel for each type equipment as it
relates to meeting Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the
Contractor will ensure different JMFs are distinguished, how pavers
and MTVs are distinguished if more than one JMF is being placed at the
time, and how pavers and MTVs are cleaned so that one JMF does not
adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as
equipment breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where
staked by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(21) HMA Road Approaches
Temporary Pavement is required to open areas to traffic during construction. These
areas include paving over excavated roadway and utility trenches, to provide paved
access to private properties, and ramps for pedestrian access. All temporary paving
shall be placed with a minimum thickness of 2 inches. All temporary paving shall be
approved by the Engineer before placement. Any areas of temporary pavement to be
removed and replaced shall also be approved by the Engineer before placement. This
work shall also include the removal of the temporary pavement prior to paving of final
asphalt concrete pavement.
Temporary Pavement, hot mix asphalt, will be used for any trench restoration within the
traveled way. Whether temporary or permanent, sawcut and treat edges with CSS-1
asphalt emulsion.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-30
Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the
traveled way. The cold mix shall be approved by the Engineer and placed with a
minimum thickness of 2 inches. Placement of temporary pavement without prior
approval of the Engineer shall be considered as a benefit of the Contractor and no cost
to the owner. Any areas of temporary pavement to be removed and replaced require
prior approval by the Engineer. This work shall include the removal of the temporary
pavement prior to paving of final asphalt concrete pavement.
The Contractor shall excavate and remove temporary pavement to the required subgrade
depth to construct and install the proposed pavement section. Excavation and removal
of temporary pavement, to subgrade depth, shall be considered included in the unit cost
for “Temporary Pavement”.
5-04.4 Measurement
HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will
be measured by the ton in accordance with Section 1-09.2, with no deduction being
made for the weight of asphalt binder, mineral filler, or any other component of the
mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-
04.3(11), the material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline
of the main line Roadway. No additional measurement will be made for ramps, Auxiliary
Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest
0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest
0.01 mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior
to excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be
measured by the linear foot along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Planing bituminous pavement to a 2 inch depth will be measured by the square yard.
Planing bituminous pavement to a 4 inch depth will be measured by the square yard.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-31
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
Adjust Manhole Cover will be measured per each.
Adjust Water Valve Box will be measured per each.
Adjust Gas Valve will be measured per each.
Adjust Monument Case will be measured per each.
5-04.5 Payment
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-32
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 Existing Paved Surfaces”, the
Roadway shall be prepared as specified, but the Work shall be included in the Contract
prices of the other items of Work.
“Crack Sealing”, by force account.
“Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
“Pavement Repair Excavation Incl. Haul”, per square yard.
The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall
be full payment for all costs incurred to perform the Work described in Section 5-04.3(4)
with the exception, however, that all costs involved in the placement of HMA shall be
included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG
___”, per ton.
“Asphalt for Prime Coat”, per ton.
The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for
all costs incurred to obtain, provide and install the material in accordance with Section 5-
04.3(4).
“Prime Coat Agg.”, per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay
for furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
“Asphalt for Fog Seal”, per ton.
Payment for “Asphalt for Fog Seal” is described in Section 5-02.5.
“Longitudinal Joint Seal”, per linear foot.
The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment
for all costs incurred to perform the Work described in Section 5-04.3(12).
“Planing Bituminous Pavement”, per square yard.
“Planing Bituminous Pavement – 2 inch depth”, per square yard.
“Planing Bituminous Pavement – 4 inch depth”, per square yard.
The unit Contract price per square yard for “Planing Bituminous Pavement”, “Planing
Bituminous Pavement – 2 inch depth”, “Planing Bituminous Pavement – 4 inch depth”
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-33
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.
The Contractor’s costs for all other Work associated with the coring (e.g., traffic control)
shall be incidental and included within the unit Bid price per each and no additional
payments will be made.
“Cyclic Density Price Adjustment”, by calculation.
“Cyclic Density Price Adjustment” will be calculated and paid for as described in Section
5-04.3(10)B.
5-05 CEMENT CONCRETE PAVEMENT
5-05.1 Description
Section 5-05.1 is supplemented with the following:
(******)
This work shall also consist of constructing 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
Section 5-05.2 is supplemented with the following:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-34
Curing compound and sealer for pavement (including roadway ramps) installation shall
be water based, non-flammable, low gloss, non-yellowing, non-clouding and wear
resistant. Compound and sealer shall protect against water damage, oil and common
stains, formulated for exterior use.
Cement Concrete Pavement for raised roadway intersections and roadway ramps shall
be Type II Gray Portland Cement with saw-cut scored in a 4 feet x 4 feet pattern per
Plans, with medium broom finish as shown per Plans and per the City of Renton
Downtown Streetscape Design Standards and Guidelines.
All cement concrete pavement used for constructing the driveway entrances shall be high
early Portland cement concrete Class 4000 with 1-day cure and meets the requirements
of Section 5-05.3(17).
Scored Colored Cement Conc. Crosswalk Pavement
Color additives shall contain pure concentrated mineral pigments, containing no fillers,
adulterants or admixtures, specially processed for mixing into concrete and complying
with ASTM C979. Calcium chloride shall not be permitted in the mix.
Type II Gray Portland Cement with integral color additive. Coloring concrete shall be
uniform, color, “Flagstone Brown” No. 641, by Davis Colors, with a medium broom finish
as shown per plans.
Scored Colored Cement Conc. Crosswalk Pavement shall be cured and sealed with a
curing compound and sealer to be approved by color additive manufacturer, for use with
colored concrete, and shall comply with ASTM C309. Colored Cement Concrete shall be
cured per manufacturer’s recommendation.
5-05.3 Construction Requirements
Section 5-05.3 is supplemented with the following:
(******)
Scored Colored Cement Conc. Crosswalk Pavement shall receive a medium broom
finish perpendicular to the thermoplastic striping and saw-cut scored in a 2 feet x 2 feet
pattern per Plans.
Submittal
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-35
pigment dosage rates, for approval by Engineer.
Mock-Up
The Contractor shall provide a 4 feet x 4 feet area test panel of the integral concrete
color, texture, and finish: Scored Colored Cement Conc. Crosswalk Pavement with
medium broom finish, to demonstrate methods of obtaining consistent visual
appearance, including materials, workmanship, finishes, and curing method to be used
throughout the Project.
No additional concrete shall be placed prior to the test panel being approved by the
Engineer.
The approved sample shall be the standard for acceptance of the rest of the work
installed and shall be protected from damage until final acceptance and approval.
Completed work not meeting the visual quality of the approved sample shall be removed
and replaced by the Contractor at no additional cost to the City.
5-05.3(8) Joints
Section 5-05.3(8) is supplemented with the following:
(******)
When new pavement abuts an existing pavement, the locations of the joints in the new
pavement shall match with the joints in the existing pavement unless otherwise shown on
the plans.
5-05.3(8)D Isolation Joints
Section 5-05.3(8)D is supplemented with the following:
(******)
The joint alignment shall be at right angles to the pavement structure centerline unless
otherwise specified in the Contract.
Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and
conform to Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown
on the Standard Details in these Specifications.
The joint material and backer rod shall be held accurately in place during the placing and
finishing of the concrete by a bulkhead, a holder, metal cap or other approved method.
The 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-36
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
Add New Section 5-05.3(8)E:
(******)
After the pavement is cured and before carrying any traffic, the space left by the removal
of the wood filler strip, the metal cap, above the top of the backer rod and expansion joint
filler strip, or construction joint shall be thoroughly cleaned of all loose material. The
groove shall be completely free of any projecting concrete from the sides and the groove
shall be continuous across the slab to each edge. It shall then be filled level with the
pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint
Sealants.
The joint sealant material shall be heated and placed in accordance with the
manufacturer’s instructions. Burned material will be rejected. The through joint groove
shall be dry at the time of pouring the sealing compound.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is new Section with subsections:
(******)
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by
the Contractor prior to the end of each working period. Within paved streets, the
Contractor may use temporary pavement or steel trench plates to allow vehicular traffic
to travel over the construction areas.
5-06.2 Materials
The asphalt pavement for temporary patches shall be 2” of a hot mix asphalt composition
determined by the Contractor to provide a product suitable for the intended application.
The Contractor shall not use materials that are a safety or health hazard.
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.
Cold mix asphalt may be used around plates to provide transition.
5-06.3 Construction Requirements
The Contractor shall maintain temporary asphalt patches daily during to the satisfaction
of the governing road agency and the Engineer until said patch is replaced with
permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps,
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 5-37
depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt
patch shall be placed and sealed within 30 calendar days.
The Contractor shall immediately repair, patch, or remove any temporary pavement that
does not provide a flat transition between existing pavement areas.
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-1
DIVISION 7
7-01 DRAINS
7-01.2 Materials
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), corrugated polyethylene (PE), or corrugated polypropylene (PP) at the
option of the Contractor unless the Plans specify the type to be used.
7-01.3(1) Drain Pipe
Section 7-01.3(1) is revised as follows:
(******)
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric
seal as described in Section 9 04.8. The bell shall be laid upstream. PE or ABS drainpipe
shall be jointed with snap on, screw on, or wraparound coupling bands as recommended
by the manufacturer of the tubing.
7-01.3(2) Underdrain Pipe
The second paragraph is revised as follows:
(******)
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as
described in Section 9 04.8 or solvent cement as described in Section 9 04.9, at the
option of the Contractor unless otherwise specified in the Plans. The bell shall be laid
upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap on,
screw on, or wraparound coupling bands, as recommended by the manufacturer of the
tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented with the following:
(******)
When the Contract does not include "Structure Excavation Class B" or "Structure
Excavation Class B Including Haul" as a pay item all costs associated with these items
shall be included in other contract pay items.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-2
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
(******)
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe,
pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized)
with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and
aluminum is corrugated aluminum alloy as specified in Sections 9 05.4 and 9 05.5.
Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it
shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
Section 7-04.2 is revised and supplemented with the following:
(******)
The first paragraph of Section 7-04.2 is deleted in its entirety and replaced as follows:
(******)
Unless a pipe material is specifically called out on the Plans, materials shall meet the
following requirements.
Size Pipe Material Allowed Specification
6-12” Polypropylene Storm Sewer Pipe
Ductile Iron Pipe
Corrugated Polyethylene Storm Sewer Pipe
(CPEP)
9-05.24(2)
9-05-13
9-05.20
Where bends are specifically called out on the plans, they shall be of the same material
and manufacturer as the main pipe and meet the manufacturer’s recommendations.
The second paragraph of Section 7-04.2 is supplemented as follows:
(******)
The Contractor shall require pipe suppliers to furnish certificates signed by their
authorized representative, stating the specifications to which the materials or products
were manufactured. The Contractor shall provide 2 copies of these certifications to the
Engineer for approval. Certificates showing nonconformance with the Contract shall be
sufficient evidence for rejection. Approval of certificates shall be considered only as
tentative acceptance of the materials and products, and such action by Engineer will not
relieve Contractor of his/her responsibility to perform field tests and to replace or repair
faulty materials, equipment, and/or workmanship and Contractor’s own expense.
Section 7-04.2 is supplemented with the following:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-3
(******)
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.
7-04.3(1) Cleaning and Testing
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 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-4
manufacturer recommended corrective action(s), within 24 hours of such occurrence. All
flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel
through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall
not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no
sooner than 30 days after backfilling and prior to final acceptance testing of the segment.
Submit test results to the Engineer.
1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside
diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside
diameter of mandrel, shall be average outside diameter minus two minimum wall
thicknesses for O.D. controlled pipe and average inside diameter for I.D.
controlled pipe, dimensions shall be per appropriate standard. Statistical or other
"tolerance packages" shall not be considered in mandrel sizing.
2. Rigid mandrel shall be constructed of metal or rigid plastic material that can
withstand 200 psi without being deformed. Mandrel shall have nine or more
"runners" or "legs" as long as total number of legs is odd number. Barrel section
of mandrel shall have length of at least 75 percent of inside diameter of pipe.
Rigid mandrel shall not have adjustable or collapsible legs which would allow
reduction in mandrel diameter during testing. Provide and use proving ring for
modifying each size mandrel.
3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-
wide bar steel to diameter 0.02 inches larger than approved mandrel diameter.
4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar
meeting #3 above.
“Testing Storm Sewer Pipe” shall be incidental to and included in storm sewer pipe bid
items.
7-04.3(1)G Abandon Existing Storm Sewer Pipes
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
Section 7-04.3(2) is a new added section:
(******)
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-5
7-04.3(3) Direct Pipe Connections
Section 7-04.3(3) is a new added section as follows:
(******)
Field Pipe and Joint Performance: To assure water tightness, field performance
verification may be accomplished by testing in accordance with ASTM F2487, ASTM
F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing
any pipe material. Contact the manufacturer for recommended leakage rates.
Installation: Installation shall be accordance with the manufacturer’s recommended
installation guidelines. Backfill around the Inserta Tee service connection shall be, at a
minimum, of the same material type and compaction level as specified for the mainline
pipe installation.
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
(******)
All manholes shall be in accordance with City of Renton Standard Plans.
Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be
“Kor-n-Seal” boot or approved equal.
Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or
approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
(******)
Where shown in the Plans or where directed by the Engineer, the existing manholes,
catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated
by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate
shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From
that point, the existing structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting
cover and casting to a finished grade as shown on the Construction Plans. Manhole ring
and covers shall be adjusted to the finished elevations per Standard Plan 106 prior to
final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6”
above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-6
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.
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-7
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3) is supplemented by adding the following:
(******)
Where shown on the Plans, new drain pipes shall be connected to existing line, catch
basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the
structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner.
Where directed by the Engineer or where shown on the Plans, additional structure
channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall
be equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned,
repaired, and re-channeled as necessary to match the new pipe configuration and as
shown on the Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an
existing structure, or the connection of a new structure to a existing line. No "connection
to existing" will be accepted at the location of new installation, relocation and adjustment
of line manholes, catch basins, or curb inlets.
The unit bid price per each shall be full compensation for all labor, materials and
equipment required.
7-06 TRENCH DRAINS (NEW SECTION)
Section 7-06 is a new section.
(******)
7-06.1 Description
This Work consists of the construction of new trench drain in accordance with the plans
and specifications.
7-06.2 Materials
Trench drain shall be Polydrain PDX 15” wide, or acceptable equal. Trench drain and
supporting concrete shall be designed for HS20 loading. Grate shall be either Model
#603 or #606 as determined by the City.
Submittals:
A. Shop Drawings: Show a schematic plan of the total drainage system including
fabrication details. Shop drawing shall indicate the number and type of each pre-
sloped channels and non pre-sloped channels.
B. Product Data: Manufacturer's catalog sheets, specifications, and installation
instructions for each item specified.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-8
C. Samples: Section of trench drain and grate (minimum 6-inch length)
D. Product Data:
1. Concrete Design Mix: Submit proposed concrete design mix together with name
and location of batching plant at least 28 days prior to the start of concrete work.
2. Portland Cement: Brand and Manufacturer’s name.
3. Air-entraining Admixture: Brand and manufacturer’s name.
4. Water-reducing or High Range Water-reducing Admixture: Brand and
manufacturer’s name.
5. Curing and Anti-Spalling Compound: Manufacturer’s specifications and
application instructions.
7-06.3 Construction Requirements
Cement concrete shall be constructed with air entrained concrete Class 4000 confirming
to the requirements of Section 6-02. Applicable requirements for concrete curbs and
gutters in Section 8-4.2 shall apply.
Trench drain shall be installed per manufacturer’s recommendations and product
installation procedures.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)A Trenches
Section 7-08.3(1)A is supplemented by adding the following:
(******)
Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary
sewer, and water main construction in accordance with the trench limits outlined on the
plan drawings. 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. 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-9
Management Plan .
Excavations will require a shoring system to limit the volume of excavation. Excavation
outside the trench limits shown on the plan drawings shall be at no additional expense to
the City.
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
(******)
Pipe bedding for PVC sewer pipe shall consist of pea gravel or material consistent with
Section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior
walls of the pipe.
For all pipe bedding, hand compaction of the bedding materials under the pipe haunches
will be required. Pipe bedding should provide a firm uniform cradle for support of the
pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower
part of the pipe exterior with reasonable closeness to provide uniform support along the
pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly
tamp bedding material under the haunches of the pipe. Care shall be taken to avoid
displacement of the pipe during the compaction effort.
Pipe bedding material should be used as pipe zone backfill and placed in layers and
tamped around the pipes to obtain complete contact.
Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in
accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be
considered incidental to the pipe and no further compensation shall be made.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils,
such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a
geotextile separator fabric be placed over the native soils prior to placement of the pipe
bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for
Separation. Geotextile shall be paid for by other items.
7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
(******)
Pipe foundation in poor soil: When soft or unstable material is encountered at the
subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such
material shall be excavated to an additional depth as required by the Engineer and
backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation
gravel shall 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-10
line at no expense to the City.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
(******)
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-
05.5 and 1-11 in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by
means of a laser beam. Any other procedure shall have the written approval of the
Engineer.
7-08.3(2)B Pipe Laying – General
Section 7-08.3(2)B is supplemented by adding the following:
(******)
Checking of the invert elevation of the pipe may be made by calculations from
measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which
indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a
larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless
otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact
shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer.
Pipe shall not be placed directly on rough ground but shall be supported in a manner,
which will protect the pipe against injury whenever stored at the trench site or elsewhere.
No pipe shall be installed where the lining or coating show defects that may be harmful
as determined by the Engineer. Such damaged lining or coating shall be repaired, or a
new undamaged pipe shall be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there
are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be
repaired or replaced. All foreign matter or dirt shall be removed from the interior of the
pipe before lowering into position in the trench. Pipe shall be kept clean during and after
laying. All openings in the pipeline shall be closed with watertight expandable type sewer
plugs at the end of each day's operation, or whenever the pipe openings are left
unattended. The use of burlap, wood, or other similar temporary plugs will not be
permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other
causes, the Engineer may change the alignment and/or the grades. Except for short
runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that
exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in
place until sufficient support is furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in
alignment, and at uniform grade between changes in grade. For concrete pipes with
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-11
elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement
in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be
checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket
placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
(******)
Care shall be taken by the Contractor to avoid over-inserting the pipe and damaging the
pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his
expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-12
manholes shall be per Section 7-05.3(3).
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
(******)
In the trench, prepared as specified in Section 7-02.3(1), PVC pipe shall be laid with the
bell end upgrade. Gravel Backfill for Pipe Zone Bedding or Pea Gravel 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 Sanitary Sewer Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
(******)
To the maximum extent available, suitable material obtained from trench or pond
excavation shall be used for trench backfill. All material placed as trench backfill shall be
free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps,
logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be
placed in the upper three feet of trench backfill. Rock or stones within the allowable size
limit incorporated in the remainder of fills shall be distributed so that they do not
congregate or interfere with proper compaction.
The existing soils shall not be reused as trench backfill unless otherwise required by the
Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of
Section 9-03.14(1) of the Standard Specifications. It should be free of organics and other
debris. The structural trench backfill should be moisture conditioned to within
approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less
than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry
density (MDD) as determined by the Modified Proctor compaction test method ASTM D
1557.
Trench backfill shall be densely compacted in a systematic manner using methods that
consistently produce adequate compaction levels. During placement of the initial lifts, the
trench backfill material shall not be bulldozed into the trench or dropped directly on the
pipe. Heavy vibratory equipment shall not be 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.
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 replaced and re-compacted at the Contractor’s expense.
The Contractor shall be responsible for any settlement of backfill, sub-base, and
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-13
pavement that may occur during the period stipulated in the Contract conditions. All
repairs necessary due to settlement shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry
density as determined by the modified proctor compaction test, ASTM D1557.
The Contractor shall be responsible for the disposal of any excess excavated material.
Section 7-08.3(5) Temporary Stormwater Diversion
Section 7-08.3(5) 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.
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 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.
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
(******)
Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-14
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.
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 special fittings not shown on the Plans are
required to meet field conditions, additional payment will be made for special fittings as
provided in Section 1-09.6.
When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight
alignment and then deflected to the curved alignment. Trenches shall be made wider on
curves for this purpose.
Where pipe installation on curves requires the use of special fittings, concrete blocking
shall be used per Section 7-09.3(21).
Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe
manufacturer’s recommendations to the Engineer for approval.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is deleted in its entirety and replaced as follows:
(******)
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-15
Installation of the polyethylene encasement shall be considered incidental to the
installation of the pipe and no additional payment shall be allowed.
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 no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
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 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-16
are limited to the times set forth below:
Days Hours
Monday to Thursday 9:00 AM TO 3:00 PM
Friday to Sunday DO NOT SCHEDULE
The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust
the above shut-off periods in order to address specific project circumstances and
customer needs. No water main shutoffs affecting public schools will be allowed during
scheduled school hours. The City reserves the right to re-schedule the connection if the
work area is not ready at the scheduled time for the connection.
Points of connection to existing water mains shall be exposed by hydro excavation or
potholing prior to trenching of the new water mains. Before the installation of the new
water mains, the Contractor shall field verify, in the presence of the Engineer, the actual
location and depth of the existing water mains where new connections will be made to
assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil
bearing areas. After excavation, the Contractor shall verify the dimensions, type,
condition, and roundness of the exposed water main. The Contractor shall immediately
notify the Engineer if the connection cannot be made as specified by the Contract Plans
in order that the connection detail may be revised. When necessary, the profile shall be
adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment
of the water main and connection.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface
improvements, excavation, haul and disposal of unsuitable materials, shoring, de-
watering, foundation material, at the connection areas before the scheduled time for the
connection by the City. The Contractor shall provide all materials necessary for the City
Water Maintenance personnel to install all connections to existing water mains as
indicated on the contract plans, including fittings, couplings, pipe spools, shackle
materials to complete the connections.
The City Water Operations and Maintenance staff will:
a) Deactivate and dewater the existing and new water main to perform the
connections. The Contractor shall provide pumping and disposal of the water
from the draining of the water mains including de-chlorination.
b) Cut, remove and dispose pipe sections as necessary to install the new Materials
with Contractor’s assistance
c) Swab all connecting pipe and fittings with 5-6%chlorine solution
d) Perform the connection work
e) Reactivate and flush the Water Main
The Contractor shall install the polywrap on all pipe and fittings at the connection points
and installed concrete thrust blocks per Contract standard plans and specifications.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-17
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
Section 7-09.3(21) is deleted in its entirety and replaced as follows:
(******)
Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other
fittings in conformance to the City of Renton Standards Plans, latest revisions and
Contract Plans.
Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at
locations shown on the plans and shall be in conformance with the Standard Plans and
contract Plans. Reinforcement steel shall be Grade 40 or better.
Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum
compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and
mobile concrete mixers are not allowed.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete
blocking shall bear against solid undisturbed earth at the sides and bottom of the trench
excavation and shall be shaped and properly formed with plywood or other acceptable
forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings.
The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be
replaced at the Contractor’s expense.
The Contractor shall provide the Engineer at least 1 Working Day advance notice before
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-18
pouring concrete thrust blocking and 1 Working Day advance notice for inspection and
approval of all concrete blocking prior to backfilling.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is supplemented and revised as follows:
(******)
Water main and appurtenances including service connections to the meter setter shall be
tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in
excess of that under which they will operate or in no case shall the test pressure be less
than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles,
corporation stops, miscellaneous hose and piping, and measuring equipment necessary
for performing the test shall be furnished and operated by the Contractor.
The Contractor shall obtain a hydrant meter permit from the City by completing a permit
application and making the required security deposits. The Contractor shall use the
City’s issued hydrant meter with an attached backflow prevention assembly to draw
water from the City’ water system to fill the water mains for poly-pigging, testing,
cleaning, disinfection and for subsequent flushing purposes. There will be a charge for
the water used for filling, testing, cleaning and disinfection of the water mains.
Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may
require that the first section of pipe, not less than 1,000 feet in length, installed by each of
the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe
laying shall not be continued more than an additional 1,000 feet until the first section has
been tested successfully.
The pipeline shall be backfilled sufficiently to prevent movement of the pipe under
pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before
testing. Where permanent blocking is not required, the Contractor shall furnish and install
temporary blocking and remove it after testing.
Before applying the specified test pressure, the water main shall be slowly filled and air
shall be expelled completely from the pipe, valves and hydrants. If permanent air vents
are not located at all high points, the contractor shall install corporation cocks at such
points so that the air can be expelled as the line is filled with water. After all the air has
been expelled, the corporation cocks shall be closed and the test pressure applied. At
the conclusion of the pressure test, the corporation cocks shall be removed and plugged.
The Contractor shall perform a leakage test concurrently with the pressure test. The
pressure test shall be conducted for a 2-hour period.
The test shall be accomplished by pumping the main up to the required pressure,
stopping the pump for 2 hours, and then pumping the main up to the test pressure again.
During the test, the section being tested shall be observed to detect any visible leakage.
A clean container shall be used for holding water for pumping up pressure on the main
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-19
being tested. This makeup water shall be sterilized by the addition of chlorine to a
concentration of 50 mg/l.
The acceptability of the pressure test and leakage test will be determined by two factors
as follows:
1. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
2. The quantity of water lost from the main and appurtenances shall not exceed the
number of gallons during the 2-hour test period as listed in the following table.
Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period
Nominal Pipe Diameter in inches
Test Pressure
in psi
4” 6"8"10"12"16" 20"24"
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:
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-20
Contracting Agency, locate and repair the defects and then retest the pipeline.
All tests shall be made with the hydrant auxiliary gate valves open and pressure against
the hydrant inlet valve. After the test is completed, each valve shall be tested by closing
each in turn and relieving the pressure beyond. This test of the valve will be acceptable if
there is no immediate loss of pressure on the gauge when the pressure comes against
the valve being checked. The Contractor shall verify that the pressure differential across
the valve does not exceed the rated working pressure of the valve.
Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all
equipment set up completely ready for operation and shall have successfully performed
the test to ensure that the pipe is in satisfactory condition.
Defective materials or workmanship, discovered as a result of hydrostatic field test, shall
be replaced by the Contractor at no additional expense to the Contracting Agency.
Whenever it is necessary to replace defective material or correct the workmanship, the
hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is
obtained.
7-09.3(24)A Flushing and "Poly-pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows:
(******)
Prior to disinfection and prior to final flushing of the Water Mains for bacteriological
sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or
contaminated materials that may have entered or become lodged in the pipes during
installation.
The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer
urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be
cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the
pipes and retrieved form the pipes through launching stations with vertical crosses and
blow-off assemblies as shown and on the Contract Plans and Standard Plans.
If the main cannot be poly-pigged, 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)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-21
or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to
surface waters of the State or to a storm sewer system that drains to surface waters of
the State.
If approved by the Engineer and by the local authority responsible for the sanitary sewer
system, disposal of treated water from mains may be made to an available sanitary
sewer, provided the rate of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D is deleted in its entirety and replaced as follows:
(******)
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7 09.3(24)K is deleted in its entirety and replaced as follows:
(******)
Treated water shall be retained in the pipe at least 16 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 10 mg/L. If a measurement of
less than 10 mg/L is obtained repeat disinfection is required.
7-09.3(24)N Final Flushing and Testing
Section 7 09.3(24)N is deleted in its entirety and replaced as follows:
(******)
Following chlorination, treated water shall be flushed from the newly-laid pipe until the
replacement water throughout its length shows, upon test, the absence of chlorine. In the
event chlorine is normally used in the source of supply, then the tests shall show a
residual not in excess of that carried in the water supply system.
A sample tap shall be located ahead of the flushing hose for convenience and for
sanitary sampling.
Before placing the lines into service, two satisfactory reports taken at least 15 minutes
apart from each sampling point shall be received from the local or State Health
Department or from a State accredited testing laboratory on samples collected from
representative points in the new system. Samples will be collected and bacteriological
tests obtained by the Engineer.
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.
7-09.3(25) Joint Restraint Systems
Section 7-09.3(25) is a new section:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-22
7-09.3(25)A General
Where shown in the Plans, in the Specifications or required by the Engineer, joint
restraint system (shackle rods) shall be used. All joint restraint materials used shall be
those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258,
Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer.
7-09.3(25)B Materials
Steel types used shall be:
High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST"
series.
High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except
tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum
for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to
manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24"
mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7,
except 1" eye for 7/8" rod. Same ASTM Specification as SST 7.
Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or
zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized.
Tiecoupling: Used to extend continuous threaded rods and are provided with a center
stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods,
ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A.
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.
7-09.3(25)C Installation
Install the joint restraint system in accordance with the manufacturer’s instructions so all
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-23
joints are mechanically locked together to prevent joint separation. Tie-bolts shall be
installed to pull against the mechanical joint body and not the MJ follower. Torque nuts
at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal
distance into tie-couplings. Arrange tie-rods symmetrically around the pipe.
Pipe
Diameter
Number of 3/4" Tie Rods Required
4”2
6”2
8”2
10”4
12”4
14”6
Pipe
Diameter
Number of 3/4" Tie Rods Required
16”6
18”8
20 10
24”12
Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for "T" bolts
instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used
instead, so as to provide adequate space for locating the tie-bolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe
shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as
required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in
continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed
as rod guides at each joint.
Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-
washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s
satisfaction, with Koppers Bitomastic No. 300-m, or approved equal.
Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-
washers may be galvanized as specified in the preceding paragraph or plain and painted
in the entirety with Koppers Bitumastic No. 800-m, or approved equal.
Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental
to installation of the pipe and no additional payment shall be made.
7-09.4 Measurement
Section 7-09.4 is revised as follows:
(******)
Measurement of bank run gravel for trench backfill will be by the cubic yard measured by
the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the
ton, in accordance with Section 1-09.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-24
Measurement for payment of concrete thrust blocking and dead-man blocks will be per
cubic-yard when these items are included as separate pay items. If not included as
separate pay items in the contract, then thrust blocking and dead-man blocks shall be
considered incidental to the installation of the water main and no further compensation
shall be made.
Measurement for payment for connections to existing water mains will be per each for
each connection to existing water main(s) as shown on the Plans.
7 09.5 Payment
Section 7-09.5 is revised and supplemented as follows:
(******)
"Furnish and Install ____Ductile Iron Water Main & Fittings”, per lineal foot.
The unit contract price per linear foot for each size and kind of “Furnish and Install
____Ductile Iron Water Main & Fittings" shall be full pay for the bid item as described in
Section 1-09.14.
"Concrete Thrust Blocking and Dead-Man Anchor Blocks", per cubic yard.
The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead-
Man Anchor Blocks " shall be full pay for the bid item as described in Section 1-09.14.
"Connection to Existing Water Mains", per each.
The unit contract price per each for “Connection to Existing Water Mains” shall be full pay
for the bid item as described in Section 1-09.14.
“Select Imported Trench Backfill”, per cubic yard or ton.
The unit contract price per cubic yard or ton for “Select Imported Trench Backfill” shall be
full pay for the bid item as described in Section 1-09.14.
"Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard.
The unit contract price per cubic yard or ton for "Removal and Replacement of
Unsuitable Foundation Material" shall be full pay for the bid item as described in Section
1-09.14.
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1) is deleted in its entirety and replaced as follows:
(******)
Where required, a valve marker post shall be furnished and installed with each valve.
Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-25
be set with 18 inches of the post exposed above grade.
7-12.3(2) Adjust Existing Valve Box to Grade
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) and the City of Renton Standard Details. Valve box adjustments
shall include, but not be limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The
final installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor
shall use whatever means necessary to remove such debris, leaving the valve
installation in a fully operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half
inch (1/2") below finished grade.
7-12.4 Measurement
Section 7-12.4 is supplemented by adding the following:
(******)
Adjustment of existing valve boxes to grade shall be measured per each, if included as a
separate pay item in the Contract; if not a separate pay item but required to complete the
Work, then value box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly
and will not be included in this measurement item.
7-12.5 Payment
Section 7-12.5 is deleted in its entirety and replaced as follows:
(******)
"Furnish and Install ____-Inch Gate Valve Assembly”, per each.
The unit contract price per each for "Furnish and Install ____-Inch Gate Valve Assembly"
shall be full pay for the bid item as described in Section 1-09.14.
"Air-Release/Air-Vacuum Valve Assembly," per each.
The unit contract price per for air-release/air-vacuum valve assembly shall be for all,
labor, equipment and material to complete the installation of the assembly including but
not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and
appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at
location shown on the plans, and per the City of Renton Standard Details, latest revision.
"Adjust Existing Valve Box to Grade (RC)," per each.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-26
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full
compensation for all labor, material, tools and equipment necessary to satisfactorily
complete the Work as defined in the Contract Documents, including all incidental Work.
If not included as a separate pay item in the Contract, but required to complete other
Work in the Contract, then adjustment of valve boxes shall be considered incidental to
other items of Work and no further compensation shall be made.
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Section 7-14.3(1) is deleted in its entirety and replaced as follows:
(******)
Where shown on the Plans, hydrants shall be installed in accordance with the Standard
Plans and Contract specifications. A minimum 3-foot radius unobstructed working area
shall be provided around all hydrants. The bottom surface of the breakaway flange shall
be set 2-inches minimum and 7-inches maximum above the concrete shear block
finished grade.
For each hydrant requiring vertical adjustment, see Section 7-14.3(6).
Fire hydrants shall be of such length as to be suitable for installation with connections to
6", 8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The
hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown
unless otherwise noted in the Plans.
After installation hydrants shall be subjected to a hydrostatic test as specified in Section
7-09.3(23).
The hydrant excavation shall be backfilled and compacted when installation and testing
are complete and accepted by the Engineer.
A concrete shear block as shown by the hydrant details on the Standard Plans shall be
constructed for all hydrants. Construction, Materials, and finishing of the concrete shear
block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall
be set flush with the immediately surrounding finish grade.
The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel
extensions according to Section 7-14.3(6).
Upon completion of the project, all fire hydrants shall be painted with two field coats of
Kelly-Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or
approved equal.
Any hydrants not in service shall be identified by covering with a burlap or plastic bag
properly secured.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-27
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6"
gate valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire
hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve
box, cover, valve operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories,
concrete blocks, shear block and blue pavement marker.
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented with the following:
(******)
All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All
rubber gaskets shall be replaced with new gaskets of the type required for a new
installation of the same type.
Unless a specific bid item has been included in the Proposal/Contract Document,
resetting existing hydrants shall be incidental to and included in the various bid items.
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented with the following:
(******)
All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All
rubber gaskets shall be replaced with new gaskets of the type required for a new
installation of the same type.
Unless a specific bid item has been included in the Proposal/Contract Document,
resetting existing hydrants shall be incidental to and included in the various bid items.
Unless a specific bid item has been included in the Proposal/Contract Document,
resetting existing hydrants shall be incidental to and included in the various bid items.
7-14.3(7) Remove and Salvage Hydrant
Section 7-14.3(7) is 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.
7-14.5 Payment
Section 7-14.5 is revised as follows:
(******)
Payment will be made in accordance with Section 1 04.1, for each of the following bid
items that are included in the proposal:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-28
“Furnish and Install Hydrant Assembly”, per each.
The unit contract price per each for " Furnish and Install Hydrant Assembly”, shall be full
pay for the bid item as described in Section 1-09.14.
“Resetting Existing Hydrants”, per each.
The unit contract price per each for “Resetting Existing Hydrant” shall be full pay for all
Work to reset the existing hydrant, including rebuilding (or replacement with a new
hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main.
The new pipe connecting the hydrant to the main shall be considered incidental and no
additional payment shall be made. Guard posts, shown on the Plans shall be incidental
to the contract.
“Moving Existing Hydrants”, per each.
The unit contract price per each for “Moving Existing Hydrant” shall be full pay for all
Work to move the existing hydrant, including new tee, rebuilding (or replacement with a
new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the
main. The new pipe connecting the hydrant to the main shall be considered incidental
and no additional payment shall be made. Guard posts, shown on the Plans shall be
incidental to the contract.
7-15 SERVICE CONECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented as follows:
(******)
All pipe materials for new water service lines and for extension or replacement of existing
water service lines shall be copper and lead free in accordance with the Federal
Reduction of Lead in 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.
Where installation of service lines is within existing paved streets, the service lines shall
be installed by a trenchless percussion and impact method (hoe-hogging). If the
trenchless percussion and impact method fails, regular open trench methods may be
used.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-29
Where shown in the Plans, the Contractor shall:
Furnish and install new water service lines from the new water main to the new
meter setters and new meter boxes near the existing meters
Furnish and install adaptors for the relocation of the existing water meters to the
new meter setters and re-install the existing meters in the new meter setters
Connect the new meter setters to the customers’ private service lines
Restore disturbed areas to their approximate original condition as directed by the
Engineer.
7-15.5 Payment
Section 7-15.5 is deleted in its entirety and replaced as follows:
(******)
Payment will be made in accordance with Section 1 04.1, for the following bid item when
it is included in the proposal:
“Furnish and Install ____ In. Water Service Connection”, per each.
The unit contract price per each for " Furnish and Install ____ In. Water Service
Connection”, shall be full pay for the bid item as described in Section 1-09.14.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is deleted in its entirety and replaced as follows:
(******)
7-17.2(1) Pipe
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The
Contractor shall provide two electronic copies of the pipe manufacturer’s technical
literature and tables of dimensional tolerances to the Engineer. Any pipe found to have
dimensional tolerances in excess of those prescribed or having defects, which prevent
adequate joint seal or any other damage, shall be rejected. If requested by the Engineer,
not less than three nor more than five lengths of pipe for each size, selected from stock
by the Engineer, shall be tested as specified for maximum dimensional tolerance of the
respective pipe.
Materials shall meet the requirements of the following sections:
SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679)Section 9-05.12(1)
Ductile Iron Sewer Pipe Section 9-05.13
C900 Sewer Pipe (AWWA)Section 9-30.1(5)A
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-30
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible
and permanent under normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
(******)
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole downstream
of the connection. It shall be the Contractor's responsibility to maintain this screen or
trap during construction of the new sewer and then remove it once the new system is
placed into service. The Contractor shall remove any construction debris that enters the
existing downstream system as a result of his work at his expense. When the first
manhole is set, its outlet shall be plugged until acceptance of the new construction by the
Engineer.
7 17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
(******)
CCTV Inspection
1. All newly-installed and newly-rehabilitated (public and private) Sanitary Sewer
and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV
inspections and reports shall be submitted to the City of Renton inspector
assigned to the project prior to receiving approval to install project curbs, gutters
and/or pavement.
2. The Contractor shall perform all CCTV inspections in accordance with the
National Association of Sewer Service Companies (NASSCO) Pipeline
Assessment Certification Program (PACP).
3. All CCTV operators shall have current NASSCO PACP certification.
4. CCTV inspections shall be recorded in a GraniteNet compatible format database
using the latest software version and submitted with electronic links between the
data and the video on an External HDD, DVD or Flash Drive.
5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear
footage between manholes along the existing pipeline centerline from the start of
pipe to end of pipe.
6. All Owner and PACP required header information must be fully and accurately
entered on all CCTV reports. Work not following these specifications will be
rejected and the Contractor shall be required to re-CCTV the work.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-31
7. The documentation of the work shall consist of PACP CCTV Reports, PACP
database, logs, electronic reports, etc. noting important features encountered
during the inspection. The speed of travel shall be slow enough to inspect each
pipe joint, tee connection, structural deterioration, infiltration and inflow sources,
and deposits, but should not, at any time, be faster than 30 feet per minute,
except as noted otherwise in this document.
8. The camera must be centered in the pipe to provide accurate distance
measurements to provide locations of features in the sewer and these footage
measurements shall be displayed and documented on the video. All PACP
Observations shall be identified by audio and on a PACP log. All video must be
continuously metered from manhole to manhole. All video recording shall be
continuous from structure to structure with no “pausing” of the video recording
during each pipeline inspection. The pipe shall be cleaned prior to the CCTV
inspection to ensure all defects, features and observations are seen and logged.
9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place
and recording, water (containing dye) shall be introduced into the upstream
manhole of each pipe segment until it is observed and recorded flowing past the
camera’s field of vision in its entirety.
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.)
attached that has ¼” markings to show the depth of water in the pipe during the
CCTV inspection.
11. All manholes shall be channeled and coated prior to CCTV inspection.
12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall
have no more than ½” of ponding to be considered acceptable.
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes
Section 7-17.3(2)I is a new section:
(******)
Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by
filling with grout, both ends of the abandoned pipe and all lateral connections to the pipe
shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-
based grout.
The grout mix design and method of installation shall be approved by the Engineer prior
to beginning the operation (See Section 9-03.22 for Grout Mix requirements).
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
(******)
Measurement of “Bank Run Gravel for Trench Backfill Sewer” will be determined by the
cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-32
ton on truck tickets.
7-17.5 Payment
Section 7-17.5 is revised and supplemented as follows:
(******)
Payment will be made in accordance with Section 1 04.19, for each of the bid items that
are included in the proposal.
The unit contract price per linear foot for “Testing Sewer Pipe” shall be full pay for all
labor, material and equipment required to conduct the leakage tests required in Section 7
17.3(2). If no unit price for “Testing Sewer Pipe” is included it shall be considered
incidental to the pipe items.
7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP)
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.
A portion of the pipeline rehabilitation work is located outside of public rights-of-way
behind single family homes. The Contractor shall be responsible to properly secure
materials and equipment utilized to perform the work required for this project. The
Contractor shall coordinate with property owner(s) to preserve access within the site and
maintain the site in a safe manner.
7-21.1(1) Related Work Specified Elsewhere
Resin Impregnated Fabric CIPP, Section 7-22.
Resin Impregnated Fiberglass CIPP, Section 7-23.
7-21.1(2) Licensing
The Contractor or sub-contractors shall be registered to work in the City of Renton.
The Contractor or sub-contractor installing the CIPP shall have a current license
agreement with the product Manufacturer or Assembler.
Individuals installing the CIPP shall be certified by the product Manufacturer or
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-33
Assembler.
Lining installation shall be in accordance with the requirements of the product
Manufacturer or Assembler and as directed by their Technical Representative. This
includes the correction of defective work.
Certification showing that the Installer is currently licensed by the appropriate licensor to
perform CIPP installation shall be provided.
7-21.1(3) Contractor and Manufacturer Qualifications
The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP
successfully installed in accordance with these specifications. Manufacturer’s using
standards other than those listed in these specifications shall demonstrate to the
satisfaction of the Owner that the standards followed produce a product that is, at a
minimum, equal to the quality of product developed using the listed standards.
The CIPP lining Contractor shall have a minimum of five (5) successfully completed
projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation
technology. In addition, the Contractor’s project superintendent shall have a minimum of
three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using
the proposed CIPP rehabilitation technology. The Contractor’s identified project
superintendent shall be on the project for the duration of the project and shall be
available at all times during the CIPP rehabilitation. At least one person on the
Contractor’s installation crew shall have a minimum of one (1) year of CIPP installation
experience and shall be on the project site at all times. The Contractor’s identified
Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating
laterals.
Wastewater collection system rehabilitation products submitted for approval shall be
provided with third party test results supporting long-term performance and structural
strength of the product. Third party test result data shall be satisfactory to the Engineer.
Test samples shall have been prepared so as to simulate the installation methods and
trauma of project conditions.
7-21.1(4) Contractor Submittals
All procedures or material descriptions requiring the Engineer's approval shall be
submitted not less than 15 calendar days prior to mobilizing or commencing any CIPP
activities at the site of the work and shall include the following information:
1. CIPP Lining Plan to include the following:
Work sequence organized by pipeline section with installation schedule.
Confirmation of liner length.
Locations of all service connections with disposition for each.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-34
Anticipated cleaning and preparation requirements.
Sewer Service Interruption Notification Plan.
2. Manufacturer’s certificate(s) indicating that the supplied lining materials meet the
requirements of the Specifications, ASTM standards and a certificate of
compliance from an independent third party lab.
3. Details on all lining materials and resins.
4. Name of resin supplier and liner fabric supplier.
5. 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.
6. Test reports on testing of CIPP products
7. 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.
8. 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.
9. 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.
10. Manufacturer’s or Assembler’s recommendations for storage procedures and
temperature control, handling and inserting the liner, curing details, service
connection methods, trimming and finishing, and minimum equipment
requirements to allow for an adequate installation.
11. Manufacturer’s or Assembler’s recommendations and procedures for minimum and
maximum pressures, temperatures, and time durations to be used.
12. 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 to generate heat for the curing process;
make, model and technical data of backup equipment used to maintain curing
temperature; rough size of vehicle(s) which carries the CIPP pipe and installation
equipment.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-35
13. Pipe sizing certified calculations demonstrating that the liner has been properly
sized to avoid the creation of wrinkles or folds.
14. 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.
15. CIPP field samples from previous field installations of the same resin system and
tube materials as proposed for the actual installation. Field sampling procedure
shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and
in accordance with ASTM D5813.
16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other
compounds or chemicals to be used on the job site.
17. Data logger output in graphic format showing pipe section, time, pressure, and
temperature during activation, heating, curing, and cool down.
18. Informational hand out that describes the materials, processes, and odors
associated with the lining process. This handout shall be provided at the request
of concerned residents.
19. Post-Installation CCTV inspection videos.
7-21.1(5) Quality Assurance
The Manufacturer or Assembler shall provide the following:
1. List of inspection items that should be observed and recorded. Inspection items
include pre-installation activities, product identification, installation procedures,
equipment operations, and post-installation activities.
2. 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.
The finished CIPP shall be continuous over the entire length of an insertion run between
two manholes or access points and shall be free from visual defects such as foreign
inclusions, dry spots, pinholes, and de-lamination.
Wrinkles in the finished CIPP greater than 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.
7-21.1(6) Warranty
The Contractor shall warrant each mainline sewer lined with the specified product against
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-36
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:
Physical Properties
Flexural Strength (ASTM D790)4,500 psi
Flexural Modulus (ASTM D790) Short Term 300,000 psi
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-37
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.
1. Allowance shall be made for circumferential and longitudinal stretching during the
installation process.
2. 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 for fully deteriorated pipes. The thickness shall be sufficient to prevent
groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe
area possible.
Contractor shall prepare design calculations for approval prior to performing the lining
work. The submitted design calculations shall provide the following information as a
minimum:
1. Manhole to Manhole designation XXXX-XXX to XXXX-XXX
2. Pipe Nominal Diameter (inches)
3. Minimum Liner thickness (inches)
4. Proposed Liner Thickness (inches)
The following parameters shall be assumed for the liner design:
1. Modulus of soil reaction, E’S = 1,500 psi (fully deteriorated)
2. Unit weight of soil = 140 pcf
3. The minimum ovality for straight runs shall be 2.0 percent
4. AASHTO H20 traffic loads
5. AREMA E-80 railroad loads
6. Groundwater at the surface
7. Factor of Safety, N=2.0
For liners inserted by the inversion method, the CIPP shall be coated on one side with a
translucent waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-38
For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a
translucent waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
3. Polyethylene
4. Polypropylene
7-21.2(2) Resin
The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2
Test Methods of ASTM D 5813.
Prior to construction, the Contractor shall submit an infrared spectrum chemical
fingerprint of the type of resin to be used for this project.
7-21.2(3) Physical Properties
The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing
quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical
reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall
meet the chemical resistance requirements of ASTM D543 when subjected to the
following solutions:
Chemical Solution Concentration, percent
Tap Water (pH 6-9)
Nitric Acid
Phosphoric Acid
Sulfuric Acid
Gasoline
Vegetable Oil
Detergent
Soap
100
5
10
10
100
100
0.1
0.1
The hydraulic profile of the installed CIPP shall be maintained as large as possible. The
CIPP shall have at a minimum the full flow capacity of the original pipe before
rehabilitation. Calculated capacities may be derived using commonly accepted
roughness coefficients for the existing pipe material taking into consideration its age and
condition.
Physical properties shall be subject to ASTM D 2122.
7-21.3 Construction Requirements
7-21.3(1) Preparation
The Contractor shall make all necessary provisions to ensure service conditions and
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-39
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. 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 rehabilitated 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.
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. The review of the bypassing system and equipment by the Engineer shall in
no way relieve the Contractor of his responsibility and public liability.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-40
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.
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 shall
be required prior to insertion of the liner system. The Contractor shall verify whether a
property is able to be interrupted prior to lining operations. If the subject property’s side
sewer requires bypass pumping, the costs for the bypass pumping shall be covered by
Force Account.
7-21.3(1)B Cleaning
Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements.
7-21.3(1)C Point Repairs
Advise the Engineer of any point requiring repairs that can only be performed by
excavating the defect and removing or repairing the obstruction.
Grout defects in the host pipeline including but not limited to open joints, fractures,
cracks, and holes in the pipeline as follows:
1. Grout all defects as recommended by liner manufacturer or installer.
2. Grout all locations with active infiltration.
The determination of an excessive leak shall be made by the Owner’s representative and
shall be based on PACP leak designations. Leaks that would be categorized as a
Runner(IR) – Severity 4 or Gusher(IG) – Severity 5 shall be considered as excessive.
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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-41
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.
The liner shall be installed at a rate less than 10 feet per minute at all times.
Liner shall not be installed through intermediate manholes unless specifically requested
in advance in writing and approved by the Engineer.
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.
7-21.3(2)B Pull/Winch Method
The impregnated tube shall be pulled into place within the host pipe with the aid of a
power winch that is equipped with a device to monitor the force and prevent excessive
tension and tube elongation.
The maximum allowable longitudinal elongation, or stretch, of the material shall be one
(1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on
the fully inserted tube to the actual length of pipe being rehabilitated.
The Contractor shall use a flexible and impermeable calibration hose to inflate the tube.
The calibration hose may or may not remain in the complete installation. 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-42
manner approved by the Engineer.
The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in
the manhole, and the ends sealed with a resin mixture compatible with the liner/resin
system and shall provide a watertight seal. Sealing material and installation method shall
be submitted to and approved by the Engineer prior to start of construction. Hydraulic
cements and quick-set cement products are not acceptable.
7-21.3(3) Service Connection Restoration
Internally restore by using a pivot-headed CCTV camera and a remote cutting tool to
locate the service connections from inside the lined pipe and cutting a hole matching the
service connection diameter. Provide a hole free from burrs or projections and with a
smooth and crack-free edge. The hole shall be 95 percent minimum of the original
service connection interior diameter. The invert of the reinstated service opening shall
match the invert of the service connection. Service connection restoration shall be
recorded on DVD disc and shall include a pan and tilt view of the entire lateral
circumference following cutting.
Other methods may be used as approved by the Engineer.
7-21.3(4) Testing
7-21.3(4)A Material Testing
Provide certified test results of the properties of the cured lining material from 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 a cut section
of the liner using a method of measurement accurate to the nearest 0.005 inch. Wall
thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6.
The minimum wall thickness at any point shall not be less than 87-1/2 percent of the
design thickness.
7-21.3(4)B 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)C 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-43
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.
7-21.4 Measurement
The length of sewer pipe CIPP rehabilitation will be the number of linear feet of
completed installation measured along the invert and will include the length through
elbows, tees and fittings. The number of linear feet will be measured from the center of
manhole to center of manhole.
Measurement for “CIPP Lateral Reinstatement” will be per each.
7-21.5 Payment
Measurement and Payment Schedule for X” Cured-in-Place Pipe (CIPP) and Reinstate
CIPP Laterals is shown in Section 1-09.14
7-22 RESIN IMPREGNATED FABRIC CIPP
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-44
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 that
180 degrees Fahrenheit. When properly cured the resin liner system shall meet the
structural and chemical resistance requirements of ASTM F1216 and ASTM F1743.
The activated resin shall contain a colorant compatible with the resin, organic peroxides
and the installation and curing process, such as CreaNova® CHROMA CHEM 844-7260
Phthalo-Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The
colorant shall be added concurrently with the organic peroxide activator solution, or
immediately after adding it to the resin, to serve as a multi-purpose visual quality
assurance indicator.
7-22.2(3) Physical Properties
The wall color of the interior pipe surface of the CIPP after installation shall be a light
reflective color.
7-22.3 Construction Requirements
7-22.3(1) Preparation
7-22.3(1)A Cleaning
Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements.
7-22.3(2) Installation
7-22.3(2)A Resin Impregnation
The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the
volume of all voids in the fabric tube material with additional allowances for
polymerization shrinkage and the loss of resin through cracks and irregularities in the
host pipe wall.
A vacuum impregnation process shall be used. To insure thorough resin saturation
throughout the length of the felt tube the level of the vacuum and the speed of the resin
advance shall be coordinated so that white spots (dry areas) at the inside surface of the
flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness
or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit
length.
A roller system shall be used to uniformly distribute the resin throughout the fabric tube.
The roller gap dimension shall be calculated by a method that determines the correct
volume of resin/felt per foot contained within the confining perimeter of the flexible
membrane.
The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as
applicable, and shall have a uniform thickness and excess resin distribution that when
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-45
compressed at installation pressures will meet or exceed the design thickness after cure.
No dry or unsaturated layers shall be acceptable upon visual inspection as evident by
color contrast between the felt fabric and the activated resin containing a colorant.
The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet
for each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is
not limited to, "wet-out" date, resin identification, fabric tube length, diameter, and
thickness. The Contractor must submit to the Engineer the signed "wet-out" sheet for
each liner delivered to the site. Additionally, the Contractor shall submit a sample "wet-
out" sheet from a previous job for the Engineer's review prior to the start of the "wet-out"
process for the current project.
The Owner reserves the right to inspect all phases of production and testing of materials,
from manufacturing, shipping, "wet-out", installation, and cure, to finished product
Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize
the inversion method only.
7-22.3(2)B Water, Air or Steam Curing
After placement of the liner is complete, provide a suitable heat source and distribution
equipment. The equipment shall be capable of circulating hot water, air, and/or steam
throughout the lined section in accordance with the Manufacturer’s or Assembler’s
recommendations to raise the temperature uniformly above the temperature required to
affect a resin cure. This temperature shall be determined by the Manufacturer or
Assembler based on the resin/hardener system employed.
The heat source shall be fitted with continuous monitoring thermocouples to measure
and record the temperature of the incoming and outgoing water, steam, and/or air supply.
Water, steam, or air temperature during the cure period shall meet the requirements of
the resin Manufacturer or Assembler as measured and recorded at the heat source
inflow and outflow return lines.
Provide standby equipment to maintain the heat source supply. The temperature during
the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe
wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet
resin system requirements.
Temperature shall be maintained during the curing period as recommended by the resin
Manufacturer or Assembler, and shall follow the heating schedule supplied by the
Manufacturer or Assembler.
A data logger shall record temperature, pressure, and time during activation, heating,
and curing.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-46
7-22.3(2)C Cool Down
Cool the liner down to temperature specified by Manufacturer or Assembler following the
cure period for duration specified by Manufacturer or Assembler, prior to relieving static
head.
Care shall be taken to ensure that a vacuum is not induced which could damage the new
CIPP during the release of head on the new CIPP.
A data logger shall record temperature, pressure, and time during cool down.
7-23 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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-47
Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin
Pipe (CIPP)
7-23.1(3) CIPP Liner Samples
The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of
its physical properties. Samples shall be prepared and tested using the flat plate
sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or
ASTM F 2019, as is applicable. The sample will be constructed on the same materials
(tube and resin/catalyst) as is used for that given liner installation. The flat plate sample
shall be large enough to provide five sample specimens for each Short Term Flexural
(Bending) properties as per ASTM D 790 and ASTM D 638 respectively.
The cured sample shall be tested by an independent testing laboratory, as recommended
by the CIPP liner manufacturer and approved by the Engineer, for the bending and
tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will
not be made until test results are received. The Contractor shall be responsible for any
deviation from the specified physical properties and those evaluated through testing.
Failure to meet the specified physical properties will result in the CIPP liner being
considered defective work which will be handled in accordance with Section 1-05 of the
standard specifications. The Contractor shall be responsible for all costs associated with
the testing of the liner physical properties.
The above-stated sampling shall be performed for each separate installation of CIPP.
For example: one flat plate sample from each individual pipeline liner installed.
The wall thickness of the material tube shall be ordered to the next standard 1.0 mm
incremental thickness above the minimum calculated design thickness. Unless
otherwise specified to provide for excess resin migration, the gap thickness of the
wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass
during impregnation. The minimum wall thickness shall be determined at a minimum of
three locations on a cut section of the CIPP flat plate sample using a method of
measurement accurate to the nearest 0.005 inch.
7-23.1(4) CIPP Liner Handling
Contractor shall exercise adequate care during transportation, handling, and installing to
ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP
materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be
repaired or replaced in accordance with the manufacturer’s recommendations and
approval by the Engineer before proceeding further; and at the Contractor’s expense.
7-23.2 Materials
7-23.2(1) General Specifications
All materials and installation procedures provided by the Contractor for use in the CIPP
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-48
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.
Wrinkles in the finished liner pipe 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 or repaired by the Contractor at
no additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the
structural stability of the pipe are unacceptable. If a void between the wrinkle and the
pipe exists, the Contractor shall repair or replace that section of the pipe at no additional
cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted
to the Engineer for review.
Contractor shall be responsible for control of all material and process variables to provide
a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM
F 2019, as is applicable and supplemented herein.
7-23.2(2) Chemical Resistance
The chemical resistance tests should be completed in accordance with Test Method
ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F.
During this period, the CIPP test specimens should lose no more than 20 percent of their
initial flexural strength and flexural modulus when tested in accordance with Section 8 of
ASTM F 1216 or ASTM F 1743, whichever is applicable.
The Contractor shall be responsible for all costs associated with the chemical resistance
tests.
Proof of meeting these requirements shall be provided to the Engineer for approval at
least ten (10) days prior to commencement of work.
7-23.2(3) Component Properties
The fiberglass tubing shall be made of non-corrosion material and shall be free from
tears, holes, cuts, foreign materials and other surface defects.
The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins
should be appropriate for conditions encountered.
7-23.2(4) Finished and Cured CIPP Liner Properties
The physical properties of the cured CIPP shall have minimum initial test values as given
in Section 17-21. Properties for these or any other enhanced resins shall be
substantiated with test data.
7-23.2(5) Dimensions
Contractor shall make allowances in determining the in-liner tube length and
circumference for stretch during installation and shrinkage during curing. The minimum
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-49
length shall be that which continuously spans the distance from the center of the inlet
manhole to the center of the outlet manhole. The Contractor shall verify the lengths in
the field before the in-liner tube is cut and impregnated. Individual installation runs may
include one or more manhole-to-manhole sections as approved by the Engineer.
Installation of the liner shall be through existing or new manholes. Excavation for liner
insertion shall not be permitted except to replace the manhole cones, if necessary and/or
required.
The diameter of the existing pipes may be larger than the nominal inside diameter. It is
the Contractor’s responsibility to determine the required diameter of the liner.
The maximum wall thickness shall be at least the calculated design thickness, or the
minimum specified, to increase the diameter only as much as necessary.
7-23.3 Construction Requirements
7-23.3(1) Installation Procedures
It is forbidden to “wet-out” in-liner at the construction site because of external influences
such as heat, no possibilities to control vacuum and correct mixture of resin.
The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the
outside pressure due to groundwater.
7-23.3(1)A Installation Process
The liner will be installed by the pull/winch method.
The Contractor has to make sure that at no time resin can come in contact to the
groundwater and cause environmental issues. Preparing the old pipe or inversion of a
pre-liner is part of the installation and is included without any additional costs.
Before pulling the in-liner in, a protective foil has to be installed. The in-liner tube shall be
impregnated with resin and lowered into the manhole. The tube shall then be pulled into
position within the existing pipe with the aid of a power winch that is equipped with a
device to monitor the force and prevent excessive tension and tube elongation as
determined by the liner manufacturer. The pipe shall then be inflated with air. The in-
liner has to be inspected immediately before starting the curing process.
7-23.3(1)B Curing
Pre-curing video inspection of the inflated liner must be recorded and the entire length of
the liner must be recorded including the liner section that the light chain occupies at any
one time. Two cameras must be located on the light chain, one on the front and one on
the rear of the light chain to insure the entire length of the liner has been properly
inflated. Curing must be done under UV – Light only. The curing process shall follow a
step cure or similar approach recommended by the manufacturer and approved by the
Engineer, and shall be held at the top step for an adequate length of time as determined
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-50
by the liner manufacturer to ensure that the design physical properties are attained.
Pressure, temperature and curing process shall be monitored by both, computer and
video at any time as determined by the liner manufacturer.
7-23.3(2) Finished Product
The finished CIPP shall be continuous over the entire length of an installation run.
Defects such as foreign inclusions, dry spots, pinholes, de-lamination, and wrinkling
beyond the specification allowances, determined by the Engineer as affecting the
integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the
CIPP, shall be repaired or replaced at the Contractor’s expense.
7-28 SANITARY SEWER FORCE MAIN
Section 7-28 is a new Section
(******)
7-28.1 Description
Work consists of constructing sanitary sewer force main in accordance with the Plans,
these Specifications, and the Standard Plans, as staked.
7-28.2 Materials
Pipe used for sanitary sewer force mains shall be:
PVC(C900) 9-05.12(4)
Fittings shall be full bodied ductile iron conforming to ANSI/AWWA A21.10/C110 and
ANSI/AWWA A21.11/C111. Compact body fittings are not acceptable.
7-28.3 Construction Requirements
Work shall be as described in Section 7-08.3, 7-09.3, 7-17.3
Replace the first sentence in the first paragraph of Section 7-9.3(23) with the following:
(******)
The sewer force main and appurtenances shall be tested in sections of convenient
length. Test pressure for the force main shall be one and a half (1-1/2) time station
design pressure or 100 PSI, whichever is greater. Hydrostatic pressure testing in
accordance with Section 7-09.3(23) shall be done after backfill compaction has met
specified densities but before placement of the permanent surface. The Contractor shall
provide all Work, labor, equipment, materials, gauges, pumps, temporary blow-offs, and
incidentals required to complete all necessary pressure tests.
Contractor shall coordinate with the City to provide water required for testing, and shall
be responsible for filling new force main prior to testing.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-51
Delete Section 7-17.3(2)A in its entirety.
Minimum depth of cover on force mains shall be 48-inches
7-29 BURIED PIPE IDENTIFICATION
Section 7-28 is a new Section
(******)
7-29.1 Description
Work consists of furnishing and installing utility detection tape and / or tracer wire in
accordance with the Plans, Specifications, and the Standard Plans.
7-29.2 Materials
A. Underground warning tape:
1. Manufacturer: One of the following or approved equal:
a. Seton Name Plate Company, Branford, CT.
b. T. Christy Enterprises, Inc.
2. Material:
a. Polyethylene tape for prolonged underground use.
b. Minimum tape thickness: 4 mils.
c. Overall tape width: 3 inches.
d. Message: “CAUTION” with the name of the service followed by
“LINEBURIED BELOW.” in black lettering on colored background
in accordance with approved APWA colors:
Water: Blue.
Sewer: Green.
Telephone: Orange.
Gas and other services: Yellow.
B. Tracer Wire:
1. Manufacturers: One of the following or approved equal:
a. Kris-Tech Wire.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-52
b. Corrpro.
2. Materials: One of the following or approved equal:
a. Solid copper conductor with 30 mil HMWPE.
b. 10 gauge or thicker wire.
c. Match insulation color in accordance with approved APWA colors:
Water: Blue.
Sewer: Green.
Telephone: Orange.
Gas and other services: Yellow.
7-29.3 Construction Requirements
It is the Contractor’s responsibility for scheduling and coordinating the Work of
subcontractors, suppliers, and other individuals or entities performing or furnishing any of
Contractor’s Work.
Buried Piping Identification:
A. Underground warning tape:
1. Place continuous run of warning tape in pipe trench, 12 inches above the
pipe.
B. Tracer wire:
1. Install on all non-metallic pipe.
2. Install an electrically continuous run of tracer wire along the entire length
of the pipe with wire terminations in valve boxes, vaults, or structures.
Provide additional protection as required to ensure an electrically
continuous run when tracer wire is encased in concrete or CLSM.
3. Install tracer wire on top of the pipe and secure to pipe with tape a
minimum of every 10 feet.
4. Where approved by the Engineer, splice sections of wire together using
approved direct bury wire nuts. Twisting the wires together is not
acceptable.
5. Contractor shall test tracer wire to confirm it is electrically continuous after
installation and backfill of pipeline. Where tracer wire is not electrically
continuous, Contractor shall replace at no cost to the Owner
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 7-53
7-29.4 Submittals
Submit following:
A. Product data.
B. Manufacturer's installation instructions.
C. Operation and Maintenance Data.
D. Warranty.
7-29.5 Payment
Payment for furnishing and installing “Buried Pipe Identification” shall be included in and
incidental to the bid item for the installation of the pipe being identified.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-1
DIVISION 8
8-02 ROADSIDE RESTORATION
8-02.3(4)A Topsoil Type A
Section 8-02.3(4)A is supplemented with the following:
(******)
The contractor shall provide a material submittal for topsoil prior to use.
8-02.3(16)A Lawn Installation
Section 8-02.3(16)A has been supplemented with the following:
(******)
8-02.3(16)A1 Qualifications of Workmen
Provide at least one person who shall be present at all times during execution of the
Work and who shall be thoroughly familiar with the type of materials being installed and
the best methods for their installation and who shall direct all work performed under this
section.
8-02.3(16)A2 Submittals
8-02.3(16)A2a Certification of Material
1. Include seed mix percentages, purity, germination rates, weed experience, and
date tested for the preceding. Include complete data on source, size and quality.
2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval
in advance by the City.
3. Supply Grower’s written recommendations for fertilizer type, rate of application,
and frequency.
4. All certificates required by law shall accompany shipments.
5. Upon completion of the installation and prior to final inspection, deliver all
certificates to the Engineer.
8-02.3(16)A2b Manufacturer’s Certificates of Conformance
1. Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(16)A2c Schedule for Installation
1. The Contractor shall coordinate all work with the City and submit a watering plan
for the Establishment Period.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-2
8-02.3(16)A3 Product Handling
Deliver all items to the site in their original containers, with all labels intact and legible, at
the time of the City’s inspection. Coordinate delivery and installation of sod to ensure
sod is installed immediately upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation
and to protect the installed work and materials of all other trades.
In the event of damage or rejection, immediately make all repairs and replacements
necessary for the approval of the Inspector and at no additional cost to the City.
8-02.3(16)A4 Site Information
If sod is stored onsite, preserve and protect all sod on site prior to and during installation.
Protect from wind, drought, unusual weather and vandalism. Store all sod on site within
limits of work.
Protect adjacent property, public walks, curbs and pavement from damage. Do not block
public access routes with plant material.
8-02.3(16)A5 Sod
The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring
restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as
shown in the Special Provisions.
8-02.3(16)A5a Other Materials
All other materials not specifically described but required for a complete and proper
planting installation, shall be selected by the Contractor subject to the approval of the
Engineer.
8-02.3(16)A6 Execution
Prior to all work of this section, carefully inspect the installed work of all other trades and
verify that all such work is complete to the point where this installation may properly
commence. Verify that lawn installation may be completed in accordance with the
original design and the referenced standards. In the event of discrepancy, immediately
notify the Engineer for specific instructions.
8-02.3(16)A6aInstallation Preparation
1. Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and
removing rocks and debris over 1” in diameter. Subgrade soils should be free-
draining and without any impervious soils or other materials harmful to plant
growth. Notify the Inspector of any subgrade conditions deleterious to plant
growth.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-3
2. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas.
3. Thoroughly rototill topsoil to a minimum depth of 6 inches.
4. Fine grade per Contract Specifications in turf areas as indicated on drawings.
Rake entire surface to conform to site grading. Grade edges to 1” below adjacent
paved surfaces to provide a smooth transition. Roll as necessary to firm grade to
satisfaction of the Inspector.
5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower
and lightly rake to incorporate into the soil.
8-02.3(16)A6b Sod Installation
1. Moisten sod bed and roll lightly for compaction.
2. 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.
3. Remove any bumps, undulations, or low-high spots with a light rolling.
4. Water daily for a minimum of two weeks to prevent dehydration.
5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as
necessary to prevent trampling.
6. Do not work in, over, or adjacent to planting areas without proper protection and
safeguards.
8-02.3(16)B Lawn Establishment
Section 8-02.3(16)B has been deleted and superseded with the following:
(******)
8-02.3(16)B Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for
the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat
and orderly fashion until Final Acceptance of the project by the City. The period for Final
Acceptance shall be no sooner than the second mowing. The Contractor will be held
responsible for all damage or loss caused by his inattention or carelessness. The
Contractor shall repair damage caused by traffic, vandalism, weather or other outside
causes.
8-02.3(16)B1 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-4
extend to Substantial Completion or Final Acceptance by the City of landscape work,
whichever is later. Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of
the plant in a healthy position.
2. Lawns shall be fertilized every six weeks from March through September per
Grower’s written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All
grass clippings shall be removed from the site. Maximum height of lawn shall not
exceed three inches.
4. Protect all lawn areas against damage, including erosion and trespassing, by
providing and maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn
areas on a regular basis, at least weekly or more often where necessary. This
will include leaf fall control in Fall period. Policing for paper and litter in all areas
shall be conducted at least weekly. During the Fall period leaves, windblown into
gutters and catch basins, are considered as litter and shall be removed as debris.
8-02.3(16)B2 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a
period of one year from the date of Final Acceptance.
8-02.3(16)B3 Final Acceptance
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and
a uniform grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection
of the entire project or earlier, if approved by the Engineer. A final punch list will be
issued. Final Acceptance of the new turf areas which are the responsibility of the
Contractor will be contingent upon Final Acceptance of the entire project or at the
determination of the City if earlier than Final Acceptance of the entire project.
8 09 RAISED PAVEMENT MARKERS
8 09.5 Payment
Section 8-09.5 has been revised as follows:
(******)
Payment will be made for each of the following bid items that are included in the
proposal:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-5
“Raised Pavement Marker Type 1”, per each.
“Raised Pavement Marker Type 2”, per each.
“Raised Pavement Marker Type 3 ______ In.”, per each.
“Recessed Pavement Marker”, per each.
The unit contract price per each for “Raised Pavement Marker Type 1”, “Raised
Pavement Marker Type 2”, and “Raised Pavement Marker Type 3 ______ In.” and
“Recessed Pavement Marker” shall be full pay for all labor, materials, and equipment
necessary for furnishing and installing the markers in accordance with these
Specifications, including all cost involved with traffic control unless traffic control is listed
in the Contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
(******)
This Work shall consist of furnishing and placing monument cases and covers, in
accordance with the Standard Plans and these Specifications, in conformity with the lines
and locations shown in the Plans or as staked by the Engineer or by the Contractor
supplied Surveyor.
8 13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
(******)
The monument will be furnished and set by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be
responsible for assuring that a registered surveyor references the existing monuments
prior to construction. After construction is complete, the monuments shall be re-
established by the Surveyor in accordance with RCW58.09.130.
8 13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
(******)
All costs for surveying and resetting existing monuments impacted by construction shall
be considered incidental to the Contract unless specifically called out to be paid as a bid
item.
8 13.5 Payment
Section 8-13.5 is supplemented by adding the following:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-6
(******)
"Reset Existing Monument" per each.
Resetting an existing monument impacted by construction shall be incidental unless
included as a pay item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
(******)
The curing materials and procedures outlined in Section 5 05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be
used on sidewalks. The curing agent shall be applied immediately after brushing and be
maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and
vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time
as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the
newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or
unsightly concrete shall be removed and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
(******)
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
measurement shall include all costs for the complete installation per the Plans and
standard details including expansion joint material, curb and gutter and ramped sidewalk
section. Sawcutting, removal and disposal of excavated materials including existing
pavement and sidewalk, crushed surfacing base materials and all other Work, materials
and equipment required per Section 8-14, shall be included in the per each price for
"Curb Ramp, Cement Concrete" unless any of these other items are listed and specified
to be paid as separate pay items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the
Plans call for such installation, then quantities shall be measured with and paid for under
the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps
are to be constructed of asphalt concrete, the payment shall be included in the pay item
for "Miscellaneous and/or Driveway Asphalt Concrete."
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-7
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
(******)
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but
necessary before the sidewalk can be placed, when and if shown in the Plans, will be
made in accordance with the provisions of Section 2 03. Otherwise, the Contractor shall
make all excavations including haul and disposal, regardless of the depth required for
constructing the sidewalk to the lines and grades shown, and shall include all costs
thereof in the unit contract price per square yard for “Cement Concrete Sidewalk” and the
per each contract price for “Curb Ramp, Cement Concrete.”
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
(******)
If no pay item is included for temporary impact attenuators then all costs to provide and
install shall be considered a part of the pay item for "Traffic Control."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8 20.2(1) Equipment List and Drawings
Section 8-20.2(1) is revised and supplemented as follows:
(******)
Paragraph four of Section 8-20.2(1) is revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the
following types of standards called for on this project:
i. Light standards with or without pre approved Plans.
ii. Signal standards with or without pre approved Plans.
iii. Combination Signal and lighting standards.
iv. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-8
Section 8-20.2(1) is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached
to the signal standard shop drawings all dimensions to clearly show the specific mast
arm mounting height and signal tenon locations for each signal pole to be installed.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
(******)
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on
a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as
centerline delineation on two-lane or three-lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 inch space. Double
yellow center stripe is used as centerline delineation on multilane, two-way highways and
for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements
from through movements, to separate high occupancy vehicle lanes from general-
purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall
be placed on 45-degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of
a 9-foot line and a 15-foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4 inch space. The broken or “skip” pattern shall be based on a 24-foot
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-9
unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the
right of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
(******)
A manufacturer’s technical representative need not be present at the initial material
installation to approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
(******)
“Approach Stripe,” per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......" Wide," per linear foot.*
"Remove existing traffic markings, "per Lump Sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and
the lump sum contract price for "Remove existing traffic markings" shall be full
compensation for furnishing all labor, tools, material, and equipment necessary for
removal of existing traffic markings as per the Plans, Specifications and detail sheets. If
these pay items do not appear in the contract schedule of prices, then the removal of old
or conflicting traffic markings required to complete the channelization of the project as
shown on the Plans or detail sheets shall be considered incidental to other items in the
Contract and no further compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 8-10
pavement markings, then all costs associated with these items are considered incidental
to other items in the Contract or included under "Traffic Control," if that item is included
as a bid item.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-1
DIVISION 9
9-03.8(7) HMA Tolerances and Adjustments
Section 9-03.8(7) is revised as follows:
(******)
Item 1 is deleted and replaced with:
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-
04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the
following tolerances:
Aggregate, percent passing Nonstatistical
Evaluation
Commercial
Evaluation
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%3%
Asphalt Binder 0.5%0.7%
VMA 1.5% below minimum value in 9-03.8(2)
VFA minimum and maximum as listed in 9-03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control point’s section,
except the tolerance limits for sieves designated as 100% passing will be 99-100.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
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 (RC)
Section 9-05.7(2) is replaced by the following:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-2
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 (RC)
Section 9-05.7(2)A is supplemented by the following:
(******)
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance
with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with
ASTM C361 or AWWA C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3) is replaced by the following:
(******)
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 (RC)
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 (RC)
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
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-3
essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or
minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high
(measured as the minimum vertical distance from the outside of pipe wall immediately
adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of
the ribs shall be 11.75 inches center to center (measured normal to the direction of the
ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of
0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not
contain a lockseam, a stiffener shall be included midway between ribs, having a nominal
radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe.
Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or
paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of
Sections 9-05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs
shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375
inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center
to center (measured normal to the direction of the ribs). The radius of bend of the metal
at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9-05.12 Polyvinyl Chloride (PVC) Pipe
Section 9-05.12(3) is a new additional section:
(******)
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The
Contractor shall provide one electronic copy of the pipe manufacturer’s technical
literature including tables of dimensional tolerances to the Engineer. Any pipe found to
have dimensional tolerances in excess of those prescribed or having defects, which
prevent adequate joint seal or any other damage, shall be rejected. If requested by the
Engineer, not less than three nor more than five lengths of pipe for each size, selected
from stock by the Engineer, shall be tested as specified for maximum dimensional
tolerance or the respective pipe.
Materials shall meet the requirements of the following sections:
PVC sewer pipe – Section 9-05.12(1)
PVC (C900/C905) sewer pipe – Section 9-30.1(5)A
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible
and permanent under normal conditions of handling and storage.
9-05.12(2) Profile Wall PVC Culvert, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
Sanitary Sewer Pipe
Section 9-05.12(2) is deleted in its entirety:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-4
(******)
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted in its entirety:
(******)
9 05.17 Aluminum Spiral Rib Storm Sewer Pipe
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 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 3/4 inch
wide by 3/4 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 (CPEP)
Section 9-05.19 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-5
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
Section 9-05.23 replaced with the following:
(******)
DRISCOPLEX 4100 High-density Polyethylene Piping
9-05.23(1) General Terms and Conditions
9-05.23(1)A Scope
This Specification covers requirements for DriscoPlexTM 4100 PE 3408 high-density
polyethylene piping. All Work shall be performed in accordance with these
Specifications.
9-05.23(1)B Engineered and Approved Plans
Construction shall be performed in accordance with Engineered Construction Plans for
the Work prepared under the direction of a Professional Engineer.
9-05.23(1)C Referenced Standards
Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is
incorporated by reference in these Specifications, the reference standard shall be the
latest edition and revision.
9-05.23(1)D Licenses and Permits
The Contractor shall be licensed and bonded.
9-05.23(1)E Inspections
All Work shall be inspected by an Authorized Representative of the City who shall have
the authority to halt construction if, in his opinion, these Specifications or standard
construction practices are not being followed. Whenever any portion of these
Specifications is violated, the Engineer shall, by written notice, order further construction
to cease until all deficiencies are corrected.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-6
9-05.23(2) Polyethylene Pipe and Fittings
9-05.23(2)A Qualifications of Manufacturers
The manufacturer shall have manufacturing and quality assurance facilities capable of
producing and assuring the quality of the pipe and fittings required by these
Specifications. The manufacturer’s production facilities shall be open for inspection by
the City or his Authorized Representative. The Project Engineer shall approve qualified
manufacturers.
9-05.23(2)B Materials
Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE
3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and
shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe
Institute) TR-4, with a standard grade HDB rating of 1600 psi at 73F. Color material,
when used, shall be the same except for meeting ASTM D 3350 cell classification
345464E. The material shall be listed and approved for potable water in accordance with
NSF Standard 61. When requested on the order, the manufacturer shall certify that the
materials used to manufacture pipe and fittings meet these requirements.
9-05.23(2)C Interchangeability of Pipe and Fittings
The same qualified and approved manufacturer shall produce polyethylene pipe and
fittings. Products such as fittings or flange adapters made by sub-contractors or
distributors are prohibited.
9-05.23(2)D Polyethylene Fittings & Custom Fabrications
Polyethylene fittings and custom fabrications shall be molded or fabricated by the
approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated
for the same internal pressure rating as the mating pipe.
9-05.23(2)E Molded Fittings
Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and
shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
9-05.23(2)F Fabricated Fittings
Fabricated fittings shall be made by heat fusion joining specially machined shapes cut
from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated
for internal pressure service at least equal to the full service pressure rating of the mating
pipe. Fabricated fittings shall be tested in accordance with AWWA C906.
9-05.23(2)G Polyethylene Flange Adapters
Flange adapters shall be made with sufficient through-bore length to be clamped in a butt
fusion-joining machine without the use of a stub-end holder. The sealing surface of the
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-7
flange adapter shall be machined with a series of small v-shaped grooves (serrations) to
promote gasketless sealing, or restrain the gasket against blowout.
9-05.23(2)H Back-up Rings & Flange Bolts
Flange adapters shall be fitted with back-up rings that are pressure rated equal to or
greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to
provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3
or higher.
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and
Polypropylene Sanitary Sewer Pipe
This sections content is deleted and replaced with the following:
(******)
All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling
and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F
477. All gaskets shall be factory installed on the pipe in accordance with the producer’s
recommendations.
Qualification for each producer of polypropylene storm sewer pipe requires joint system
conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and
a formal quality control plan for each plant proposed for consideration.
A Manufacturer’s Certificate of Compliance shall be required and shall accompany the
materials delivered to the project. The certificate shall clearly identify production lots for
all materials represented. The Contracting Agency may conduct verification tests of pipe
stiffness or other properties it deems appropriate.
This section is supplemented with the following new sub-sections:
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
1. For dual wall pipe sizes up to 30 inches: ASTM F2736.
2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764.
3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type
D.
4. Fittings shall be factory welded, injection molded or PVC.
9-05.24(2) Polypropylene Sanitary Sewer Pipe
Polypropylene sanitary sewer pipe shall conform to the following requirements:
1. For pipe sizes up to 30 inches: ASTM F2736.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-8
2. For pipe sizes from 30 to 60 inches: ASTM F2764.
3. Fittings shall conform to ASTM F2764. Bell & spigot connections shall utilize a
spun-0n, welded or integral bell and spigot with gaskets meeting ASTM F477.
Fitting joints shall be watertight joint performance requirements of ASTM D3212.
9-05.52 Dense Foam
Section 9-05.52 is a New Section as follows:
(******)
Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as
manufactured by Dow Chemical Company, or approved equivalent.
9-08 PAINTS AND RELATED MATERIALS
9-08.9 Manhole Coating System Products
Section 9-08.9 is a new section and subsections:
(******)
9-08.9(1) Coating Systems Specification
1. 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 (min. 1.5-2.0 DFT)
Color:White
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1(1) Topsoil Type A
Section 9-14.1(1) 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 objects. Topsoil should be fertile and free-flowing (pulverized). Topsoil shall be
Mycorrhizae inoculated.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-9
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)
9-14.6(8) Sod
Section 9-14.6(8) is supplemented with the following:
(******)
Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier
than those at the site. Sod shall have normal habit of growth and be healthy, vigorous
and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed
the specification of Federal, State and local laws requiring inspection for plant disease
and insect control.
Sod: Non-net “Premium Shadow Master” Sod Mixture from Emerald Turfgrass Farms,
Inc., Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved
equal 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 AND ADMIXTURES
9 23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
(******)
Fly ash shall not be used around water lines.
9 30 WATER DISTRIBUTION MATERIALS
9-30.1 Pipe
Section 9-30.1 is supplemented and revised as follows:
(******)
All materials for water distribution and transmission shall be new and undamaged. Prior
to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall
submit the material source as required by Section 1-06.1 of the Standard Specifications.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-10
All direct and indirect drinking water system components which come in contact with
potable water shall have National Sanitation Foundation (NSF) certification. All pipe and
fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness
as applicable and shall be marked on the component at the place of manufacture.
Marking shall be legible and permanent under normal conditions of handling and storage.
9-30.1(1) Ductile Iron Pipe
Section 9-30.1(1) is revised to read as follows:
(******)
1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and
meet the requirements of AWWA C151. Ductile iron pipe shall have a double
thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of
AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52
or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be
Class 53 per AWWA C115.
2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or
mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified.
3. Restrained joints shall be as specified in Section 9-30.2(6).
4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for
250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA
C 115. Thicker Classes are acceptable.
The Contractor shall furnish certification from the manufacturer of the pipe and gasket
being supplied that the inspection and all of the specified tests have been made and the
results thereof comply with the requirements of the above referenced standards.
9-30.1(2) Polyethylene Encasement
Section 9-30.1(2) is supplemented and revised as follows:
(******)
Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type
conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a
polyethylene encasement, tube-type and in black color.
9-30.2 Fittings
9-30.2(1) Ductile Iron Pipe
Section 9-30.2(1) is supplemented and revised as follows:
(******)
Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA
C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water
main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350
psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-11
specified. Metal thickness and manufacturing process shall conform to applicable
portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24
inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or
ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern.
Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps,
offsets, reducers, and ells.
Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to
ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna
N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service
purposes. Type of connections shall be specified as push-on joint (Tyton), mechanical
joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded.
Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be
mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body
type and shall be 15 inches minimum length and shall be mechanical joint.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size
and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the
outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a
mechanical joint sleeve.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size
and the outside diameter of the existing cast iron pipe conforms to AWWA 1908
classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint
sleeve having a single-piece casting. Threaded pipe and flanges combinations shall not
be used.
Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and
nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA
C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade
A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts
and bolts shall be type 316SS.
Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with
Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications
for all fittings and bolts to be used.
9-30.2(2) Galvanized Iron Pipe
Section 9-30.2(2) is a new section and shall read as follows:
(******)
Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40,
steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized)
welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be
screwed malleable iron galvanized per ANSI B16.3.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-12
9-30.2(3) Steel Casing Pipe
Section 9-30.2(3) is a new section and shall read 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) Spacers and Seals for Steel Casing Pipe
Section 9-30.2(4) is supplemented 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
Section 9-30.2(6) including title is revised as follows:
(******)
9-30.2(6) Restrained Joint Pipe and Fittings
Restrained joints (RJ) ductile iron pipe and fittings, where required on the plans, shall be
flexible after assembly and be able to be disassembled. Restrained joints shall meet the
following criteria:
1. The restrained joint shall have a positive metal to metal contact locking system
without the use of gripping teeth. Gaskets for push-on joint pipe with integrally
molded steel or metal teeth or locking segments shall not be allowed as
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-13
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.
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe
Section 9-30.2(7) is revised as follows:
(******)
Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible
couplings for water main shall be compression type by pipe manufacturer: Romac or
Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion
resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy
hex nuts shall be used.
The long body pattern with a minimum center ring or center sleeve length of 12-inches
for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for
pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter)
shall be a 15 inch minimum length.
9-30.3 Valves
Section 9-30.3 is supplemented and revised as follows:
(******)
The valves shall be a standard pattern of a manufacturer whose products are approved
by the Engineer and shall have the name or mark of the manufacturer, year valve casting
was made, size and working pressure plainly cast in raided and legible letters on the
valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All
valves shall be stamped with “NSF APPROVED” and “DI”.
Where a valve is required to operate in a higher pressure environment than the Class of
valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-14
9-30.3(1) Gate Valves (3 inches to 16 inches)
Section 9-30.3(1) is supplemented and revised as follows:
(******)
All valve material shall be new and undamaged. Unless otherwise approved by the
Engineer, the same manufacturer of each item shall be used throughout the work.
All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem
and shall be equipped with a standard two (2) inch square operating nut and O-ring stem
seals. Valves shall open counterclockwise when viewed from above. Valves shall be
designed for a minimum water operating pressure of 200 PSI.
Resilient seated gate valves shall be manufactured to meet or exceed the requirements
of AWWA Standard C-509 and C-515 latest revisions.
Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as
shown on the project plans. Where restrained joints are called out, valve ends shall be
flanged with appropriate flange by restrained joint adapters.
All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as
required. A valve stem extension is required where the valve operating nut is more than 3
feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only
one extension per valve in shall be installed in accordance to the City of Renton standard
plans.
Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo),
Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less.
Approval of valves other than models specified shall be obtained prior to bid opening.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented and revised as follows:
(******)
In addition to the requirements of section 9-30.3, water main butterfly valves shall
conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type
and shall have flanged ends. Flanged ends shall be sized and drilled in conformance
with ANSI B16.1 Class 125. Valve shall be suitable for direct bury and shall have a stem
extension with AWWA 2-inch square operating nut and suitable valve box. All butterfly
valves bodies and discs shall be ductile iron.
The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick,
Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or
approved equal.
9-30.3(4) Valve Boxes
Section 9-30.3(4) is supplemented and revised as follows:
(******)
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-15
Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-
piece slip type with cast iron extension as necessary, conforming to the City of Renton
latest standard plans. The cover shall have the word “WATER” cast in it and shall have
cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be
provided for valves with groundcover in excess of the depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO,
Rich (Varnish Casting Corp.)
9-30.3(5) Valve Marker Posts
Section 9-30.3(5) is supplemented and revised as follows:
(******)
Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal
with blue label "water”. The valve markers shall be installed in conformance with the City
of Renton Standard Plans.
9-30.3(6) Valve Stem Extensions
Section 9-30.3(6) is supplemented and revised as follows:
(******)
Valve stem extensions shall have a 2-inch square operating nut and self-centering
rockplate. A valve stem extension is required where the valve operating nut is more than
3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with
only one extension per valve in shall be installed in accordance to the City of Renton
standard plans.
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7) is supplemented and revised as follows:
(******)
Combination air release/air vacuum valves shall comply with the requirements of
ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and
Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin
UL10 or approved equal. Installation shall be per the City of Renton Standard Details,
latest revision. Piping and fitting shall be copper or brass. Location of the air release
valve as show on the plans is approximate. The installation shall be set at the actual
high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8) is supplemented and revised as follows:
(******)
Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall
be Cor-Ten or stainless steel.
9-30.3(9) Blow-Off Assembly
Section 9-30.3(9) is a new section:
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-16
(******)
Installation of blow-off assembly shall be per City of Renton Standard Details, latest
revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at
location(s) shown on the plans. Temporary blow-off assembly on new dead-end water
main shall be installed at location shown on the plans. Temporary blow-off assemblies
for testing and flushing of the new water mains will not be included under this item and
shall be considered incidental to the contract and no additional payment shall be made.
9-30.5 Hydrants
Section 9-30.5 is supplemented and revised as follows:
(******)
Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of
a pattern approved by the City of Renton. The name or mark of the manufacturer, size of
the valve opening and year made shall be plainly cast in raised letters on the hydrant
barrel to be visible after the hydrant is installed.
Hydrants of the following manufacture and pattern have been approved by the City of
Renton.
Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American
Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250.
9-30.5(1) End Connections
Section 9-30.5(1) is revised as follows:
(******)
Hydrant end connections shall be mechanical joint connection unless otherwise specified
in the description of the bid of proposal.
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2) is replaced with the following:
(******)
Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring
stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections,
one 4-inches pumper port connection with City of Seattle standard threats and with a
4.875” Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The
shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall
be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-
inch pentagonal.
Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with
a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint
system is 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.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 9-17
The hydrant curb stand section of the hydrant that is above ground including all exposed
surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore
Luxlite or approved equal in Safety Yellow color.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants,
latest revisions.
9-30.6 Water Service Connections (2 Inches and Smaller)
9-30.6(3) Service Pipes
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B is revised to read as follows:
(******)
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
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
Section 9-30.6(5) has been supplemented as follows:
(******)
Meter setters shall be installed per the City of Renton Standard Details for water meters,
latest revision.
9-30.6(7) Meter Boxes
Section 9-30.6(7) has been supplemented as follows:
(******)
Meter boxes shall be installed per the City of Renton Standard Details for water meters,
latest revision.
CITY OF RENTON RENTON AIRPORT PRIVATE LIFT STATION REPLACEMENT PROJECT FALL 2020
SPECIAL PROVISIONS 10-1
DIVISION 10
10-01 MARKING PAINT REMOVAL
Section 10-01 is a new section:
(******)
The permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area. The permittee shall remove the utility locate marks within 14 days
of job completion.
DBEHSep 4, 2020Sep 4, 2020REN119-068ALS-D-COV.DWGSHOWN
COV 1 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:COVERPROJECT VICINITY MAP
CONTACT COMPANY PHONE
ANN FOWLER CITY OF RENTON (425) 430-7211
ALEX FUSSELL RH2 ENGINEERING (425) 951-5348
RH2 ENGINEERINGEDWIN HALIM (425) 951-5332
KEVIN SCHALK RH2 ENGINEERING (425) 951-5308
SHANE COUTY CITY OF RENTON (425) 766-6185
WILLIAM ADAMS RENTON AIRPORT (253) 854-0248
CITY OF RENTON
RENTON AIRPORT PRIVATE LIFT
STATION REPLACEMENT
PROJECT NO. WWP-27-04058
FALL 2020
CONTACT PERSONNEL
CONTACT COMPANY PHONE
ANN FOWLER CITY OF RENTON (425) 430-7211
ALEX FUSSELL RH2 ENGINEERING (425) 951-5348
RH2 ENGINEERINGEDWIN HALIM (425) 951-5332
KEVIN SCHALK RH2 ENGINEERING (425) 951-5308
SHANE COUTY CITY OF RENTON (425) 766-6185
WILLIAM ADAMS RENTON AIRPORT (253) 854-0248
PROJECT VICINITY MAP
PROJECT
LOCATION
RAINIER
AVE
N
PROJECT SITE
PROJECT VICINITY MAP
PROJECT LOCATION MAP
SITE ADDRESS: 840 W. PERIMETER ROAD, RENTON, WA, 98057
W PERIMETER RDRENTON AIRPORT CITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSSheet List Table
SHEET NO.DESCRIPTION DWG NO.
LEGEND
SURVEY NOTES
CALL 48 HOURS BEFORE YOU DIG
ONE CALL 1-800-424-5555
REPORT ALL SPILLS
DEPT. OF ECOLOGY 1-800-258-5990
DBEHSep 4, 2020Sep 4, 2020REN119-068ALS-D-GEN01.DWGSHOWN
G01 2 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:GENERAL INFORMATIONCITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSFLANGE x FLANGE (FLxFL) PIPE
MEASURED FROM FACE OF
FLANGE TO FACE OF FLANGE.
FLANGE x PLAIN END (FLxPE)
PIPE MEASURED FROM FACE OF
FLANGE TO CENTER OF FITTING.
PLAIN END x PLAIN END (PExPE) PIPE
MEASURED FROM CENTER OF
FITTING TO CENTER OF FITTING.
RESTRAINED JOINT x RESTRAINED
JOINT (RJxRJ) PIPE MEASURED FROM
CENTER OF FITTING TO CENTER OF
FITTING.
PIPE LENGTH
PIPE LENGTH
PIPE LENGTH
PIPE LENGTH
PIPE LENGTHS CALLED OUT ON PLANS ARE MEASURED AS FOLLOWS:
FITTINGS ARE ASSUMED TO BE STANDARD LENGTH 125#, 250# FLANGED OR
COMPACT CLASS 350 MECHANICAL JOINTS. CONTRACTOR RESPONSIBLE FOR
VERIFYING LENGTHS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO TAKE
INTO ACCOUNT ANY VARIATIONS IN FITTING DIMENSIONS.
PIPE LENGTH MEASUREMENTS NORTHING
AND EASTING
CALLOUT
POINTS
TEES:
BENDS:
FLANGES:
REDUCERS:
VALVES:
GENERAL NOTES
1.CALL 1-800-424-5555 FOR UTILITY LOCATES 48 HOURS BEFORE CONSTRUCTION. HAVE ALL UTILITIES LOCATED BY THE
APPROPRIATE UTILITY LOCATING PROFESSIONALS, PRIOR TO AND DURING CONSTRUCTION. IMMEDIATELY NOTIFY THE
ENGINEER AND THE UTILITY COMPANY WHEN A CONFLICT OCCURS OR WHEN A CONFLICT IS ANTICIPATED.
2.CONTRACTOR INITIATED CHANGES SHALL BE SUBMITTED IN WRITING TO THE ENGINEER FOR APPROVAL PRIOR TO
IMPLEMENTATION OR CONSTRUCTION.
3.KEEP A COPY OF THE APPROVED PLANS ON-SITE WHENEVER CONSTRUCTION IS IN PROGRESS.
4.TAKE ALL NECESSARY PRECAUTIONS TO PROTECT THE PUBLIC AND PREVENT NUISANCES. PROVIDE TEMPORARY BRACING
FOR THE STRUCTURE AND STRUCTURAL COMPONENTS UNTIL ALL FINAL CONNECTIONS HAVE BEEN COMPLETED IN
ACCORDANCE WITH THE PLANS.
5.THE CONTRACTOR IS RESPONSIBLE FOR PREPARING COMPLETE AS-CONSTRUCTED (AS BUILT) RECORDS, INCLUDING
AS-BUILT SURVEYING.
6.CONSTRUCTION OF IMPROVEMENTS SHALL CONFORM TO THE CURRENT EDITION OF THE CITY OF RENTON AND KING
COUNTY STANDARDS AND THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, 2020
EDITION, AS ISSUED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION AND THE AMERICAN PUBLIC WORKS
ASSOCIATION. THESE DOCUMENTS HEREINAFTER REFERRED TO AS THE STANDARD SPECIFICATIONS.
7.PROVIDE ALL CONSTRUCTION STAKING ON THIS PROJECT INCLUDING THE PREPARATION OF COMPLETE CONSTRUCTION
RECORDS. STAKING FOR GRADES AND ALIGNMENT SHALL BE PERFORMED BY AN ENGINEERING OR SURVEYING FIRM
LICENSED AND CAPABLE OF PERFORMING SUCH WORK. RIGHT OF WAY AND EASEMENT LIMITS MUST BE CLEARLY
IDENTIFIED IN THE FIELD DURING CONSTRUCTION.
8.A PRECONSTRUCTION CONFERENCE AND 24-HOUR NOTICE WILL BE REQUIRED PRIOR TO STARTING CONSTRUCTION OR
RESTARTING CONSTRUCTION AFTER A PERIOD OF MORE THAN 5 DAYS OF NO WORK BEING PERFORMED.
9.RESTORE ALL AREAS DISTURBED BY CONSTRUCTION TO A CONDITION EQUAL OR BETTER TO THOSE FOUND PRIOR TO
CONSTRUCTION.
10.SEE DIVISION 1 OF THE SPECIFICATIONS FOR PERMIT INFORMATION.
11.CLEAN UP ALL AREAS AFFECTED BY CONSTRUCTION ACTIVITIES TO THE SATISFACTION OF THE OWNER BY THE END OF
EACH WORKING DAY OR MORE FREQUENTLY IF REQUIRED BY THE OWNER. THIS INCLUDES REMOVAL OF ALL DUST, MUD,
ROCKS, ASPHALT DEBRIS, AND REFUSE FROM STREETS, SIDEWALKS, DRIVEWAYS, AND ANY OTHER AREAS AFFECTED BY
THE CONSTRUCTION ACTIVITIES. FAILURE TO CLEANUP TO THE SATISFACTION OF THE OWNER WILL NECESSITATE A
SHUTDOWN OF THE PROJECT UNTIL CLEANUP IS PROPERLY PERFORMED. DAILY CLEANUP IS AN INTEGRAL PART OF
EROSION AND POLLUTION CONTROL.
12.THE EXISTING LIFT STATIONS SHALL NOT BE TAKEN OUT OF SERVICE UNTIL THE LIFT STATION CONSTRUCTED UNDER THIS
CONTRACT HAS BEEN INSTALLED, TESTED, AND APPROVED IN WRITING BY THE OWNER.
13.CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SAFETY PRECAUTIONS AND THE METHODS, TECHNIQUES, SEQUENCES AND
PROCEDURES REQUIRED TO PERFORM THE WORK.
1.THE CONTRACTOR SHALL PREPARE TRAFFIC CONTROL PLAN(S) SHOWING SIGNAGE AND FLAGGERS AS NEEDED TO
COMPLETE THESE IMPROVEMENTS AND SUBMIT TO THE OWNER FOR APPROVAL. TRAFFIC CONTROL PLANS SHALL ADDRESS
DETOURS FOR PEDESTRIANS AND BICYCLISTS AS NECESSARY. NO WORK SHALL COMMENCE UNTIL ALL APPROVED TRAFFIC
CONTROL IS IN PLACE. ALL TRAFFIC CONTROL DEVICES AND PROCEDURES SHALL COMPLY WITH THE MANUAL ON UNIFORM
TRAFFIC CONTROL DEVICES (MUTCD), WSDOT AND THE CITY OF RENTON STANDARDS.
TRAFFIC CONTROL
THE OWNER SHALL BE SOLE DETERMINER OF APPROPRIATE ABANDONMENT PROCEDURES AND METHODS. CONTRACTOR SHALL
COORDINATE WITH THE OWNER TO DETERMINE WHETHER TO SALVAGE OR DISPOSE OF REMOVED FACILITIES. UNUSABLE EQUIPMENT
SHALL BE DISPOSED OF BY THE CONTRACTOR. THE FOLLOWING METHODS ARE APPROVED ABANDONMENT PROCEDURES FOR
TERMINATED FACILITIES.
LIFT STATION
UPON WRITTEN ACCEPTANCE OF PROPOSED LIFT STATION'S OPERATION, ABANDON THE EXISTING MANHOLE SIMILAR TO CITY OF
RENTON STANDARD PLAN 400.5. REMOVE ALL PUMPS, PIPES, FITTINGS, TELEMETRY EQUIPMENT, AND ALL OTHER APPURTENANCES
FROM INSIDE THE EXISTING PUMP STATION AND DISPOSE ACCORDING TO THE REGULATIONS. PIPES TO BE ABANDONED PER PLAN.
ELECTRICAL PANELS
REMOVE ALL EXISTING ELECTRICAL PANELS AND ENCLOSURES THAT ARE NO LONGER IN USE AND DISPOSE OF PROPERLY.
DEACTIVATE POWER SOURCES AT THE CIRCUIT BREAKERS.
SEWER PIPES
1.PLUG ENDS OF ABANDONED SEWER PIPES WITH GROUT PLUG, 12" LONG MIN.
2.AT EXISTING FORCE MAIN DISCHARGE IN MANHOLE 10384, REMOVE EXISTING 90° DUCTILE IRON BEND AND INSTALL DUCTILE
IRON BLIND FLANGE.
CONDUIT
1.CONDUIT SHALL BE CUT OFF BELOW GRADE AND PLUGGED WITH 12" OF GROUT, TYP. EACH END.
ABANDONMENT NOTES
SEWER FORCE MAIN CONSTRUCTION NOTES
1.FORCE MAIN TRENCH SECTION AND ALL EXCAVATED AREAS SHALL BE BACKFILLED AND COMPACTED IN ACCORDANCE WITH
THESE CONTRACT DOCUMENTS AND WITH SECTIONS 7-9.3(10) AND 7-9.3(11) OF THE STANDARD SPECIFICATIONS.
COMPACTION TESTING SHALL BE REQUIRED DURING BACKFILLING OPERATIONS ON ALL 24" AND LARGER PIPE, ALL OPEN CUTS
AND/OR CROSSINGS WITHIN PAVED OR TRAVELED AREAS AND AT THE DISCRETION OF THE OWNER. IF TRENCH BACKFILL
DOES NOT MEET COMPACTION REQUIREMENTS, CONTRACTOR SHALL EXCAVATE, RE-COMPACT AND RETEST MATERIAL AT
CONTRACTOR'S EXPENSE.
2.OWNER-APPROVED THRUST RESTRAINTS ARE REQUIRED FOR ALL UNRESTRAINED FITTINGS. THRUST BLOCKING IS THE
PREFERRED METHOD UNLESS OTHERWISE SHOWN ON THE PLANS. THE CONTRACTOR SHALL PROVIDE ALL NECESSARY PIPE
JOINT RESTRAINT SO THAT THE PIPE DOES NOT SEPARATE DUE TO THERMAL EXPANSION, UNRESOLVED THRUST FORCES, OR
DESTABILIZATION OF STEEP SLOPES.
3.AT POINTS WHERE EXISTING THRUST BLOCKING EXISTS, MINIMUM CLEARANCE OF UNDISTURBED SOIL BETWEEN THE
CONCRETE BLOCKING AND PROPOSED BURIED UTILITIES OR STRUCTURES SHALL BE 5 FEET.
4.THE CONTRACTOR SHALL PERFORM PRESSURE TESTING IN ACCORDANCE WITH THE SPECIFICATIONS, UNLESS OTHERWISE
APPROVED. THE OWNER HAS DISCRETION TO MODIFY THE TESTING REQUIREMENTS AS THEY DEEM APPROPRIATE.
5.ALL NON-METALLIC PIPE SHALL INCLUDE A TRACER WIRE TAPED EVERY 5 FEET TO THE PIPE AND DETECTABLE MARKER TAPE
AT 18" ABOVE PIPE.
1.CONTRACTOR SHALL PROVIDE EROSION AND SEDIMENTATION CONTROL MEASURES AND FACILITIES PER LATEST
VERSION OF CITY OF RENTON SURFACE WATER DESIGN MANUAL AND THESE CONTRACT DOCUMENTS.
2.ANY DISCHARGE OF SEDIMENT-LADEN RUN-OFF OR OTHER POLLUTANTS TO WATERS OF THE STATE IS IN VIOLATION
OF CHAPTER 90.48, WATER POLLUTION CONTROL AND WAC 173-201A, WATER QUALITY STANDARDS FOR SURFACE
WATERS OF THE STATE OF WASHINGTON, AND IS SUBJECT TO ENFORCEMENT ACTION.
3.DURING CONSTRUCTION, ALL RELEASES OF OILS, HYDRAULIC FLUIDS, FUELS, OTHER PETROLEUM PRODUCTS, PAINTS,
SOLVENTS, AND OTHER DELETERIOUS MATERIALS MUST BE CONTAINED AND REMOVED IN A MANNER THAT WILL
PREVENT THEIR DISCHARGE TO WATERS AND SOILS. THE CLEANUP OF SPILLS SHALL TAKE PRECEDENCE OVER
OTHER WORK ON THE PROJECT. BARRELS, PETROPHILIC PADS, TARPS, AND OTHER EQUIPMENT NECESSARY FOR
CAPTURING, CONTROLLING, AND DISPOSING OF HAZARDOUS FLUIDS SHALL BE AVAILABLE ON-SITE AT ALL TIMES.
4.PROPER EROSION AND SEDIMENT CONTROL PRACTICES MUST BE USED ON THE CONSTRUCTION SITE AND ADJACENT
AREAS TO PREVENT UPLAND SEDIMENTS FROM ENTERING THE NATURAL DRAINAGE SYSTEM. ALL SURFACE AREAS
DISTURBED AND ANY EMBANKMENTS OR EXCAVATIONS CREATED BY CONSTRUCTION ACTIVITIES MUST BE
REVEGETATED OR PROVIDED AN EQUIVALENT TYPE OF PROTECTION AGAINST EROSION.
5.LINEAR CONSTRUCTION ACTIVITIES SUCH AS RIGHT-OF-WAY AND EASEMENT CLEARING, ROADWAY DEVELOPMENT,
PIPELINES, AND TRENCHING FOR UTILITIES, SHALL BE CONDUCTED TO MEET THE SOIL STABILIZATION REQUIREMENT.
6.IF STRAW MULCH FOR TEMPORARY EROSION CONTROL IS USED, IT SHALL BE APPLIED AT A MINIMUM THICKNESS OF
FOUR INCHES.
7.OWNER MAY DIRECT MAINTENANCE AND REPAIR OF TESC MEASURES AND/OR FACILITIES AS THE HIGHEST PRIORITY
WORK AT ANY TIME THE TESC MEASURES AND/OR FACILITIES DO NOT MEET THE CURRENT CITY PLAN REQUIREMENTS.
ALL TESC MEASURES AND/OR FACILITIES MAY NOT BE SHOWN ON THE PLANS, BUT SHALL BE PROVIDED BASED ON
WEATHER CONDITIONS AND CONSTRUCTION PRACTICES AT THE DISCRETION OF THE OWNER.
8.ALL LOADS MUST BE SECURED PER RCW 46.61.655.
9.DUST CONTROL MUST BE PROVIDED BY THE CONTRACTOR. THE CONTRACTOR SHALL USE A VACUUM STREET
SWEEPER TO REMOVE DUST AND DEBRIS FROM PAVEMENT AREAS AS DIRECTED BY THE OWNER. FLUSHING OF
STREETS SHALL NOT BE PERMITTED WITHOUT PRIOR OWNER APPROVAL. POWER BROOMS SHALL NOT BE USED, NOR
PERMITTED ON SITE.
10.THE ESC FACILITIES SHOWN IN THESE PLANS ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED SITE CONDITIONS.
DURING THE CONSTRUCTION PERIOD, THESE ESC FACILITIES SHALL BE UPGRADED AS NEEDED FOR UNEXPECTED
STORM EVENTS AND MODIFIED TO ACCOUNT FOR CHANGING SITE CONDITIONS (E.G. ADDITIONAL COVER MEASURES,
ADDITIONAL SUMP PUMPS, RELOCATION OF DITCHES AND SILT FENCES, PERIMETER PROTECTION ETC.) AS DIRECTED
BY THE CITY.
11.THE ESC FACILITIES SHALL BE INSPECTED DAILY BY THE CONTRACTOR AND MAINTAINED TO ENSURE CONTINUED
PROPER FUNCTIONING. WRITTEN RECORDS SHALL BE KEPT OF WEEKLY REVIEWS OF THE ESC FACILITIES.
12.ANY AREAS OF EXPOSED SOILS THAT WILL NOT BE DISTURBED FOR TWO CONSECUTIVE DAYS DURING THE WET
SEASON OR SEVEN DAYS DURING THE DRY SEASON SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC
METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.).
13.ANY AREA NEEDING ESC MEASURES THAT DO NOT REQUIRE IMMEDIATE ATTENTION SHALL BE ADDRESSED WITHIN
SEVEN (7) CALENDAR DAYS.
14.THE ESC FACILITIES ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED A MINIMUM OF ONCE A WEEK DURING
THE DRY SEASON, TWICE A WEEK DURING THE WET SEASON, OR WITHIN TWENTY FOUR (24) HOURS FOLLOWING A
STORM EVENT.
15.COVER MEASURES WILL BE APPLIED IN CONFORMANCE WITH APPENDIX D OF THE SURFACE WATER DESIGN MANUAL.
16.AT NO TIME SHALL SILT LADEN WATER BE DISCHARGED OFF SITE.
EXISTING UTILITIES
1.ALL EXISTING UTILITIES INDICATED ON THE PLANS HAVE BEEN DEPICTED BASED ON THE BEST INFORMATION AVAILABLE TO THE
ENGINEER AND SHOULD THEREFORE BE CONSIDERED APPROXIMATE ONLY AND NOT NECESSARILY COMPLETE. THE SOURCE
OF INFORMATION GENERALLY CONSISTS OF CONSTRUCTION RECORDS, UTILITY LOCATES, AND OTHER DATA OBTAINED
VERBALLY FROM OFFICIALS ASSOCIATED WITH THE PARTICULAR UTILITY. OWNER AND ENGINEER DO NOT GUARANTEE AND DO
NOT ASSUME ANY RESPONSIBILITY FOR THE ACCURACY OF THIS INFORMATION. IT IS UNDERSTOOD THAT OTHER ABOVE
GROUND AND UNDERGROUND FACILITIES NOT SHOWN ON THE PLANS MAY BE ENCOUNTERED DURING THE COURSE OF THE
WORK. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO INDEPENDENTLY VERIFY THE ACCURACY OF ALL UTILITY
LOCATIONS SHOWN TO AVOID DAMAGE AND/OR DISTURBANCE TO SUCH UTILITIES, AND TO FURTHER DISCOVER AND AVOID
ANY OTHER UTILITIES NOT SHOWN HEREON WHICH MAY BE AFFECTED BY THE IMPLEMENTATION OF THIS PLAN. CONTRACTOR
SHALL PRESERVE, PROTECT AND SUPPORT ALL EXISTING UTILITIES ENCOUNTERED DURING CONSTRUCTION.
2.OVERHEAD UTILITIES: NOT ALL OVERHEAD UTILITIES MAY BE SHOWN ON THE PLANS. IT IS THE CONTRACTOR'S RESPONSIBILITY
TO VISIT THE SITE TO INDEPENDENTLY VERIFY ALL OVERHEAD UTILITIES. THE CONTRACTOR SHALL ACCOUNT FOR
ACCOMMODATING ALL OVERHEAD UTILITIES IN HIS BID AND NO ADDITIONAL COMPENSATION WILL BE PROVIDED FOR
FACILITATING OVERHEAD UTILITIES.
3.DEPTH OF EXISTING DRY UTILITIES IS UNKNOWN.
4.USE ETHOFOAM PAD PER STANDARD SPECIFICATION SECTION 9-05.52 BETWEEN WATER AND SEWER WHERE THERE ARE
FEWER THAN 12" OF SEPARATION. A SAND CUSHION PER WSDOT 9-03.13 MAY BE USED AS APPROVED BY THE OWNER.
5.THE CONTRACTOR SHALL MAINTAIN SEWER AND DOMESTIC WATER SERVICE TO ALL EXISTING CUSTOMERS AT ALL TIMES
UNLESS OTHERWISE APPROVED BY THE CITY. NOTIFY EACH AFFECTED CUSTOMER A MINIMUM OF 72 HOURS IN ADVANCE OF
ANY SERVICE DISRUPTION. NO SHUTDOWNS SHALL BE ALLOWED ON MONDAYS, FRIDAYS OR THE DAYS BEFORE AND AFTER A
HOLIDAY.
TESC GENERAL NOTES
ABBREVIATIONS
CLNFC CHAIN LINK FENCE
COR CITY OF RENTON
MH MANHOLE
RE RIM ELEVATION
IE INVERT ELEVATION
118000-1790
BRYN MAWR PLAZA LLC
11620 RAINIER AVE S
118100-0(010-220)
CONDOMINIUM
11600 RAINIER AVE S
072305-9007
CITY OF RENTON
616 W PERIMETER ROAD
072305-9007
CITY OF RENTON
616 W PERIMETER ROAD
RAINIER
A
V
E
N
W PERIMETER RD
W PERIMETER RD
DBEHSep 4, 2020Sep 4, 2020REN119-068ALS-D-C01.DWGSHOWN
C01 3 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:EXISITNG SITE PLANEXISTING SITE PLAN CITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSTO ENSURE DRIVERS, PEDESTRIANS, AND
EMERGENCY RESPONSE VEHICLES HAVE
CLEAR ACCESS TO NORTH AND EAST
GATES AND BUILDINGS, PROVIDE MINIMUM
15' DRIVE AISLE AT ALL TIMES.
DURING CONSTRUCTION OF THE
PROPOSED GRAVITY MAIN, CONTRACTOR
MAY BLOCK OFF PARKING SPACES
WHERE DESIGNATED AND AS
NECESSARY TO CONSTRUCT PROPOSED
IMPROVEMENTS AFTER RECEIVING
WRITTEN APPROVAL BY THE OWNER.
APPROVED
STAGING
AREA
DO NOT DISTURB EXISTING
PANEL OR POWER POLE
UNTIL EXISTING STATION
DEMOLITION IS APPROVED
IN WRITING.
118000-1790
BRYN MAWR PLAZA LLC
11620 RAINIER AVE S
118100-0(010-220)
CONDOMINIUM
11600 RAINIER AVE S
W PERIMETER RD
PROPOSED SEWER PROFILE
0'
10'
20'
30'
40'
0'
10'
20'
30'
40'
-10 LF 0 LF 100 LF 200 LF 300 LFMH #1PROPOSED
FORCEMAIN
HDPE 22.5° BEND
(WLDxWLD), TYP. OF 2
MIN. 4'
COVER,
TYP.
POTHOLE CROSSING
UTILITIES PRIOR TO
ORDERING WET WELL
DBEHSep 4, 2020Sep 4, 2020REN119-068ALS-D-C02.DWGSHOWN
C02 4 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:PROPOSED SITE PLAN AND PROFILEPROPOSED SITE PLAN CITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSEXISTING LIFT STATION TO BE
ABANDONED PER NOTES ON
DRAWING NO. G01 AND RENTON
STANDARD PLAN 400.5.
REPLACE FULL CONCRETE
SIDEWALK PANEL.
EXISTING FORCEMAIN TO BE
ABANDONED. PROVIDE
GROUT PLUG EACH END PER
DRAWING NO. G01
EXISTING 8" DI 90° BEND FORCEMAIN
DISCHARGE ASSEMBLY TO BE REMOVED.
INSTALL 4" DI BLIND FLANGE.
OLDCASTLE ONELIFT PACKAGED LIFT
STATION, SEE SPECIFICATIONS FOR
ADDITIONAL INFORMATION.
TEMPORARILY REMOVE STORM PIPE TO FACILITATE LIFT
STATION CONSTRUCTION. PROVIDE TEMPORARY PUMPING
AS NECESSARY TO BYPASS STORM WATER AROUND THE
EXCAVATION. REPLACE STORM PIPE ONCE BACKFILLED
AND REMOVE TEMPORARY BYPASS.
APPROX. EXTENTS OF
ANTICIPATED LIFT STATION
EXCAVATION. SEWER PIPE
BACKFILL PER PIPE TRENCH
DETAIL. ALL STRUCTURE
BACKFILL BEYOND PIPE PAY
LIMITS SHALL BE CDF UP TO
1' BELOW FINISH GRADE.
204
CONNECT TO EXISTING MANHOLE
CORE EXISTING MANHOLE AND
CHANNELING. RECHANNEL MANHOLE
TO NEW DISCHARGE. PLUG EXISTING
WESTERN LINE PER DWG NO. G01
AFTER WRITTEN APPROVAL TO
ABANDON EXISTING LIFT STATION.
APPROX. 111 LF OF 12"
PVC PIPE AT 0.5% SLOPE
APPROX. 23 LF OF 12" PVC
PIPE AT 0.5% SLOPE
MH #1
N 184764.19 E 1297826.70
PROVIDE: (1) - 48" TYPE 1 MANHOLE
RE = 22.90'
IE (S) = 12.91'
IE (NW) = 12.89'
CONNECT TO EXISTING MANHOLE
CORE EXISTING MANHOLE AND
INSTALL PIPE BLOCKING PER
APPROX. 104 LF OF 3.5"
HDPE SDR 21 FORCEMAIN
IE IN (E) = 12.82'IE OUT (N) = 13.49'
IE (E) = 27.08'
IE OUT (N) = 17.75'
ROUTE VENT PIPING AND ELECTRICAL
CONDUIT TO UNIMPROVED AREA AND
INSTALL CONTROL PANEL AND VENT PIPE
GOOSENECK. COORDINATE WITH OWNER
REGARDING FINAL LOCATIONS.205
SEE DETAIL THIS SHEET FOR LIFT
STATION DISCHARGE CONNECTION
PROPOSED LIFT STATION SITE PLAN
NOTE: WET WELL INTERNAL
MECHANICAL CONFIGURATION TO BE
DESIGNED BY THE SUPPLIER. SHOWN
CONFIGURATION IS CONCEPTUAL.
EXISTING SEWER PIPE TO
BE ABANDONED. PROVIDE
GROUT PLUG EACH END PER
DRAWING NO. G01
N 184786.35
E 1297805.95N 184776.65
E 1297806.41
4" DI LONG BODY
SLEEVE (RJxRJ)
HDPE FLANGE
ADAPTER
(FLxWELD)
4" DI PIPE (PExPE),
2' - 0" LENGTH
N 184818.99 E 1297807.86
PROVIDE:
(1) - 71° 3.5" HDPE SDR 21 BEND
N 184823.35 E 1297792.82
PROVIDE:
(1) - 22.5° 3.5" HDPE SDR 21 VERTICAL BEND
N 184830.69 E 1297767.46
PROVIDE:
(1) - 22.5° 3.5" HDPE SDR 21 VERTICAL BEND
PROVIDE 2" SCH. 80 PVC PIPE TO ROUTE FROM VENT
PENETRATION TO VENT GOOSENECK. PROVIDE
COUPLINGS AS NECESSARY. APPROX. LENGTH = 13'
4" GATE VALVE
(FLxRJ)
ASSUMED 2' OF COVER, TYP. FOR DRY
UTILITIES. PROVIDE MINIMUM 6" CLEARANCE
BETWEEN UTILITY AND FORCE MAIN.
ASSUMED 3' OF COVER, TYP. FOR WATER
MAINS. POTHOLE TO VERIFY. PROVIDE
MINIMUM 12" CLEARANCE BETWEEN
WATER MAIN AND FORCE MAIN.
RESTORE ALL DISTURBED
UNPAVED AREAS WITH
SOD OR HYDROSEED
SEE ELECTRICAL PLANS
FOR ADDITIONAL
INFORMATION
EXISTING BOLLARDS TO BE
REMOVED IN ORDER TO
FACILITATE HYDRANT PIPING
WORK. REPLACE BOLLARDS
PER DETAIL ON DWG NO. C05.
INSTALL 2 - 3/4" COR-TEN STEEL TIE RODS
PER CITY OF RENTON STANDARD DETAIL ON
THE EXISTING HYDRANT LATERAL.
CONTRACTOR MAY USE A TURNBUCKLE TO
FACILITATE INSTALLATION.
REMOVE AND REPLACE APPROX. 40 LF EXTRUDED
CURB TO PROVIDE SPACE FOR POWER VAULT AND
RESTORE AFTER ELECTRICAL AND WATER WORK.
CURB HEIGHT TO MATCH EXISTING
PROVIDE PAVEMENT, SIDEWALK, AND CURB RESTORATION PER
DETAILS ON DWG NO. C05. REPLACE CONCRETE TO THE NEAREST
EXPANSION JOINT, TYP. EACH SIDE.
PROTECT EXISTING CATCH BASIN
REMOVE AND REPLACE FULL DEPTH OF EXISTING
PAVEMENT BETWEEN PROPOSED CURB AND
PROPOSED FORCEMAIN TRENCH/LIFT STATION.
PROPOSED SEWER PROFILE
NATIVE SUBGRADE MUST BE INSPECTED BY A LICENSED ENGINEERING
GEOLOGIST OR PROFESSIONAL ENGINEER AT THE LOWEST EXCAVATED
SUBGRADE ELEVATION. FOLLOWING APPROVAL, 6" CRUSHED ROCK
SHALL BE COMPACTED TO A FIRM AND UNYIELDING CONDITION IN THE
PRESENCE OF THE GEOLOGIST OR ENGINEER.
PUMP INFORMATION
PUMP 1: DESIGN FLOW OF 150 GPM.
PUMP 2: DESIGN FLOW OF 150 GPM.
OPERATIONAL AND FLOAT ELEVATIONS TO BE FIELD ADJUSTED
PER ENGINEER AT STARTUP. PRELIMINARY ELEVATIONS ARE:
HIGH LEVEL PUMP START FLOAT: 12.82'
PUMP TWO ON: 12.44'
PUMP ON: 11.94'
PUMP OFF: 10.94'
LOW LEVEL PUMP STOP FLOAT: 10.44'
EMERGENCY PUMP STOP FLOAT: 1' ABOVE FLOOR
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:CIVIL AND MECHANICAL DETAILSCIVIL AND MECHANICAL DETAILSCIVIL AND MECHANICAL DETAILSCIVIL AND MECHANICAL DETAILSCIVIL AND MECHANICAL DETAILSCIVIL AND MECHANICAL DETAILSCITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSCIVIL AND MECHANICAL DETAILSCIVIL AND MECHANICAL DETAILSDBEHSep 4, 2020Sep 4, 2020REN119-068ALS-D-C04.DWGSHOWN
C04 5 9
PIPE ZONE BEDDING
PIPE ZONE
6"
6"GRAVEL BACKFILL FOR
PIPE ZONE BEDDING
PER SPECIFICATIONS
TRENCH
WIDTH PER
WSDOT SS 2-09.4
202
SURFACE FINISH PER PLAN
HMA SURFACING PER DETAILS THIS SHEET
CONTRACTOR SHALL BE RESPONSIBLE
FOR TRENCH STABILITY AND SAFETY.
BACKFILL PER SPECIFICATIONS
LOCATOR TAPE ABOVE
HDPE OR PVC PIPE
PIPE ZONE BEDDING
AND BACKFILLPROPOSED PIPE
VARIES,
3' MINIMUM
12" MIN.
PIPE TRENCH DETAIL
18"
201
WHEN UNSUITABLE MATERIAL IS
ENCOUNTERED AND AS DIRECTED BY
THE ENGINEER, EXCAVATE UNSUITABLE
MATERIAL AND PROVIDE FOUNDATION
MATERIAL PER SPECIFICATIONS
TRENCH WIDTH PER
WSDOT SS 2-09.4
RESTORE TO EXISTING OR
BETTER CONDITION
2' x 2' x 0.5' THICK
CONCRETE PAD W/ WIRE
MESH REINFORCEMENT
ROUTE TO
WETWELL
WET WELL
VENT PIPE
FINISHED
GRADE
WET WELL PASSIVE VENT DETAILS
24" MIN.
205
203
TRACER WIRE ON HDPE
OR PVC PIPE
204PIPE BLOCKING
GRAVITY SEWER STATIONING AND GRADE DETAIL
MANHOLE STATION AND OFFSET REFERENCES
CENTER OF STRUCTURE
PIPE LENGTH ALSO REFERENCES
CENTER TO CENTER
ECCENTRIC CONE SHALL
MATCH ORIENTATION
SHOWN IN DETAILS AND
PLAN VIEWS
INVERT ELEVATION IN (I.E.
IN) SHOWN IN PLANS
REFERENCES THIS
LOCATION UNLESS SHOWN
OTHERWISE
INVERT ELEVATION OUT (I.E.
OUT) SHOWN IN PLANS
REFERENCES THIS
LOCATION UNLESS SHOWN
OTHERWISE
GRADE GIVEN IN PIPE CALLOUTS
REFERENCES THIS HORIZONTAL LENGTH
1 2 MANHOLE DIAMETER, TYP
MANHOLE DROP
SHALL MATCH
INVERT ELEVATION
DIFFERENCE
GENERAL NOTES:
ALL AREAS OUTSIDE OF THE TRAVELED WAY SHALL BE HYDROSEEDED PER THE SPECIFICATIONS.
BEFORE CONSTRUCTION OF HMA ON AN EXISTING PAVED SURFACE, THE ENTIRE SURFACE OF THE
PAVEMENT SHALL BE THOROUGHLY CLEANED OF DUST, SOIL, PAVEMENT GRINDINGS, AND OTHER
FOREIGN MATTER. A TACK COAT OF ASPHALT SHALL BE UNIFORMLY APPLIED TO COVER THE
EXISTING PAVEMENT WITH A THIN FILM OF RESIDUAL ASPHALT FREE OF STREAK AND BARE SPOTS. A
HEAVY APPLICATION OF TACK COAT SHALL BE APPLIED TO ALL JOINTS INCLUDING THE VERTICAL
FACE OF THE JOINT, TO BIND AND SEAL THE JOINT.
DIMENSION NOTES:
DIMENSION "A": WHEEL CUT NEAT LINE 12" BEYOND TRENCH LIMITS PRIOR TO FINAL PAVING TO
REMOVE DAMAGED AND UNDERMINED EDGES.
PHASING NOTES:
PRIOR TO TRENCH PATCHING, TRENCHES SHALL BE RESTORED TO FINISHED GRADE WITH CRUSHED
SURFACING TOP COURSE COMPACTED TO 95% OF MAXIMUM DRY DENSITY AND A 1" LIFT OF
TEMPORARY COMMERCIAL ASPHALT TO ALLOW RE-OPENING OF CROSSINGS TO LOCAL TRAFFIC. THE
PATCH SHALL BE MAINTAINED BY THE CONTRACTOR.
ROADWAY RESTORATION NOTES
ROADWAY PATCH RESTORATION 206
COMMERCIAL HMA TRENCH PATCH, DEPTH SHALL BE
EXISTING THICKNESS + 1" OR 6", WHICHEVER IS GREATER
WHEEL CUT BOTH SIDES
TO NEAT EDGE PRIOR
TO FINAL PATCHING
DEPTH OF EXISTING
ASPHALT UNKNOWN
INITIAL WHEEL CUT FOR
TRENCHING, BOTH SIDES
SEE DETAIL FOR TRENCH SECTION
PROPOSED SEWER PIPE,
STRUCTURE, OR
APPURTENANCE
6" CRUSHED SURFACING
BASE COURSE
ASPHALT TACK COATING AT
ALL PAVING JOINTS
201
A
BOLLARD DETAIL
3'-0"
2'-0"
1'-6"
1'-6" Ø
1"
6" GALVANIZED STD STEEL
PIPE. FILL WITH CONCRETE.
PAINT SAFETY YELLOW.
ROUNDED CONCRETE TOP
207
CAST-IN-PLACE CONCRETE
BOLLARD FOUNDATION
CONTINUOUS SWELLSTOP
BETWEEN WET WELL WALL
AND PIPE BLOCK PIPE PER PLAN
#5 CONCRETE ANCHORS EA.
CORNER. EMBED 3" INTO
MANHOLE. HOOK INTO BLOCK.
PIPE O.D. + 6"
WET WELL /
VAULT WALL
24"
(SQ)
12"
CONTINUOUS SWELLSTOP
BETWEEN PIPE AND PIPE BLOCK
#5 @ 18" O.C. EACH WAY
STRUCTURE INTERIOR STRUCTURE EXTERIOR
2" CLR, TYP.
NOTES:
1.DETAIL SHALL BE USED AT ALL STRUCTURE PENETRATIONS WHERE HDPE PIPE IS USED.
2.CONCRETE BLOCK SHALL BE PER SECTION 7-09.3(21) OF THE WSDOT STANDARD SPECIFICATIONS.
3.MAINTAIN 18" MINIMUM COVER OVER THE TOP OF BLOCK.
4.HDPE WALL RING MUST BE SIZED TO RESIST PULL-OUT FORCE OF HDPE PIPE DUE TO THERMAL
EXPANSION AND PIPELINE CHARGING PER MANUFACTURER'S RECOMMENDATION.
HDPE WALL RING. SEE NOTE 4.
1- #5 HOOP WITH 1'-6" LAP, DIA
OF OPENING +8", EF
KMSCMRSep 4, 2020Sep 4, 2020REN119-068ALS-D-E01.DWGSHOWN
E01 6 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:ELECTRICAL LEGENDCITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSGENERAL NOTES
LADDER LOGIC SYMBOL LEGEND
INSTRUMENT METERINDICATE TYPE BY
LETTER
VALVE SYMBOLS
ABBREVIATIONSONE-LINE DIAGRAM SYMBOLS LIGHTING FIXTURES/DEVICESPANELBOARDS, SWITCHES, AND EQUIPMENT
GROUNDING SYSTEM SYMBOLS
ELECTRICAL SITE PLAN SYMBOLS
RECEPTACLES AND JUNCTION BOX SYMBOLS
FIRE SYSTEM SYMBOLS
ADDITIONAL SYMBOLS
RACEWAY LEGEND
SITE PLAN LEGEND
BUILDING OR FACILITY PLAN LEGEND
SWITCH OUTLETS
KMSCMRSep 4, 2020Sep 4, 2020REN119-068ALS-D-E02.DWGSHOWN
E02 7 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:ONE-LINE DIAGRAM ANDELECTRICAL SCHEDULESCITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LSONE-LINE DIAGRAM
POWER DISTRIBUTION PANEL, "DP"
480/277V, 3Ø, 4W, 42 KAIC, 100A MAIN
20/3
TM
NG 100/3
TM, SE
SPD
480/277 VOLT
PROPOSED PAD- MOUNT
TRANSFORMER
MANUFACTURER'S PUMP CONTROL PANEL
MCP
PUMP NO. 1MCP
PUMP NO. 21. PROPOSED UTILITY METERING. METER BASE AND ENCLOSURE BY CONTRACTOR
TO MEET UTILITY REQUIREMENTS. METER BY PUGET SOUND ENERGY.
2. SEE GROUNDING DETAIL, THIS SHEET.
3. GROUND ROD PER N.E.C. (TYPICAL). SEE DWG NO. E04 FOR DETAIL.
ELECTRICAL NOTES
GROUND BUS
#6 MIN.
S/N
GROUNDING
SERVICE ENTRANCE
DISCONNECT SWITCH IN "DP"
BOND TO ELECTRICAL
EQUIPMENT PEDESTAL
STRUCTURAL STEEL
#6 MIN.
POWER CONDUIT AND CONDUCTOR SCHEDULE
ɸ
ELECTRICAL EQUIPMENT SCHEDULE
PROPOSED
PRIMARY SERVICE
EXISTING UTILITY
VAULT
100A
PROPOSED METER
DISCONNECT
CONTROL CONDUIT AND CONDUCTOR SCHEDULE
LIFT
STATION
PROPOSED
SEAL-OFF AS
REQUIRED, TYP.
118000-1790
BRYN MAWR PLAZA LLC
11620 RAINIER AVE S
118100-0(010-220)
CONDOMINIUM
11600 RAINIER AVE S
W PERIMETER RD
W PERIMETER RD
KMSCMRSep 4, 2020Sep 4, 2020REN119-068ALS-D-E03.DWGSHOWN
E03 8 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:ELECTRICAL PLANCITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LS1. SEE DWG NO. E02 FOR CONDUIT AND CONDUCTOR SCHEDULE.
2. CONTRACTOR SHALL COORDINATE PRIMARY POWER, TRANSFORMER INSTALLATION AND
LOCATION, AND SECONDARY POWER REQUIREMENTS WITH PUGET SOUND ENERGY
CONTRACTOR SHALL BE RESPONSIBLE FOR ALL WORK NOT PERFORMED BY PUGET SOUND
ENERGY.
3. CONTRACTOR SHALL PROVIDE EXCAVATION, BACKFILL, AND RESTORATION FOR WORK
PIT AT EXISTING UTILITY VAULT PER PUGET SOUND ENERGY REQUIREMENTS.
4. CONTRACTOR SHALL PROVIDE EXCAVATION, BACKFILL, AND RESTORATION BETWEEN
EXISTING UTILITY VAULT AND PROPOSED TRANSFORMER VAULT PER PUGET SOUND
ENERGY REQUIREMENTS. PUGET SOUND ENERGY SHALL PROVIDE AND INSTALL PRIMARY
CONDUIT AND CONDUCTORS.
5. PROPOSED PAD MOUNT TRANSFORMER AND TRANSFORMER VAULT BY PUGET SOUND
ENERGY. CONTRACTOR SHALL PROVIDE EXCAVATION, BACKFILL, AND RESTORATION PER
PUGET SOUND ENERGY REQUIREMENTS. INSTALL BOLLARDS AS NECESSARY PER PSE
REQUIREMENTS.
6. PROPOSED SECONDARY POWER SERVICE, , BY CONTRACTOR.
ELECTRICAL NOTES
ELECTRICAL SITE PLAN
LIFT STATION
ELECTRICAL EQUIPMENT PEDESTAL.
SEE DWG NO. E04 FOR DETAIL.
EXISTING UTILITY VAULT
KMSCMRSep 4, 2020Sep 4, 2020REN119-068ALS-D-E04.DWGSHOWN
E04 9 9
DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"
DRAWING IS FULL SCALE WHEN
BAR MEASURES 2"
SCALE:ELECTRICAL DETAILSCITY OF RENTONRENTON AIRPORT PRIVATE LSCITY OF RENTONRENTON AIRPORT PRIVATE LS3"
3"
3"
FINISH SURFACE PER PLAN
RED ELECTRICAL WARNING
TAPE CENTERED OVER EACH
CONDUIT IN TRENCH (TYP)36" MIN-48" MAX FORPRIMARY SERVICECONDUITSMINIMUM DEPTH BELOW
BOTTOM OF DEEPEST
CONDUIT INSTALLED IN
TRENCH24" MIN (<600V)NATIVE MATERIAL COMPACTED
TO 95% PER ASTM D1557 OR AS
REQUIRED PER PLAN
6"
9"
COVER OVER
HIGHEST CONDUIT
IN TRENCH
NOTE: BURY DEPTH OF CONDUIT AND HORIZONTAL SPACING SHALL
BE CONFIRMED WITH SERVING UTILITY BEFORE CONSTRUCTION.
TYPICAL ELECTRICAL TRENCH DETAIL
ELECTRICAL CONDUIT NUMBER AND
SIZE VARY AS PER SITE PLAN. MAINTAIN
12" SPACING BETWEEN TELEMETRY
CONDUITS AND OTHER CONDUITS.
SAND BEDDING
MATERIAL PER WSDOT
SPECIFICATION 9-03.13
COPPER CONDUCTOR
CADWELD TYPE TA.
CADWELD CABLE TO CABLE
TEE CONNECTION.COPPER CONDUCTOR
CADWELD TYPE RR.
CADWELD END CABLE TO
UPPER REBAR CONNECTION.
REBAR
COPPER CONDUCTOR
CADWELD TYPE GR
5/8" X 8' COPPER GROUND
ROD.COPPER CONDUCTOR
(TYPICAL)
CADWELD TYPE XA.
CADWELD CABLE TO CABLE
CROSS CONNECTION.CADWELD CABLE TO
GROUND ROD CONNECTION.
GRADE
8'-0"
GROUNDING ROD DETAIL
GROUNDING CROSS DETAILGROUND TEE DETAIL
GROUND TEE DETAIL GROUND REBAR DETAIL
PROPOSED CONCRETE GROUND ROD
PROTECTOR 13" DEPTH X 12" HEIGHT
WITH COVER. PIPE INC. #12R-12A &
12R-12T, OR EQUAL.
PROPOSED CONCRETE
COVER.
NEW 5/8"x8' LONG COPPER GROUND
ROD.
ELECTRICAL EQUIPMENT PEDESTAL DETAIL
1'-0" DIA. CAST IN
PLACE CONCRETE
PEDESTAL, TYP.
FINISHED
GRADE 2"
3'-0"
1'-0"
1-5/8" SST UNISTRUT.
ATTACH UNISTRUT AS
NECESSARY TO SUPPORT
ELECTRICAL EQUIPMENT.
SECURE ELECTRICAL
EQUIPMENT TO UNISTRUT.
(4) #4 VERT,
EQUALLY
SPACED
2" CLR, TYP.
ALL AROUND
3" STD GALV STEEL
POST WITH CAP, TYP.
#4 HOOPS @ 12" O.C.
30" MIN.
6'-0"
WIDTH AS NECESSARY
UTILITY METER POWER DISTRIBUTION
PANEL, "DP"
24" MIN.6' MIN
1. GROUND ROD PER N.E.C. (TYPICAL). USE EXOTHERMIC WELD CONNECTION AT THE
GROUND ROD. SEE DETAIL, THIS SHEET. LOCATE GROUND RODS 2' MINIMUM FROM
PEDESTAL.
2. BOND GROUND SYSTEM TO ELECTRICAL PEDESTAL.
3. SEE DWG NO. E03 FOR CONTINUATION.
4. SEE DWG NO. E02 FOR CONDUIT AND CONDUCTOR SCHEDULE.
5. SEE DWG NO. E02 FOR ELECTRICAL EQUIPMENT SCHEDULE.
6. INSTALL SEAL-OFFS AS REQUIRED.
ELECTRICAL NOTES
METER
DISCONNECT
MANUFACTURER'S
PUMP CONTROL
PANEL
MANUFACTURER'S
ALARM LIGHT
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Airport Lift Station
PROJECT NO.
WWP-27-04058
FALL 2020
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
THE TECHNICAL SPECIFICATIONS AND PLANS WERE PREPARED UNDER THE DIRECT SUPERVISION OF
THE PROFESSIONAL ENGINEERS IDENTIFIED BELOW.
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.
Project Engineer
Signed: 09/22/2020
Electrical Engineer
Divisions 16 & 17
Signed: 09/22/2020
Reviewed as
Engineer in Responsible Charge
Signed: 09/22/2020
Prepared by:
RH2 Engineering, Inc.
22722 29th Drive SE, Suite 210
Bothell, WA 98021
(425) 951-5400 (p) (425) 951-5401 (f)
THIS PAGE INTENTIONALLY LEFT BLANK
Table of Contents
i
DIVISION 1 GENERAL .......................................................................................................................................... 1-1
1.10 GENERAL .......................................................................................................................................................... 1-1
1.11.00 Summary of Work ................................................................................................................................ 1-1
1.11.03 Electronic Data ..................................................................................................................................... 1-1
1.13 Permits and Licenses ................................................................................................................................. 1-1
1.14 Work Restrictions ...................................................................................................................................... 1-2
1.14.19 Use of Site ............................................................................................................................................ 1-2
1.25.00 Substitution Procedures ....................................................................................................................... 1-2
1.25.13.10 Substitutions Prior to Bid Opening .................................................................................................. 1-2
1.25.13.15 Substitutions After Contract Execution ........................................................................................... 1-2
1.30 ADMINISTRATIVE ................................................................................................................................................ 1-3
1.31 Project Management and Coordination ................................................................................................... 1-3
1.31.01 Contractor’s Responsibility ................................................................................................................... 1-3
1.31.19 Progress Meetings................................................................................................................................ 1-3
1.32.16 Construction Progress Schedule ........................................................................................................... 1-4
1.32.29 Periodic Work Observation .................................................................................................................. 1-4
1.33 Submittals ................................................................................................................................................. 1-4
1.33.23 Shop Drawings, Product Data, and Samples ........................................................................................ 1-4
1.40 QUALITY REQUIREMENTS ..................................................................................................................................... 1-6
1.42.19 Reference Standards ............................................................................................................................ 1-6
1.43.20 Warranty .............................................................................................................................................. 1-6
1.45.16 Field Quality Control Procedures .......................................................................................................... 1-7
1.50 TEMPORARY FACILITIES AND CONTROLS .................................................................................................................. 1-7
1.51 Temporary Utilities.................................................................................................................................... 1-7
1.52.00 Construction Facilities .......................................................................................................................... 1-7
1.52.20 Locks and Keys ..................................................................................................................................... 1-7
1.54 Construction Aids ...................................................................................................................................... 1-8
1.55.26 Traffic Control ...................................................................................................................................... 1-8
1.56 Notifications to Renton Airport ................................................................................................................. 1-8
1.70 EXECUTION AND CLOSEOUT REQUIREMENTS ............................................................................................................ 1-8
1.71 Examination and Preparation ................................................................................................................... 1-8
1.71.23.16 Construction Surveying ................................................................................................................... 1-8
1.74 Cleaning and Waste Management ........................................................................................................... 1-9
1.74.13 Progress Cleaning ................................................................................................................................. 1-9
1.74.23 Final Cleaning ....................................................................................................................................... 1-9
1.75 Starting and Adjusting .............................................................................................................................. 1-9
1.75.16 Startup Procedures ............................................................................................................................... 1-9
1.75.16.10 Startup ............................................................................................................................................ 1-9
1.75.16.12 Startup and Testing Coordination ................................................................................................. 1-10
1.75.16.20 Testing ........................................................................................................................................... 1-10
1.75.16.22 Scheduling of Owner Review for Testing ....................................................................................... 1-11
1.75.16.32 Pump Testing ................................................................................................................................ 1-11
1.75.16.40 Electrical and Control Systems Testing ......................................................................................... 1-12
1.75.16.42 Operational Demonstration .......................................................................................................... 1-12
1.78 Closeout Submittals ................................................................................................................................ 1-12
Table of Contents
ii
1.78.23 Operation and Maintenance Data ..................................................................................................... 1-12
1.78.39 Project Record Documents ................................................................................................................. 1-14
1.79 Demonstration and Training ................................................................................................................... 1-14
1.79.10 Training .............................................................................................................................................. 1-14
1.80 PERFORMANCE REQUIREMENTS .......................................................................................................................... 1-15
1.81 Facility Performance Requirements ........................................................................................................ 1-15
1.81.40 Pressure Ratings ................................................................................................................................. 1-15
1.81.45 Location Designations ........................................................................................................................ 1-15
DIVISION 2 SITEWORK ........................................................................................................................................ 2-1
2.00 GENERAL .......................................................................................................................................................... 2-1
2.05 Common Work for Exterior Improvements ............................................................................................... 2-1
2.07 Geotechnical Investigations ...................................................................................................................... 2-1
2.08 Special Inspections for Earth Work ........................................................................................................... 2-2
2.10 SITE PREPARATION.............................................................................................................................................. 2-3
2.10.2 Clearing and Grubbing ........................................................................................................................... 2-3
2.10.4 Dewatering via Sump Pumps ................................................................................................................. 2-3
2.10.19 Dewatering via Vacuum Well Point System ......................................................................................... 2-4
2.11 Earthwork Materials ............................................................................................................................... 2-13
2.11.1 Common Work for Earthwork Materials .............................................................................................. 2-13
2.11.2 General Fill ........................................................................................................................................... 2-13
2.11.3 Structural Fill ........................................................................................................................................ 2-13
2.11.4 Pipe Bedding ........................................................................................................................................ 2-14
2.11.5 Trench Backfill ...................................................................................................................................... 2-15
2.11.7 Gravel Base Course .............................................................................................................................. 2-15
2.11.8 Gravel Top Course ................................................................................................................................ 2-16
2.11.20 Geotextile Fabric ................................................................................................................................ 2-16
2.12 Road Surfacing ........................................................................................................................................ 2-16
2.12.2 Cement Concrete Pavement ................................................................................................................. 2-16
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) .............................................................. 2-17
2.12.10 Pavement Marking/Striping ............................................................................................................... 2-17
2.13 Tree and Shrub Preservation ................................................................................................................... 2-18
2.20 EARTH MOVING ............................................................................................................................................... 2-18
2.23 Excavation ............................................................................................................................................... 2-18
2.25 Temporary Erosion and Sedimentation Control ...................................................................................... 2-19
2.25.2 Contractor Provided Certified Erosion and Sedimentation Control Lead ............................................. 2-19
2.25.3 Temporary Erosion and Sedimentation Control ................................................................................... 2-20
2.25.4 Temporary Storm Water Pollution Control .......................................................................................... 2-20
2.25.5 Filter Fabric Fence ................................................................................................................................ 2-21
2.50 EXCAVATION SUPPORT AND PROTECTION .............................................................................................................. 2-21
2.51 Contractor Designed Shoring .................................................................................................................. 2-21
2.60 CONTAMINATED & WASTE MATERIALS HANDLING ................................................................................................. 2-22
2.60.2 Waste Material Control ....................................................................................................................... 2-22
2.61 Contaminated Materials ......................................................................................................................... 2-23
2.61.2 Toxic Spill or Release Contact Requirements........................................................................................ 2-23
2.61.4 Contaminated Soil and Water .............................................................................................................. 2-23
Table of Contents
iii
2.90 LANDSCAPING .................................................................................................................................................. 2-24
2.90.1 Common Work for Landscaping ........................................................................................................... 2-24
2.90.2 Landscape Grading .............................................................................................................................. 2-24
2.90.10 Topsoil ................................................................................................................................................ 2-25
2.90.11 Hydroseed .......................................................................................................................................... 2-25
DIVISION 3 CONCRETE ........................................................................................................................................ 3-1
3.00 GENERAL .......................................................................................................................................................... 3-1
3.05 Common Work for Concrete...................................................................................................................... 3-1
3.10 FORMING AND ACCESSORIES................................................................................................................................. 3-3
3.15 Concrete Accessories ................................................................................................................................. 3-3
3.15.02 Premolded Joint Filler ........................................................................................................................... 3-3
3.30 CAST-IN-PLACE CONCRETE ................................................................................................................................... 3-4
3.30.05 Common Work for Cast in Place Concrete ........................................................................................... 3-4
3.31 STRUCTURAL CONCRETE ...................................................................................................................................... 3-6
3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts ....................... 3-6
3.34 LOW DENSITY CONCRETE ..................................................................................................................................... 3-6
3.34.13 Controlled Density Fill (CDF) ................................................................................................................. 3-6
3.35 CONCRETE FINISHING .......................................................................................................................................... 3-7
3.35.05 Common Work for Surface Finishing .................................................................................................... 3-7
3.39 CONCRETE CURING ............................................................................................................................................. 3-7
3.40 PRE-CAST CONCRETE .......................................................................................................................................... 3-8
3.48 PRE-CAST CONCRETE SPECIALTIES.......................................................................................................................... 3-8
3.48.50 Utility Structures .................................................................................................................................. 3-8
3.48.52 Precast Gravity or Thrust Blocks .......................................................................................................... 3-9
3.60 GROUTING ........................................................................................................................................................ 3-9
3.62 NON-SHRINK GROUTING ..................................................................................................................................... 3-9
3.62.13 Non-Metallic Non-Shrink Grout............................................................................................................ 3-9
DIVISION 4 MASONRY – THIS DIVISION NOT USED ............................................................................................. 4-1
DIVISION 5 METALS – THIS DIVISION NOT USED ................................................................................................. 5-1
DIVISION 6 WOOD, PLASTICS, AND COMPOSITES – THIS DIVISION NOT USED .................................................... 6-1
DIVISION 7 THERMAL AND MOISTURE PROTECTION – THIS DIVISION NOT USED ............................................... 7-1
DIVISION 8 OPENINGS – THIS DIVISION NOT USED ............................................................................................. 8-1
DIVISION 9 FINISHES ........................................................................................................................................... 9-1
9.00 GENERAL .......................................................................................................................................................... 9-1
9.90 PAINTING AND COATING ...................................................................................................................................... 9-1
9.90.05 Common Work for Painting and Coating ............................................................................................. 9-1
9.90.06 Color Schedule ...................................................................................................................................... 9-5
9.90.13 Unpainted Items ................................................................................................................................... 9-5
9.91 Painting and Coating ................................................................................................................................. 9-6
9.91.33 Submerged and Buried Metals Painting .............................................................................................. 9-6
9.91.33.03 - System 2: Metals Submerged in Wastewater – Non-NSF ............................................................ 9-6
9.97.23 Concrete Coatings ................................................................................................................................ 9-7
Table of Contents
iv
9.97.23.01 - System 4: Concrete – Immersion, Severe Conditions subject to Hydrogen Sulfide Exposure ........ 9-7
9.97.23.05 – System 5: Concrete (Exterior below Grade Water-proofing) ........................................................ 9-8
DIVISION 10 SPECIALTIES – THIS DIVISION NOT USED ....................................................................................... 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 ............................................................................................................................... 11-5
11.12.2 Lift Station Pumps and Motors .......................................................................................................... 11-5
11.12.13 Packaged Lift Stations ...................................................................................................................... 11-9
DIVISION 12 FURNISHINGS – THIS DIVISION NOT USED .................................................................................... 12-1
DIVISION 13 SPECIAL CONSTRUCTION – NOT USED ........................................................................................... 13-1
DIVISION 14 CONVEYING SYSTEMS – THIS DIVISION NOT USED ........................................................................ 14-1
DIVISION 15 MECHANICAL ................................................................................................................................ 15-1
15.00 GENERAL ...................................................................................................................................................... 15-1
15.05 Common Work for Mechanical ............................................................................................................. 15-1
15.10 BURIED PIPE INSTALLATION .............................................................................................................................. 15-2
15.11 Open Trench Pipe Installation ............................................................................................................... 15-3
15.11.05 Common Work for Pipe Installation ................................................................................................. 15-3
15.11.13 Sewer Force Main Installation.......................................................................................................... 15-3
15.11.50 Trench Patching ............................................................................................................................... 15-4
15.18 Buried Piping Inspection and Testing .................................................................................................... 15-4
15.18.03 Valve Testing .................................................................................................................................... 15-4
15.18.04 Gravity Sewer Main Inspection, Cleaning, and Testing .................................................................... 15-5
15.18.06 Gravity Sewer Low-Pressure Air Pressure Test Method ................................................................... 15-6
15.18.07 Sewer Force Main Inspection and Testing ........................................................................................ 15-6
15.20 PIPE AND FITTINGS ......................................................................................................................................... 15-7
15.21 Common Work for Pipe and Fittings ..................................................................................................... 15-7
15.22 Metal Pipe and Fittings ......................................................................................................................... 15-8
15.22.02 Ductile Iron Pipe and Fittings ........................................................................................................... 15-8
15.23 Non-Metal Pipe and Fittings ................................................................................................................. 15-9
15.23.02 High Density Polyethylene (HDPE) Pipe and Fittings ........................................................................ 15-9
15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer – Push on Joint............................................. 15-13
15.30 VALVES ....................................................................................................................................................... 15-13
15.31 Common Work for Valves ................................................................................................................... 15-13
15.32 Isolation Valves ................................................................................................................................... 15-14
15.32.02 Resilient Wedge (Seat) Gate Valves ............................................................................................... 15-14
15.40 PIPING SPECIALTIES ....................................................................................................................................... 15-15
15.40.11 Joint Restraints – Wedge Style ....................................................................................................... 15-15
DIVISION 16 ELECTRICAL ................................................................................................................................... 16-1
16.00 GENERAL ...................................................................................................................................................... 16-1
Table of Contents
v
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
16.21.3 Fused Meter Disconnect Switch ....................................................................................................... 16-11
16.21.4 Circuit Breaker Service Disconnect Switch........................................................................................ 16-12
16.30 BASIC PANEL EQUIPMENT AND DEVICES ............................................................................................................ 16-13
16.35.2 Nameplates ...................................................................................................................................... 16-13
16.36.1 Surge Protection Device (SPD) .......................................................................................................... 16-13
16.50 PANELBOARDS ............................................................................................................................................. 16-14
16.52 Panelboards ........................................................................................................................................ 16-14
16.55 Switches and Protective Devices ......................................................................................................... 16-17
16.55.1 Common Work for Switches and Protective Devices ........................................................................ 16-17
16.55.13 Fuses .............................................................................................................................................. 16-18
16.55.16 Molded Case Circuit Breakers ........................................................................................................ 16-18
16.60 CONDUCTORS .............................................................................................................................................. 16-19
16.61 Low Voltage Wire and Cable ............................................................................................................... 16-19
16.70 RACEWAYS, BOXES, AND FITTINGS ................................................................................................................... 16-21
16.71 Raceways ............................................................................................................................................ 16-21
16.95 TESTING ..................................................................................................................................................... 16-24
16.95.1 Common Work for Testing ............................................................................................................... 16-24
16.95.3 Conductor Test Report ..................................................................................................................... 16-26
16.95.4 Ground Electrode Resistance Test Report ........................................................................................ 16-27
DIVISION 17 AUTOMATIC CONTROL – THIS DIVISION NOT USED ...................................................................... 17-1
DIVISION 18 MEASUREMENT AND PAYMENT ................................................................................................... 18-1
18.0 GENERAL ........................................................................................................................................................ 18-1
Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup .................................................... 18-1
Bid Item 2 – Temporary Sedimentation and Erosion Control .......................................................................... 18-1
Bid Item 3 – Site and Utility Work ................................................................................................................... 18-1
Bid Item 4 – Traffic Control ............................................................................................................................. 18-2
Bid Item 5 – Unscheduled Excavation ............................................................................................................. 18-2
Bid Item 6 – Unscheduled Backfill ................................................................................................................... 18-2
Bid Item 7 – Unscheduled Contaminated Soil Removal .................................................................................. 18-3
Bid Item 8 – Unscheduled Contaminated Water Removal .............................................................................. 18-3
Bid Item 9 – Trench Safety and Shoring .......................................................................................................... 18-3
Bid Item 10 – Dewatering via Sumps .............................................................................................................. 18-3
Bid Item 11 – Unscheduled Dewatering via Point Wells ................................................................................. 18-3
Bid Item 12 – PVC Sewer Gravity Pipe ............................................................................................................. 18-4
Bid Item 13 – HDPE Sewer Force Main Pipe .................................................................................................... 18-5
Bid Item 14 – Package Lift Station .................................................................................................................. 18-5
Bid Item 15 – Operations and Maintenance (O&M) Manuals and On -site Owner Training ........................... 18-6
Table of Contents
vi
Bid Item 16 – Construction Records ................................................................................................................ 18-6
Bid Item 17 – Minor Change ........................................................................................................................... 18-6
APPENDIX A – RENTON STANDARD DETAILS
1-1
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Division 1
General
1.10 GENERAL
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
Sections in these specifications titled “Related Sections” shall be read as integral to the
specification as if they were fully detailed within. All work and materials described in such
sections shall be provided and performed by the Contractor.
1.11.00 Summary of Work
This project consists of construction of a proposed package lift station including
approximately 135’ of upstream gravity sewer pipe and approximately 100’ of downstream
HDPE forcemain. The project also includes abandonment of the existing lift station and
associated piping.
1.11.03 Electronic Data
1. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to
Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed
copies (also known as hard copies). Files in electronic media format of text, data, graphics,
or other types are furnished only for the convenience of the receiving party. Any
conclusion or information obtained or derived from such electronic files will be at the
user’s sole risk. If there is a discrepancy between the electronic files and the hard copies,
the hard copies govern.
2. Because data stored in electronic media format can deteriorate or be modifi ed
inadvertently or otherwise without authorization of the data’s creator, the party receiving
electronic files agrees that it will perform acceptance tests or procedures within 30 days,
after which the receiving party shall be deemed to have accepted the data thus transferred.
Any errors detected within the 30-day acceptance period will be corrected by the
transferring party.
3. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents
resulting from the use of software application packages, operating systems, or computer
hardware differing from those used by the data’s creator.
1.13 Permits and Licenses
The Owner will secure and pay for the following permits:
• Right-of Way Permit
The Contractor shall acquire and pay for all other necessary permits which may include:
• Electrical Permit
• Disposal Permit
City of Renton Summer 2020
Airport Lift Station Division 1
1-2
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
A copy of the Owner acquired permit(s) is(are) available at the Owner’s office for examination
by bidders. Conform to the requirements of these permits and all other permits issued for this
project.
1.14 Work Restrictions
1.14.19 Use of Site
The Contractor shall not perform work activities, store materials or equipment, move
equipment through, or disturb in any way the areas outside the “Utility Construction Limits”
shown unless approved by the Owner in writing.
1.25.00 Substitution Procedures
Any product or construction method that does not meet these specifications will be
considered a substitution. Substitutions must be approved prior to their installation or use on
this project.
No guarantee is made that product model numbers included in the specificati ons or on the
plans are current at the time of bidding. The bidder shall provide pricing in their proposal for
current versions of discontinued models. If the bidder is uncertain of the correct replacement
model, or feels there is a price discrepancy, the bidder shall request a substitution following
the requirements of section 1.25.13.10 Substitutions Prior to Bid Opening. Requests for price
increases after award will not be accepted.
1.25.13.10 Substitutions Prior to Bid Opening
Before opening bids, the Owner may consider written requests from product suppliers or
prime bidders for substitutions. All requests for substitution must be received by Owner a
minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings
and specifications in sufficient detail to allow the Owner to determine whether or not the
substitute proposed is equal to that specified. All requests shall include a listing of any
significant variations in material or methods from those specified. If there are no variations, a
statement to that fact shall be included in the request for approval. The determination as to
whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval
of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs
for any modifications required to adopt the substitute.
1.25.13.15 Substitutions After Contract Execution
Within 30 calendar days after the date of the contract, the Owner shall consider formal
requests from the Contractor for a substitution of products in place of those specified. Submit
two copies of each request for a substitution. Data shall include the necessary change in
construction methods, including a detailed description of the proposed method and related
drawings illustrating the methods. An itemized comparison of each proposed substitution with
product or method specified shall be provided.
In making a request for a substitution, the Contractor represents that they have investigated
the proposed product or method and has determined that it is equal or superior to the product
specified. The Contractor shall coordinate the installation of accepted substitutions into the
City of Renton Summer 2020
Airport Lift Station Division 1
1-3
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
work, making changes that may be required for the work to be completed. The Contractor
waives all claims for additional costs related to substitutions.
1.30 ADMINISTRATIVE
1.31 Project Management and Coordination
1.31.01 Contractor’s Responsibility
The work included in this contract is shown on the contract plans and described in these
project specifications. All work incidental and necessary to the completion of the work
described and shown shall be performed by the Contractor. In submitting a bid for this project,
the Bidder warrants that they are an expert in this and related work, that they understand the
process and functions shown, and that various work and processes not shown but necessary
for the successful operation of this project will be provided by the Contractor.
The General (or Prime) Contractor is fully responsible for providing the subcontractors and
suppliers with all relevant portions of the plans and specifications necessary to bid and
construct the improvements.
Damage to existing utilities or property shall be repaired or replaced by the Contractor at the
discretion of the Owner.
The Contractor and each of the Subcontractors are responsible for coordinating the required
inspections. There are specific requirements for inspection responsibilities and the advance
notice that must be given to minimize construction delays. It is the Contractor’s responsibility
to be familiar with these requirements, include the coordination necessary in this estimate of
project costs and schedule, and to comply with the requirements during construction. Failure
to follow proper inspection and notification procedures may result in on-site work stoppages
and removal or demolition of unapproved structures or systems, all at the Contractor’s
expense. See Testing, Startup, and Operation section below for details.
Do not start work on this project or on any public or private right-of-way or easement until
clearance is given by the Owner. It will be the responsibility of the Contractor to comply with
the requirements of any permit for the project. Do not hinder private property access without
a 24-hour notice to the private property owner, and do not hinder access for more than an
8-hour period. Do not disrupt emergency aid access to private property.
The Contractor is solely responsible for all elements of site safety. Inspections performed by
the Owner are only to monitor and record that project plans and specifications are being
complied with and construction is consistent with the design intent.
The Contractor shall be responsible for managing, coordinating, and overseeing his
subcontractors, suppliers, manufacturers’ representatives, or any other persons performing
Work. The Contractor shall have a competent representative, familiar with the project and
work being performed, on-site at all times.
1.31.19 Progress Meetings
The Contractor shall schedule and hold regular on-site progress meetings at least every two
weeks and at other times as requested by the Owner or as required by progress of the work.
The Contractor, Owner, and all Subcontractors active on the site must attend each meeting.
City of Renton Summer 2020
Airport Lift Station Division 1
1-4
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
1.32.16 Construction Progress Schedule
Contractor is responsible for providing an up to date construction schedule with each monthly
pay estimate and at other times as requested by the Owner or as required by progress of the
work. If the current schedule is still in-line with the previous schedule, the Contractor shall
inform the Owner with each pay estimate. Non-working day requests shall also be submitted
by the Contractor by the beginning of the following week. Owner may delay monthly progress
payments if Contractor fails to submit updated schedule and non-working day requests.
1.32.29 Periodic Work Observation
The Owner may elect to have a Consultant representative on site to inspect, monitor, observe
and record construction progress. The Contractor maintains complete responsibility to verify
construction is meeting the design intent and is being constructed in accordance with the plans
and specifications. It is not the responsibility of the Consultant to address means and methods
issues on site or to direct safety issues on site. The Consultant does not have the autho rity to
stop the work.
1.33 Submittals
1.33.23 Shop Drawings, Product Data, and Samples
Submittals are required for all items installed on this contract. Submittals shall be addressed
to:
RH2 Engineering, Inc.
22722 29th Dr. SE, Suite 210
Bothell, WA 98021
Attn: Alex Fussell, PE
Email: afussell@rh2.com
Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the
right to require the Contractor to provide hard-copy submittals at no additional cost to the
Owner. Where hard-copy submittals are provided, Contractor shall submit six (6) copies; one
set will be returned to the Contractor after review.
Electronic submittal via email is acceptable, however the Contractor shall take responsibility
to follow up with the Owner to verify that the submittal was received. The Owner assumes
no responsibility for emails that do not make it to the recipient. In the case of electronic
submittals, only one copy will be returned to the Contractor, either electronically or hard copy
at the Owner’s discretion.
Submittal data for each item shall contain sufficient information on each item to determine if
it is in compliance with the contract requirements. Submittal cutsheets and datasheets shall be
annotated by the Contractor and shall clearly indicate the equipment and materials that will be
provided, including any options or additive items. No generic cutsheets or datasheets will be
accepted.
Items that are installed in the work that have not been approved through the submittal process
shall be removed and an approved product shall be furnished, all at the Contractor’s expense.
City of Renton Summer 2020
Airport Lift Station Division 1
1-5
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Shop drawing review will be limited to general design requirements only, and shall not relieve
the Contractor from responsibility for errors or omissions, or responsibility for consequences
due to deviations from the contract documents. No changes may be made in any submittal
after it has been reviewed except with written notice and approval from the Owner.
Shop drawings shall be submitted on 8½-inch by 11-inch, 11-inch by 17-inch, or 22-inch by
34-inch sheets and shall contain the following information:
• Project Name as it appears on the Document Cover.
• Prime Contractor and Applicable Subcontractor.
• RH2 Engineering.
• Owner’s Name.
• Applicable Specification and Drawings Reference.
• A stamp showing that the Contractor has checked the equipment for conformance with
the contract requirements, coordination with other work on the job, and dimensional
suitability.
• A place for the Engineer to stamp.
Submittals that do not comply with these requirements may be returned to the Contractor for
re-submittal. The Contractor shall revise and resubmit as necessary. Acceptable submittals will
be reviewed as promptly as possible, and transmitted to the Contractor not later than
12 working days after receipt by the Engineer. Delays caused by the need for re-submittal shall
not be a basis for an extension of contract time or delay damages.
Shop drawings and submittals shall contain the following information for all items:
1. Shop or equipment drawings, dimensions, and weights.
2. Catalog information.
3. Manufacturer’s specifications.
4. Special handling instructions.
5. Maintenance requirements.
6. Wiring and control diagrams.
7. List of contract exceptions.
By approving and submitting shop drawings and samples, the Contractor warrants that they
have determined and verified all field measurements, field construction criteria, materials,
catalog numbers, and similar data, and have checked and coordinated each shop drawing with
the requirements of the work and of the contract documents.
The Owner will pay the costs and provide review services for a first and second review of each
submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate
amounts from each payment estimate.
The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Specific submittal requirements are listed in each section of these specifications.
City of Renton Summer 2020
Airport Lift Station Division 1
1-6
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Contractor shall keep a complete and up to date copy of all submittals and review responses
at the job site readily available to the Owner for inspection.
1.40 QUALITY REQUIREMENTS
1.42.19 Reference Standards
Work under this contract shall be performed in accordance with applicable sections of the
current Standard Specifications for Road, Bridge and Municipal Construction, Washington
State Chapter, American Public Works Association, and Washington State Department of
Transportation, hereafter referred to as the Standard Specifications.
Certain other referenced standards used in this specification are from the latest editions of:
• City of Renton Construction Administrative Code
• City of Renton Amendments, Additions and Deletions to the International Fire Code
• City of Renton Amendments to the International Building Code
• IBC International Building Code
• UPC Uniform Plumbing Code
• IMC International Mechanical Code
• IFC International Fire Code
• NEC National Electrical Code
• AWWA American Water Works Association
• ANSI American National Standards Institute
• ASA American Standards Association
• ASTM American Society for Testing and Materials
• AASHTO American Association of State Highway and Transportation Officials
• ACI ACI International
• CRSI Concrete Reinforcing Steel Institute
• NPCA National Precast Concrete Association
1.43.20 Warranty
The Contractor shall warrant all work and products for a period of one (1) year following
project acceptance except for those components and listed warrantees below. The date of
project acceptance is defined as the date the final payment is sent to the Contractor from the
Owner.
Warranty does not cover damage due to misuse by the Owner or conditions outside of the
Owner or Contractor’s control or exceptional events (force majeure) including war, strikes,
floods (water exceeding normal high water mark), rainfall in excess of 100 year storm event,
City of Renton Summer 2020
Airport Lift Station Division 1
1-7
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 10 degrees
Fahrenheit (Western Washington), governmental restrictions, vandalism, and power failures
or surges. The Contractor has control over workmanship, third party subcontractors and parts
and materials used to complete the project.
Warranties in addition to this warranty are listed in the following sections:
• Division 11.10.1 Pumps
• Division 11.12.13 Packaged Lift Stations
1.45.16 Field Quality Control Procedures
Unless otherwise noted on the plans or within these specifications, 24-hour prior notice shall
be given to the Owner and appropriate reviewing agency for all inspections required for the
construction of the project. Twenty-four-hour notice is defined as one complete working day
notice. Time is not counted on weekends and holidays (inspections required on a Monday or
the day after a holiday shall be scheduled a minimum of 24 hours in advance not including the
holiday hours or weekend hours).
1.50 TEMPORARY FACILITIES AND CONTROLS
1.51 Temporary Utilities
The Contractor is responsible for providing all necessary water for construction-related fire
protection and utilities required by this contract, or by laws and regulations. Sanitary facilities
adequate for all workers shall comply with all codes and regulations.
At the close of this contract, the Contractor shall pay all utility bills that are outstanding,
remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other
temporary service equipment that may remain. In addition, the Contractor shall arrange for
the transfer of electrical and water accounts to the Owner’s name.
The Contractor shall be responsible for an adequate temporary electrical system. This system
shall be arranged by and all costs paid by the Contractor.
The Contractor shall make arrangements for and provide all necessary facilities for the
necessary water supply for construction at their own expense unless otherwise provided.
1.52.00 Construction Facilities
The Contractor is responsible for construction and location of all field offices, all necessary
gates and barricades, fences, handrails, guard rails, and securities required by this contract, or
by laws and regulations. There shall be shelters and dry facilities for the workers as required.
The Contractor shall provide all guards, marks, shields, protective clothing, rain gear, and other
equipment required by law, ordinance, labor contracts, Occupational Safety and Health
Administration (OSHA) regulations, and other regulations for the maintenance of health and
safety. First aid kits and equipment as required by law shall also be supplied.
1.52.20 Locks and Keys
All devices requiring locks, including but not limited to doors, gates, access hatches,
convenience hatches, electrical enclosures, etc. shall be configured to match Owner standard
City of Renton Summer 2020
Airport Lift Station Division 1
1-8
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
lock and keys. If construction cores are utilized during the project, the Contractor shall provide
the Owner with construction key(s) for all temporary locks.
1.54 Construction Aids
The Contractor or product manufacturer may include work, materials, or components to aid
in shipping, storage, installation, or other work for their convenience. Such items shall be
removed prior to final project acceptance if they may interfere with the operation or
maintenance of permanent work. Some examples include, but are not limited to:
• Lifting eyes (remove only if a safety concern or obstruction)
• Picking holes (plug)
• Intermediate or shipping bracing (remove)
• Protective shipping adhesives, coatings or covers (remove and clean residue)
1.55.26 Traffic Control
Any traffic control activities required during construction shall be consistent with the Uniform
Traffic Control Manual, latest edition and applicable local codes. The Contractor shall limit
delay of traffic to 5 minutes.
If flaggers are used, orientation meetings per WAC 296-155-305 shall be held each time a new
flagger is introduced to the site or if site conditions change significantly. The Contractor is
responsible for scheduling such meetings.
See Section 1-10, Temporary Traffic Control, of the Special Provisions of the Contract.
1.56 Notifications to Renton Airport
Prior to mobilizing a crane(s) to the project site, for whatever purpose, the Contractor shall
notify the Renton Airport authorities and the City’s Project Engineer, Ann Fowler, at least
5 working days in advance.
The Contractor shall assist the Airport authorities in notifying their tenants of the proposed
action(s). The Contractor also shall comply with any applicable FAA regulations and provide
the necessary paperwork, if required.
A separate notification will be required for each crane and on every occasion the crane(s) is
mobilized to the project site.
1.70 EXECUTION AND CLOSEOUT REQUIREMENTS
1.71 Examination and Preparation
1.71.23.16 Construction Surveying
The Contractor is responsible for surveying and staking and shall stake out the locations of
the permanent easements, temporary easements, rights-of-way, and all major facilities shown
on the Plans and establish bench marks at locations designated by the Owner. The Contractor
shall protect all stakes and marks in their original conditions. If stakes and markings are
City of Renton Summer 2020
Airport Lift Station Division 1
1-9
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
destroyed or defaced before their use is ended, the cost of replacing them will be at the
Contractor’s expense. All stakes, points, and marks, shall be administered and approved by a
registered professional land surveyor licensed in the State of Washington. Provide approved
and stamped survey notes, and control points to the Owner for as-built purposes.
Contractor to survey the station line(s) and install pins or offset stakes every 50 feet within
areas that will not be disturbed by construction. For utility work, 5-foot and 10-foot offset
stakes must be provided for major components including, but not limited to: tees, valves,
manholes, catch basins, changes in angle 45-degrees or more, and vaults larger than 4-foot
square.
Replace all damaged survey monuments in accordance with WAC 332-120.
The Contractor shall comply with Section 1-11, Renton Surveying Standards, of the Special
Provisions of the Contract.
1.74 Cleaning and Waste Management
1.74.13 Progress Cleaning
All areas impacted by the work shall be restored to at least original condition, unless specifically
identified otherwise in the plans or specifications. All costs are incidental.
1.74.23 Final Cleaning
Clean up debris and unused material and remove from the site and any buildings. If vehicle
traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track
with dozer or excavator and repair to proposed surface condition including necessary
hydroseed, mulch, and landscaping as shown on the plans. Eliminate weeds within the
construction area prior to project closeout.
Equipment shall be washed clean using appropriate methods.
Unpainted exposed concrete structures shall be cleaned to a consistent bare concrete surface
finish. Remove extraneous substances such as efflorescence, leakage residue, and excess repair
materials.
Remove existing equipment or materials identified in the contract documents or that interfere
with the work. Dispose of all such existing equipment or materials unless the Owner requests
items to be salvaged for their use. Owner has first right of salvage.
1.75 Starting and Adjusting
1.75.16 Startup Procedures
1.75.16.10 Startup
Startup shall consist of a simulated operation of all equipment and controls. The purpose of
startup shall be to check that all equipment will function under operating conditions, that all
interlocking controls and sequences are properly set, and that the facility will function as an
operating unit.
City of Renton Summer 2020
Airport Lift Station Division 1
1-10
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Technically qualified factory 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
machinery are functioning correctly.
Authorized factory representatives shall be provided for the following items:
• Package lift station including Pumps and Controls
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 testin g 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 20 working 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. Pumps and motors
B. Electrical Testing
2. Detail schedule of procedures for startup.
3. Complete schedule of events to be accomplished during testing.
4. An outline of work remaining under the contract that will be carried out concurrently with
the operation phases.
Failure to provide proper notification to the Owner may lead to liquidated damages if
schedule cannot be maintained . If rescheduling is required because components are not
ready for testing the notification requirements are reset and shall provide for 21 calendar
days advance notice in order to reserve Engineer’s and/or Owner Representatives’ time.
The Contractor shall make arrangements for all materials, supplies, and labor necessary to
efficiently complete the testing, startup, and operation. At a minimum, the Contractor shall
provide:
• Calibrated pressure gauge
• Amp meter
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, the work shall not be teste d or covered
up 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. Where work is to be tested, all necessary equipment
shall be set up and the work given a preliminary test so that any and all defects may be
discovered and repaired prior to calling out the Owner for the test.
City of Renton Summer 2020
Airport Lift Station Division 1
1-11
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Final testing shall consist of individual tests and checks made on equipment intended to
provide proof of performance of unit and proper operation of unit control together with
necessary tests to show system operation in the presence of the Owner. Assure proper
alignment, size, condition, capability, strength, proper 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 in all
respects, ready for use. Any certificates required by 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, such as pipelines, structures, controls, and other items 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:
• Pumps
Additional representatives required may be identified elsewhere in these specifications.
1.75.16.22 Scheduling of Owner Review for Testing
The Contractor shall provide a minimum of 48-hours (2 complete working days) prior
notification to the Owner where witnessed testing or startup is required. In addition, the
Contractor shall provide further notification two working days and two working hours (to
confirm schedule) of the scheduled test 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 shall constitute a failed test in
accordance with the section Operation Testing of the Special Provisions.
A detailed testing schedule shall be provided by the Contractor and updated as needed to be
at least 48 hours ahead of actual testing at the project site. If testing requires downtime in
order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount
of $150 per hour per Owner Representative on site (minimum of $300 per scheduled visit) for
downtime lasting longer than 1 hour required to complete repairs to verify the complete
construction is ready for startup and operation. This amount will be deducted from the
appropriate bid item that relates to the finished construction and documented by the Owner
at their discretion. The Contractor is required to have all systems pre-tested to their satisfaction
prior to calling the Owner for formal testing.
1.75.16.32 Pump Testing
See the applicable pump sections for pump testing requirements.
City of Renton Summer 2020
Airport Lift Station Division 1
1-12
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
1.75.16.40 Electrical and Control Systems Testing
See the applicable electrical sections for electrical system testing.
1.75.16.42 Operational Demonstration
Operation demonstration shall be conducted after successful startup has been com pleted as
determined by the Engineer and Owner. The purpose of the operational demonstration period
is to demonstrate automated operation of the equipment and system(s) using live waste water
and to verify functional integrity of the system(s). This demonstration period shall occur under
full operational conditions as determined by the Owner. The Owner reserves the right to
simulate operations variables and equipment failures to verify the functional integrity of
automatic and manual backup systems and alternate operating modes. The demonstration
period shall be for 5 calendar days. The date and time that the operational period shall begin
and end shall be agreed upon by the Contractor, Owner, and Engineer in advance of initiating
the operational demonstration period. The Owner shall provide a certified operator during
this period to provide operational support and required testing only. The Contractor shall
provide personnel to respond and repair any problems or failures that occur during this period.
If, during the operational demonstration period, the aggregate amount of time used for repair,
alteration, or unscheduled adjustments to any equipment or systems that renders the affected
equipment or system inoperative exceeds 5 percent of the demonstration period, the operation
demonstration has failed. Any shut downs due to equipment or systems failures shall be
corrected immediately by the Contractor. The Contractor must provide a report and status to
the Owner’s operator BEFORE turning the equipment or system in auto to continue the
operational demonstration period. The Owner’s operator reserves the right to decide if the
issue that caused the system to fail could potentially be a safety concern to the customers if
the system were to be put back into auto.
Operation of the facility shall commence immediately after the successful completion of
testing, startup, operational demonstration, and training and after satisfactory repairs and
adjustments have been made.
1.78 Closeout Submittals
1.78.23 Operation and Maintenance Data
The Contractor shall remove all tags and instructions that come packaged with or attached to
equipment used on the project. Deliver all such documents to the Owner bound in a
three-ring binder or with the Operation and Maintenance Manual. Insert documents in sleeves
if they cannot be punched. Scan all such documents to Adobe PDF format and provide with
the Operation and Maintenance (O&M) Manual.
Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall
deliver to the Owner acceptable manufacturer’s operating and maintenance instructions
covering equipment and systems installed on the Project requiring operational and/or
maintenance procedures and for any additional items indicated by the Owner, including
coatings furnished under this contract.
The operating and maintenance instructions shall include, as a minimum, the following data
for each coating and item of mechanical and electrical equipment:
City of Renton Summer 2020
Airport Lift Station Division 1
1-13
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Products
A. Equipment Identification including brand name, model number and serial numbers.
B. Date of manufacture and date of installation on job site.
C. Complete as-built elementary wiring and one-line diagrams.
D. Complete parts list, by generic title and identification number, complete with exploded
views of each assembly.
Maintenance
A. Recommended spare parts.
B. Lubrication schedule including the applicable lubricant designation available from the
Standard Oil Company of California.
C. Recommended preventive maintenance procedures and schedules. Schedule shall be
provided for daily, weekly, monthly, quarterly, semi-annually and annually
maintenance.
D. Disassembly and re-assembly instructions including parts identification and a complete
parts breakdown for all equipment.
E. Weights of individual components of each item of equipment weighing over
50 pounds.
F. Name, location, and telephone number of the nearest suppliers and spare parts
warehouses.
G. All manufacturers’ warranties. Include name, address, and telephone number of the
manufacturer’s representative to be contacted for warranty, parts, or service
information.
H. Cleaning, repair, and maintenance instructions for each coating system.
I. Provide DVDs or USB flash drive utilized in the manufacturer’s instruction program
for the owner.
Operation
A. Recommended trouble-shooting and startup procedures.
B. Recommended step-by-step operating procedures.
C. Emergency operation modes, if applicable.
D. Normal shutdown procedures.
E. Long term shutdown (mothballing) procedures.
F. Equipment specifications and guaranteed performance data.
G. General manuals which describe several items not in the contract will not be accepted
unless all references to irrelevant equipment are neatly eradicated or blocked out.
All operations and maintenance manuals shall be in pdf electronic file format. The pdf files
shall be based upon the following types of sources: original pdf files from the manufacturers
City of Renton Summer 2020
Airport Lift Station Division 1
1-14
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
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.
Progress payments for the total contract work in excess of 90 percent completion may not be
made until the operation and maintenance manual has been delivered and approved by the
Owner, at their discretion.
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, the Contractor shall deliver a complete set of
acceptable “As-Constructed” records to the Owner. Plans shall be made on clean, unmarked
prints for this project in accordance with the following standards:
• Yellow markings or highlights = deleted items
• Red markings = new or modified items
The Contractor shall provide “as-built” information on all items and work shown on the plans
showing details of the finished product including dimensions, locations, outlines, changes,
manufacturers, etc. The information must be in sufficient detail to allow the Owner’s
personnel to locate, maintain, and operate the finished product and its various components.
The Contractor shall comply with Section 1-05.4, Renton As-built Information Standards, of
the Special Provisions of the Contract.
See also electrical plan requirements in Division 16.05.
1.79 Demonstration and Training
1.79.10 Training
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 date(s) as a startup.
City of Renton Summer 2020
Airport Lift Station Division 1
1-15
J:\Data\REN\119-068\30 Specs\1 General.docx 9/22/20 9:22 AM
© 2020 RH2 Engineering, Inc.
Operation of the facility shall commence immediately after completion of testing, startup, and
owner training and after satisfactory repairs and adjustments have been made.
1.80 PERFORMANCE REQUIREMENTS
1.81 Facility Performance Requirements
1.81.40 Pressure Ratings
Fittings, valves, pipe, and fluid systems shall have pressure ratings equal to or greater than the
pressures identified herein, unless specifically called out otherwise in the plans or
specifications. All pressures listed are gauge pressure, unless specified otherwise.
The pressure class of pipelines and appurtenances shall comply with the Owner’s standards
for minimum pressure class or the pressure class that meets the requirements of this section,
whichever is greater.
Equipment Function Function
Pressure
Test
Pressure
Pump Discharge Piping 10 psi 100 psi
Function Pressure: The maximum pressure anticipated under normal operating conditions of
the facility. This value is provided for the Contractor’s information, but typically is lower than
the required pressure rating of the equipment.
Working Pressure: Manufacturer’s rating of maximum pressure during extended operation.
Test Pressure: Maximum pressure during project specific testing.
1.81.45 Location Designations
The following location designations shall be used except where otherwise noted on the plans:
Dry Locations: Indoor continually dry areas including office, laboratory, blower, and
electrical rooms.
Wet Locations: All locations exposed to the weather, whether under a roof or not, or within
channels, basins or tanks.
Damp Locations: Process areas; areas containing pumps, valves, and major piping; all spaces
wholly or partially underground, or having a wall or ceiling forming part of a channel or tank,
unless otherwise designated on the Plans. Any areas which do not fall within the definitions
for dry, wet, corrosive, or immersed/submerged shall be considered damp.
Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid
polymer are stored or processed, sewer wetwells and sewer manholes.
Immersed or Submerged Locations: Areas which are periodically, or continuously
submerged in, or contain a liquid.
THIS PAGE INTENTIONALLY LEFT BLANK
2-1
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Division 2
Sitework
2.00 GENERAL
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
2.05 Common Work for Exterior Improvements
This division covers that work necessary for providing materials and performing all sitework
as described in these specifications and as shown on the Plans.
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Erosion and Sedimentation Control Plan
• Erosion Control Fence Fabric
• Dewatering Plan
• Shoring Plan
• Dump Site Permits
• General Fill
• Structural Fill
• Pipe Bedding
• Trench Backfill
• Crushed Surfacing
• Paving
• Hydroseed
Other Items listed in this section or required by the Owner.
2.07 Geotechnical Investigations
An exploration of subsurface soil and groundwater conditions at the project site was
performed by RH2 Engineering on September 10th, 2019. The results of the investigation are
available upon request and are summarized here.
Fill and native alluvial soil was encountered in the excavations consisting primarily of mixed
granular materials consisting of compact to loose sand, silt, and some gravel. The transition
from fill to native was indistinct and occurred around a depth of 10 to 12 feet below ground
surface (bgs).
City of Renton Summer 2020
Airport Lift Station Division 2
2-2
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
The fill/alluvium soil should be considered as a Site Class D to E, Stiff to Soft Soil. The
following earth pressures are estimated for the fill/alluvium soil , assuming a friction angle of
28 degrees and a unit weight of 110 pounds per cubic foot (pcf).
• At rest – 58 psf per foot of depth
• Active – 40 psf per foot of depth
• Passive – 305 psf per foot of depth
Temporary slopes should not be steeper than 2H:1V.
The soil encountered at depth of 1.5 to 4 feet bgs at near the proposed lift station was light
grey in color and exhibited a mild petroleum hydrocarbon-like odor.
Local well logs suggest that groundwater exists at approximately the elevation of nearby Lake
Washington, which is approximately 13 feet bgs. Depth to groundwater should range between
10 to 13 feet bgs from the Spring minimum and Fall maximum depths. The contractor shall
plan for dewatering to maintain the groundwater level at least 2 feet below the bottom of the
excavations (14 to 16 feet bgs).
Groundwater control may be achieved using sump pumps if the groundwater level is close to
10 to 12 feet bgs. Groundwater seepage of 5 to 50 gallons per minute (gpm) should be
anticipated. Groundwater control may require well points if the groundwater level is shallower
than 10 feet bgs.
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) are required for the following locations:
• Trench backfill crossing roads and parking areas (visual, probe and nuclear densometer
testing)
• Access road and parking area fill and native subgrade (visual, probe. Nuclear densometer
testing if found necessary by the Owner)
• Native (and fill if any) subgrade of Lift Station (visual and probe)
Areas where fill (either native or non-native) is being placed shall be tested for compaction
compliance by a special inspector. The owner will pay for the initial testing. If tests indicate
failure of compaction requirements, the Contractor shall pay for subsequent tests until tests
indicate compliance with the specifications. Areas of native undisturbed subgrade shall be
visually inspected by the Owner prior to placement of any material overtop. Contractor shall
coordinate with the Owner a minimum of 24 hours prior to inspection being needed.
The Contractor shall fully cooperate with the special inspector, including providing safe access
to the testing areas. No extra compensation will be provided for cooperation with and
facilitation of inspections.
City of Renton Summer 2020
Airport Lift Station Division 2
2-3
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 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 at road intersections.
• 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. Results of the tests shall be delivered to the Owner. If testing and review is required
for roadway owned by another Jurisdiction, copies of testing results shall also be provided to
that Jurisdiction.
2.10 SITE PREPARATION
2.10.2 Clearing and Grubbing
Part 3 - Execution
Construction
Clearing and grubbing shall be performed by the Contractor to remove and dispose of
unwanted debris, vegetative matter, and other items noted on the Plans within the
construction limits and shall conform to Section 2-01 of the Standard Specifications.
Protect trees and tree roots, structures and foundations, utilities, fences, and all other
improvements not to be removed regardless if shown to be protected on the Plans.
Remove and relocate permanent improvements that are within the construction limits, such
as mailboxes and traffic signs. Locate mailboxes such that mail service is maintained during
construction. Return facilities to original location, or plan location, at completion of local
work.
Do not remove organic material including plants, grasses, trees and native topsoil unless
directed by the Plans. In instances where the Contractor is allowed to clear areas to facilitate
construction but is not required to, any areas disturbed by construction shall be surface
restored to existing or better condition including matching surface restoration with hydroseed
or plantings as shown in adjacent areas required to be modified by the Plans. Where the
Contractor is allowed to clear areas to facilitate construction, surface restoration shall be
completed at no additional cost to the owner.
2.10.4 Dewatering via Sump Pumps
Part 3 - Execution
Installation/Construction
The Contractor is to determine the scope, type, size, quantity, method of installation,
operation, and removal of the sump pump dewatering system necessary to keep all excavations
de-watered to an elevation of 2 feet below the base of the excavation sufficient to stabilize the
City of Renton Summer 2020
Airport Lift Station Division 2
2-4
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
soils in the excavation and the surrounding areas, and to prevent flotation of partially
completed structures.
The Contractor shall furnish, install, and operate all necessary machinery, appliances, and
equipment to meet these water control requirements, and shall dewater and dispose of the
water so as not to cause injury to public or private property or to ca use a nuisance to the
public. The Contractor shall maintain sufficient pumping equipment and machinery in good
working condition for all ordinary emergencies, including power outages, and shall have
available at all times competent workmen for the operation of the pump equipment. The
dewatering system shall not be shut down between shifts, on holidays or weekends, or during
work stoppages.
Field Quality Control
The Contractor shall control groundwater and surface water to prevent the softening of the
bottom of excavations, or formation of quick conditions or boils during excavation. Ground
water shall be lowered to 2 feet below the base of the excavation at all times. Determination
of unsuitable soil conditions for performing work, placing materials, and proceeding with
construction activities shall be determined by The Contractor. Determination of insufficiently
effective dewatering approach using sumping to control groundwater during construction shall
be determined by the Owner. If the Owner determines that groundwater control cannot be
managed by sump pumps, the owner will require dewatering via a vacuum well point system
to execute work required for establishing suitable conditions for subgrade soil, moisture
content, and excavation stability to the satisfaction of the Owner.
The quality of all surface and ground water discharged from the site shall meet all State and
local requirements. The Contractor shall employ all means necessary to remove suspended
solids, oils, trash, and other deleterious materials from surface and ground water prior to
discharging.
Restoration
Any dewatering wells installed by the Contractor shall be removed and backfilled in
accordance with applicable Federal and State regulations.
2.10.19 Dewatering via Vacuum Well Point System
Part 1 – General
Summary
At the discretion of the owner, the Contractor shall install, maintain, operate, and remove a
complete vacuum well point dewatering system designed by a Professional Engineer or
Licensed Hydrogeologist who is licensed to practice in the State of Washington based on the
requirements of these Special Provisions, Contractor shall review available geologic, soil, and
groundwater conditions available in public records especially, WADNR, WADOE, and
NRCS.
References
This Section incorporates by reference the latest revision of the following documents. These
references are a part of this Section as specified and modified. In case of conflict between
City of Renton Summer 2020
Airport Lift Station Division 2
2-5
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
the requirements of this Section and that of the listed document, the requirements of this
Section shall prevail, provided that all regulatory requirements are met.
Reference Title
Chapter 173-160 WAC Minimum Standards for Construction and Maintenance of
Wells.
Chapter 173-162 WAC Regulation And Licensing Of Well Contractors And
Operators
Chapter 173-200 WAG Water Quality Standards for Ground Waters of the State
of Washington
Chapter 173-154 WAC Protection of Upper Aquifer Zone
ASTM D 5092 Standard Practice for Design and Installation of Ground
Water Monitoring Wells in Aquifers
Design Requirements
The Contractor shall design all dewatering system components such that formation materials
(sand and silt) are not removed with groundwater during pumping.
Hose system shall be designed to withstand truck and car traffic either by temporary burial or
use of hose ramps. Locate hoses and hose ramps in plan submittal to the Owner. Locations
shall be reviewed and approved by the Owner prior to placement.
Performance Requirements
Dewatering is required in advance of excavation to control groundwater to maintain dry
excavations in a hydrostatically stable and workable condition, prevent sloughing, softening of
the bottom of any excavation, and prevent formation of "quick" conditions, "boils", or
"heave" during excavation. The Contractor shall depress water levels and hydrostatic pressures
a minimum of 2 feet below the excavation bottom at all times under all conditions until all
backfill has been completed for that excavation. The Contractor shall employ sumps within
the excavation to pump any pocketed or undrained water not otherwise collected or removed
by the active dewatering system. The use of sumps and pumps shall not be employed to lower
groundwater levels more than 2 feet below the excavation bottom.
Groundwater encountered during excavation operations shall be discharged to the existing
stormwater system once sediment is removed to the extent required.
Submittals
Groundwater Control Plan:
If dewatering via vacuum well points is deemed necessary by the Owner, the Contractor shall
submit a Groundwater Control Plan to the Engineer for review. The Groundwater Control
Plan shall include:
• A narrative of the Contractor's proposed dewatering system methodology and basis for
design,
• Design calculations demonstrating system and equipment adequacy,
City of Renton Summer 2020
Airport Lift Station Division 2
2-6
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
• Dewatering schedule, including mobilization, installation, development, testing, water
quality analysis, start-up, monitoring, operation, shutdown, decommissioning, cleanup and
removal,
• Number and location of temporary monitoring wells, if any, to be installed,
• Working drawings showing system layout and components including number and location
of dewatering wells and/or well points and discharge outfall(s)
• Pumps and sumps for removal of incidental seepage, perched groundwater, etc.
• Provision for the removal of sediments in groundwater prior to discharge (settling tanks),
• Provision for the treatment of any contaminated water prior to discharge, should
contaminated water be encountered. A description of what would be considered extra
work should contaminated groundwater be encountered shall be included. This provision
will be reviewed and agreed upon prior to construction and will be the basis for payment
under the contaminated groundwater bid item,
• Specifications of proposed materials and equipment, including pump curves.
The Engineer's review of the Groundwater Control Plan shall not constitute approval of
method nor relieve the Contractor from full responsibility for errors or emissions therein nor
from the entire responsibility for complete and adequate groundwater level control and
volume removal in the excavated areas to the extent specified herein.
Field and Monitoring Data:
The Contractor shall submit the following field and monitoring data:
• Drilling Logs: The drilling logs shall include the location, drilling method(s), subsurface
conditions (soil and water), borehole depth, and Ecology start card number.
• Well As-Built Diagrams: The As-Built diagrams shall include the total depth, screen slot
size, screen length and depth interval, filter pack material and depth interval, and seal
material and depth interval.
• Monitoring Data: The following data should be recorded and submitted to the Engineer
on a weekly basis;
o settlement monitoring data, if required,
o number of vacuum well points in operation,
o daily water levels in monitoring wells, and
o total discharge from vacuum well points.
Quality Assurance
The Contractor shall meet the requirements of WAC 173-160 for all well construction,
development and decommissioning. The Contractor shall obtain variances as required to
construct dewatering systems that achieve the level of groundwater drawdown specified.
The Contractor shall be solely responsible for control of the groundwater levels and
hydrostatic pressures to the depths herein specified and for avoiding settlement outside the
excavation as herein specified. The Contractor shall bear sole responsibility for proper design,
City of Renton Summer 2020
Airport Lift Station Division 2
2-7
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
installation, operation, maintenance and any failure of any component of the temporary
dewatering system for the duration of the Contract.
Scheduling
Dewatering shall be scheduled around the planned excavation schedule. Dewatering systems
shall be installed in advance of the planned excavation to allow sufficient time to establish the
required drawdown in each area of construction, and then run continuously and shall not be
shut down between shifts, at night, or on holidays, weekends, or work stoppages of any kind
without written permission from the Engineer. Dewatering systems or sumps shall be operated
continuously for as long as they are needed in a given area.
Part 2 – Products
Materials
Materials for dewatering system construction shall conform to the following requirements:
Well Casings:
• Monitoring wells, if used, shall be constructed of 2-inch nominal diameter Schedule
40 flush-threaded PVC well casing.
• Vacuum well points shall be constructed of minimum Schedule 40 flush-threaded
PVC well casing.
Well Screens:
• Monitoring well screens shall be constructed with 2-inch nominal diameter Schedule
40 machine-slotted PVC well screen 10 feet long, with a minimum slot width of
0.010-inch.
• Vacuum well point screens shall be constructed of minimum Schedule 40 machine-
slotted PVC well screens of the same diameter as the casing material. Slot size shall be
determined by the Dewatering System Designer and Contractor as part of the
dewatering system design to be consistent with the aquifer formation and filter
material, and shall be provided in the Groundwater Control Plan.
Filter Materials for Monitoring Wells, if used:
The Contractor shall furnish sand and gravel filter material for creating filter packs in the
monitoring wells:
• The filter material for monitoring wells shall consist of clean, well-rounded, washed
select sand or gravel that is free from silt, clay or other deleterious material, with an
appropriate grain-size distribution that is designed to be sufficiently permeable to act
as a hydraulically efficient well filter pack that does not impair the hydraulic
performance of the wells, while preventing the migration of surrounding native soils
or aquifer materials into the well.
• Design and selection of the appropriate filter pack gradation shall be included in the
Groundwater Control Plan, consistent with the design, screen selection, slot size,
pumping capacity and hydraulic performance of the dewatering wells.
City of Renton Summer 2020
Airport Lift Station Division 2
2-8
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
• The Contractor shall install sufficient filter material for initial filter packing of the well
to completely fill the annulus from the bottom of the well screen to 5 feet above the
top of the well screen. In addition, the Contractor shall furnish and place such
additional filter material as the wells may require during well development.
Seal Materials:
The Contractor shall install a surface seal for each monitoring well and well point in
accordance with Washington Administrative Code (WAC) 173-160, including special sealing
standards for Artesian wells as needed (WAC 173-160-251).
Pumps and Piping:
The Contractor shall provide and size appropriately all pumps and piping necessary to convey
and remove groundwater from the well points to the designated point of discharge.
• Piping shall be rigid PVC, HDPE or equivalent. Flexible hose shall not be permitted.
• The piping shall be designed to minimize head loss and turbulent flow, and shall be
protected from all vehicular traffic or other potential damage as appropriate.
Settling Tank:
The Contractor shall provide a baffled settling tank or tanks of sufficient volume to ensure
that discharge water is free of sediment and settleable solids. This tank shall be monitored
daily to provide assurance that materials are not being pulled from wells that can later impact
the stability of the area surrounding the wells. Should substantial aquifer formation materials
(several inches on the bottom of the tank or a total of more than ½- cubic yard) be found in
the settling tank, the dewatering system designer and City shall be notified immediately.
Corrective action will be determined by the Contractor’s dewatering system designer, and
approved by the Engineer. The costs for the agreed to corrective action shall be borne by the
Contractor.
Standby Equipment:
The Contractor shall maintain on-site, at a minimum level of 20 percent of the quantity of
equipment, additional dewatering system components, including valves, flow meters, pumps
and piping, and other system hardware to ensure that immediate repair or modification of any
part of the system can be made.
Standby Power:
• The Contractor shall have on-site 100 percent standby electrical generating capacity or
other source of power, in case the primary power source is lost.
• Power system and standby power services for the temporary dewatering system shall
be independent from power sources used or required for the project. The Contractor
shall use this, electric service solely to power the temporary dewatering system,
separate from all other power needs
City of Renton Summer 2020
Airport Lift Station Division 2
2-9
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Geotechnical Instruments, if necessary:
The Contractor is responsible for operating the vacuum well point system so that dewatering
causes no settlement of surrounding soil that could affect existing structures and utilities. The
Contractor should consider conducting settlement monitoring to demonstrate the lack of
settlement due to dewatering system operation and design. Settlement monitoring would
measure any response of the ground and structures, utilities, and pavement adjacent to the
construction to changes in elevation relative to benchmarks outside the influence of the
dewatering system. Data collected from the monitoring program could be used to assist with
the evaluation of:
• Damage claims
• Effectiveness of remedial measures.
• Performance of dewatering systems
Each of these and other related elements should be monitored prior to construction and
during construction, as required. We recommend assuming the following geotechnical
instrumentation systems:
• Surface, utility, and structure settlement points for monitoring vertical settlements of
the ground, pavements, utilities, and structures.
• Piezometers for monitoring groundwater levels during dewatering.
Surface Settlement Points (SPs):
SPs are typically established on curb lines, sidewalks, and roadways adjacent to shored
excavations that are located within a distance equal to the depth of the excavation. SPs typically
consist of PK nails installed in asphalt pavement or concrete sidewalks. The SPs are monitored
by optical surveying methods. The proposed locations of the SPs will be determined in the
field during construction and shall consist of locations surrounding the excavation limits of
the project.
SPs should be read three times before construction to establish baseline readings, daily during
dewatering, and then weekly during the remaining construction. After construction, all SPs
should be read weekly for a minimum of four weeks after construction is complete.
Structure Settlement Points (SSPs):
SSPs should be established on the nearest building. The SSPs typically consist of survey pins
or targets fixed to the structures. The SSPs are monitored by optical surveying methods. At a
minimum, three points shall be installed on each structure. The proposed locations of the SSPs
shall be determined in the field.
SSPs should be read three times before construction to establish baseline readings and then
weekly during construction. After construction, all SSPs should be read weekly for a minimum
of four weeks after construction is complete.
Utility Settlement Points (USPs):
USPs should be established on settlement-sensitive utilities such as sewers, storm drains, and
water mains that cross above and/or parallel the proposed pipelines. Monitoring of these
City of Renton Summer 2020
Airport Lift Station Division 2
2-10
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
utilities during construction may allow the Contractor to alter the selected construction
methods to reduce potential damage. Relying entirely on pre- and post-construction condition
surveys would not provide the information necessary to trigger modification of the
construction methods. USPs typically consist of plastic or fiberglass rods fixed to the top of
the utility. The USPs are monitored by optical surveying methods. The threshold and
shutdown values for settlement should be developed by the design team based on discussions
with utility owners and the existing condition of the utilities, joint connections, and materials.
For planning purposes, assume USPs will be installed on settlement-sensitive utilities when
the distance between the excavations and settlement-sensitive utilities is equal to or less than
the depth of the excavation. USPs should be read twice before construction to establish
baseline readings, every three days for points within 35 feet of excavation activities, and then
weekly for a minimum of four weeks after construction is complete. The proposed locations
of the USPs shall be determined in the field.
Part 3 – Execution
Installers
The Contractor shall be, or shall employ the services of a specialist subcontractor who is
generally recognized as experienced and knowledgeable in the field of dewatering system
installation, operation and maintenance, and shall carry general liability insurance coverage of
at least $5 million. The Contractor shall employ the services of a licensed water well driller per
WAC 173-162 for all well drilling, installation, construction, development and testing. The
dewatering system shall be operated at all times by workers who are competent and trained in
all aspects of the system operation, maintenance and monitoring, and who have had at least
40 hours current valid health and safety training per OSHA.
Dewatering Subcontractor: The Contractor shall employ the services of a specialty dewatering
subcontractor who has at least five years of experience in the field of dewatering system,
installation, operation, and maintenance, and can document successful completion of similar
projects, including groundwater control in flowing artesian conditions.
Dewatering System Designer: The Groundwater Control Plan shall be prepared by a
Professional Engineer or Hydrogeologist who is licensed to practice in the State of
Washington, and who has a minimum of five years of experience in the design of dewatering
systems for similar projects with soil and groundwater conditions similar to that shown in the
geotechnical report.
Examination
The Contractor shall promptly notify the Engineer of any groundwater that the Contractor
believes may be contaminated and shall, under the direction of the Engineer, cease pumping
until provisions have been made for water management.
Construction
The Contractor shall control surface runoff to prevent entry or collection of water in
excavations or in other isolated areas of the site.
Operational Monitoring: The Contractor shall provide continuous 24-hour operational
monitoring of the dewatering system, by experienced personnel present on site or available on
City of Renton Summer 2020
Airport Lift Station Division 2
2-11
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
call. The Contractor shall bear full responsibility for all damages to work in the excavation area
and for damages to any other area or structures caused by the Contractor's failure to maintain
and operate the system properly. The Contractor shall provide adequate backup power, pumps
and equipment so that dewatering can be maintained in the event of a power or equipment
failure. Additionally, the pumping rate shall be set low enough in each well to prevent excessive
drawdown.
System Installation, Development and Testing: The Contractor shall bear full responsibility
for acquiring a water supply with which to install any dewatering system components necessary
to achieve proper completion of all work performed under this Contract. Mud-rotary drilling
is not permitted as a method for well installation. No additives other than clean water shall be
allowed during well drilling. The Contractor shall remove fines and drilling debris from newly
installed dewatering wells and monitoring wells to enhance the hydraulic connection between
the screened interval and the surrounding formation. Wells shall be developed to reduce sand
content and turbidity by appropriate means that do not cause formation or well damage. Initial
well development water shall be stored and allowed to settle before discharge. If there is
suspected groundwater contamination in the vicinity, the development water should be
segregated from other development water and the Engineer should be notified. No areas of
potential contamination have been identified within the Project limits.
Dewatering System Protection: The Contractor shall bear full responsibility for taking all
reasonable precautions necessary to ensure continuous, successful operation of the temporary
dewatering systems. This includes establishing and/or maintaining adequate marking of all
well, pump and pipeline locations and protecting power cables against damage or theft.
Wherever dewatering wells or discharge lines require crossing intersection roadways or
driveways access the lines shall be buried below grade to as required to not restrict access, steel
plates may be used when approved by the Engineer. All discharge lines shall be installed to
support the heaviest road vehicles and construction equipment on-site and shall provide at
least 6-inches of clearance between the dewatering system element and the underside of the
steel plates if approved for use. 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.
Formation Protection: The Contractor shall design, construct, operate and maintain any
dewatering system such that foundation soils, natural and engineered, will not experience fines
removal upon pumping. The Contractor shall develop dewatering wells and/or wellpoints
until the sand/silt content of the discharge water is less than 10 parts per million (ppm) as
determined by a centrifugal separating meter such as a Rossum SAND TESTER (Journal
AWWA, 46:123, February 1954), or equivalent. The Contractor shall provide all of the
equipment and fittings for monitoring sand content and properly mount them upstream of
any settling points. The Contractor shall take sand content measurements on a daily basis for
the 1st five working days after well installation, and weekly thereafter in the presence of the
Engineer and submit written test reports within 24 hours to the City and the Contractor’s
Engineer.
System Removal: Upon written authorization of the Engineer, as work is completed in each
area of project, the Contractor shall decommission and remove all dewatering system
elements. The Contractor shall assume ownership a nd responsibility for the removal of all
dewatering pumps, pipes and other assorted system hardware. The Contractor shall employ
City of Renton Summer 2020
Airport Lift Station Division 2
2-12
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
the services of a licensed water well driller per WAC 173-162 for well decommissioning and
removal, which will be accomplished in accordance with WAC 173-160.
Repairs
Well points and monitoring wells that become clogged or ineffective shall be repaired or
replaced within 24 hours. Verify well points and monitoring wells are functioning properly,
for example, by adding or subtracting water to demonstrate water level response and recovery.
Field Quality Control
Take immediate appropriate action and notify the Designer and Project Representative if any
of the following occur:
• Deformations larger than predicted, distress, or damage to the surrounding
structures or utilities.
• Dewatering system element is not in accordance with the Design or Performance
Requirements.
Operation:
The Contractor shall assure that the dewatering systems operate continuously during each
stage or phase of excavation and backfill. The Contractor shall ensure that the operation of
any temporary dewatering system will not result in excessive drawdowns or undesirable
hydraulic gradients which may affect adjacent structures. Any contaminated groundwater shall
be treated and disposed of in a legal manner in accordance with all applicable disposal
regulations and water quality criteria. The Contractor shall obtain all applicable permits for
disposal, at Contractor's expense, and shall furnish a copy of the permits to the Engineer.
Discharges:
Discharges to storm drains that flow to a surface water outfall must conform with all
requirements of the National Pollution Discharge Elimination System (NPDES) and State
Waste Discharge General Permit for stormwater discharges associated with Construction
Activities. Water shall be discharged at one or more designated points, at rates not to exceed
the flow capacity of the storm drain system.
In the event that contaminated water is discovered, the water shall be managed as required in
this contract. Other necessary permits required for discharge, must be identified by the
contractor and obtained from regulatory agencies with appropriate jurisdiction.
Decontamination water and stormwater collected in any stockpile areas may also be discharged
under this permit. The Contractor shall be responsible for all cost of disposing of water.
Inspections
Groundwater shall be lowered within the excavation area of the wetwell to 2-feet below base
elevation after shoring is installed. Contractor shall install a slotted 4-inch PVC or steel pipe
to at least 3-feet below finished excavation to verify water elevation near or next to the wetwell.
Provide monitoring systems as described under “Geotechnical Instruments”. Establish a
baseline with a minimum of 1 week of monitoring the settlement prior to any excavation or
dewatering work is started. Continuously monitor dewatering systems as required to properly
control settlement and groundwater levels.
City of Renton Summer 2020
Airport Lift Station Division 2
2-13
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Provide the Owner with monitoring results on a weekly basis.
2.11 Earthwork Materials
2.11.1 Common Work for Earthwork Materials
Part 2 - Products
Source Quality Control
All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.),
pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic
organic chemicals (SOCs). The Contractor shall provide certification to the owner that the fill
is free of these chemicals.
2.11.2 General Fill
Part 1 – General
Summary
All fill required for this project that is not specifically defined as another type shall be “General
Fill”.
References
Section 9-03.14(3) Common Borrow of the Standard Specifications.
Part 2 – Products
Components
General fill shall be soil free of organics, debris, and other deleterious materials with no
individual particles having a maximum dimension larger than 5 inches. The moisture content
of the material and weather conditions at the time of placement will be used to determine the
suitability of native materials for backfill as general fill.
Part 3 – Execution
Installation/Construction
All general fill shall be compacted in uniform layers not exceeding 12 inches in loose thickness
and compacted to at least 95 percent maximum dry density based on the ASTM D-698
(standard) test procedure.
2.11.3 Structural Fill
Part 1 – General
Summary
All fill placed below, beside 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
City of Renton Summer 2020
Airport Lift Station Division 2
2-14
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
prevent adverse movement during an earthquake. The Contractor must take particular care to
maintain the integrity of the design by using structural fill where shown.
References
Where free draining material for use as 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.
Structural fill for foundation subgrades or where free drainage is not required through the
structural fill shall conform with 9-03.14(2) “Select Borrow” of the Standard Specifications.
Part 2 – Products
Components
Structural fill shall be soil free of organics, debris, and other deleterious materials. The Owner
shall 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-698 (standard) test procedure.
2.11.4 Pipe Bedding
Part 1 – General
Summary
All fill placed below and around buried utilities shall be “Gravel Backfill for Pipe Bedding”.
The pipe bedding material has been selected to support the weight of the utility by distributing
the load so that the completed utility and backfill system does not weigh more than the native
material. In addition, the grain size has been selected so that the bedding will not migrate into
the bottom of the trench. The Contractor must take particular care to maintain the integrity
of the utility design by using the appropriate pipe bedding material where shown.
References
For Ductile Iron, Steel, or Concrete Pipe larger than 4-inch diameter: Bedding material shall
conform with Section 9-03.12(3) “Gravel Backfill for Pipe Zone Bedding” of the Standard
Specifications except all shall pass a 1-inch sieve.
For PVC and HDPE water piping regardless of diameter: Bedding shall conform with Section
9-03.13 “Backfill for Sand Drains” or as approved by the Inspector.
For PVC Sewer and Storm Piping, HDPE Sewer piping, CPEP regardless of diameter and
Conduit, Side Service Lines, and all other piping 4-inch in diameter or less: Bedding shall
conform with Section 9-03.13 “Backfill for Sand Drains” or as approved by the Inspector.
City of Renton Summer 2020
Airport Lift Station Division 2
2-15
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Pipe bedding used around restrained joint pipe must be a well graded cohesive material with
fines. Rounded gravels and pea gravel are not acceptable.
Part 3 – Execution
Installation/Construction
Bedding material shall surround the pipe and conduits to the limits shown on the Plans and
provide uniform support along the entire length without allowing concentrated loading at
joints or bells or that results in any bridging of the pipe. All bedding material shall bear on
firm subgrade and be compacted to firm and unyielding condition.
2.11.5 Trench Backfill
Part 1 – General
Summary
All fill placed above the pipe bedding in a trench shall be “Trench Backfill”. The trench backfill
material has been selected to distribute surface loads over the utility. In addition, the grain size
has been selected so that the trench backfill will not migrate into the pipe bedding or trench
walls. The Contractor must take particular care to maintain the integrity of the utility design
by using the appropriate trench backfill material where shown.
References
Trench backfill shall consist of materials conforming to Section 9-03.19 “Bank Run Gravel
for Trench Backfill” of the Standard Specifications or as approved by the Owner.
Part 3 – Execution
Installation/Construction
Trench backfill shall be placed and compacted above the pipe bedding to finished grade
elevations in unrestored areas or to subgrade elevations in restored areas.
In unimproved or landscaped areas trench backfill shall be placed in uniform layers not to
exceed 12 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its
maximum dry density based on the ASTM D-698 (standard) test procedure.
In areas where the trench will support roadways or vehicle access areas, trench backfill shall
be placed in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be
compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test
procedure (modified proctor) from 0 to 4 feet below finished surface, 90 percent below 4 feet.
2.11.7 Gravel Base Course
Part 1 – General
Summary
All fill placed under paving, foundations or structures and next to native material shall be
“Gravel Base Course” unless otherwise called out on the Plans.
City of Renton Summer 2020
Airport Lift Station Division 2
2-16
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
References
Aggregate for gravel base course under structures, and foundations shall conform to Section
9-03.10 Aggregate for Gravel Base of the Standard Specifications.
Aggregate for gravel base course under roadways, paved areas, sidewalks and gravel areas shall
conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications.
2.11.8 Gravel Top Course
Part 1 – General
Summary
Gravel surface paving as shown on the Plans shall be “Gravel Top Course”.
References
Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top
Course and Keystone of the Standard Specifications.
2.11.20 Geotextile Fabric
Part 1 – General
Delivery, Storage, and Handling
All fabrics shall be shipped, stored, placed, overlapped and secured based on manufacturer
requirements.
Part 2 – Products
Materials
Geotextile Fabric shall be chosen by the Contractor to meet the requirements based on place
of use.
For geotextile fabric placed between quarry spalls and fill to separate soil fines, it shall be equal
to Tencate Mirafi 160N.
For geotextile fabric placed below crushed rock in road subgrade it shall be equal to Tencate
Mirafi 500X.
Other locations may require a specialized geotextile fabric and if so shall either be identified
in the Plans or geotechnical report.
2.12 Road Surfacing
2.12.2 Cement Concrete Pavement
Part 1 – General
References
Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of
Division 3. Construction shall comply with Section 5-05 of the Standard Specifications.
City of Renton Summer 2020
Airport Lift Station Division 2
2-17
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Part 3 – Execution
Examination
Evidence of pavement damage such as surface cracking, ponding or other variations in surface
consistency shall be investigated by the Contractor and reported to the Engineer.
Construction
Pavement areas damaged by construction activities shall be removed and reconstructed at the
Contractor’s expense to the road agency’s standards.
Manhole covers, valve covers, survey markers, and other existing surface features shall be
adjusted to the finished grade of the new pavement. Adjustment of utility features to grade
shall be in conformance with the local road agency standards. Catch basin grates shall be set
0.1 feet below finish grade.
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement
(ACP)
Part 1 – General
Definitions
References
Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. All
HMA shown on the Plans shall be Commercial HMA unless otherwise noted. Furnish, place,
spread, and compact HMA to the thickness shown on the Plans.
2.12.10 Pavement Marking/Striping
Part 1 – General
References
Pavement marking shall be constructed in accordance with 8-22 of the Standard Specifications
and any Owner standards more stringent than the Standard Specifications.
Part 3 – Execution
Repair/Restoration
Pavement marking damaged or removed during construction shall be replaced by the
Contractor. Cost for replacement of damaged or removed markings shall be incidental to the
contract.
Installation/Construction
Provide markings on all new pavement per the local traffic agency’s requirements.
Pavement marking shall match marking at the project site unless noted otherwise on the Plans
or within these specifications.
City of Renton Summer 2020
Airport Lift Station Division 2
2-18
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
2.13 Tree and Shrub Preservation
Part 1 - General
Warranty
Trees which are to be protected that become damaged or die within one year of acceptance
shall be repaired or replaced by the Contractor at the discretion of the Owner with trees of
the same species and equal size.
Part 3 – Execution
Installation/Construction
Install fencing before site preparation, grading and clearing and grubbing operations. Under
no circumstances shall the Contractor, for convenience, or ease of construction, or any other
reason not approved by the Owner, remove existing trees that are not designated to be
removed.
No work can commence until complete erosion control is in place and approved by Owner’s
Representative.
Construction access, vehicle or equipment parking, material storage or material disposal will
not be allowed within drip lines of existing trees to remain.
Excavate within drip line of trees only where shown. Where trenching for utilities is required
within drip line, tunnel under or around roots by methods that do not tear or compromise the
health of the roots. Do not cut main lateral roots or tap roots.
Where pruning is shown on the plans, or allowed by the Owner, cut branches with sharp and
clean pruning instruments and do not break or chop. Prune flush with trunk surface.
Field Quality Control
The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat
cut roots over 1-inch in diameter with asphaltic pruning paint.
2.20 EARTH MOVING
2.23 Excavation
Part 1 – General
Summary
The Contractor shall excavate as necessary to construct the improvements shown.
Part 2 – Products
Materials
All excavated material shall be removed from the project site unless app roved 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.
City of Renton Summer 2020
Airport Lift Station Division 2
2-19
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Part 3 – Execution
Installation/Construction
Excavation shall include the digging, scraping, and removing existing n ative material,
abandoned or interfering utilities, abandoned or interfering structures and any other obstacles
necessary for the construction of the improvements shown on the Plans. Excavation includes
utility excavation, structural excavation, and grading excavation.
Utility excavation shall be performed to the depths necessary to complete the utility
construction work shown.
Structural excavation shall be performed to the limits shown and established by the Owner.
The base of the excavation shall extend laterally a maximum of 2 feet beyond the structure
unless specified otherwise on Plans.
Temporary stockpiling of excavated material will not be permitted outside the construction
limits at any time.
Examination
The base of the excavation shall be evaluated by the Owner 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
Excavation required by the Owner that is beyond the depth shown shall be performed by the
Contractor per the direction of the Owner. The Contractor will be reimbursed for additional
excavation as specified in Division 18, “Measurement and Payment”.
2.25 Temporary Erosion and Sedimentation Control
2.25.2 Contractor Provided Certified Erosion and
Sedimentation Control Lead
Part 1 – General
Summary
The Contractor shall provide a Certified Erosion and Sedimentation Control Lead (CESCL)
as part of their regular work force for the project. This person shall be a site superintendent,
project manager or site laborer regularly on the project site during earthwork operations.
Submittals
Documentation of the Certification shall be provided to the Owner and reviewing authority if
applicable with a copy of such certification always available in the job shack. Washington State
Department of Ecology Certification shall be valid and up to date for this person throughout
the duration of the earthwork operations of the project.
City of Renton Summer 2020
Airport Lift Station Division 2
2-20
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
2.25.3 Temporary Erosion and Sedimentation Control
Part 1 – General
Quality Assurance
The Temporary Erosion and Sedimentation Control (TESC) Plans shown on the construction
Plans are the minimum requirements for the anticipated site conditions. The Contractor shall
add additional TESC facilities or processes as necessary to ensure that erosion and
sedimentation problems do not occur. The Contractor shall inspect the TESC facilities daily
and maintain the systems as necessary to prevent off-site damage.
Part 2 – Products
Materials
Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface
water runoff. Where straw or mulch is required for erosion control, it shall be applied to a
minimum thickness of 2-inches. Straw shall not include Reed Canary grass.
Part 3 – Execution
Installation/Construction
All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw,
mulch, culverts, drain pipe, outfalls and other items required by for this project, must be
installed prior to any clearing, grubbing, excavation, or grading work or other work that could
result in off-site stormwater or material flows. Erosion/sedimentation controls systems must
remain in place throughout the duration of the construction activities. The systems may be
relocated to complete utility, excavation, grading, and landscaping activities if their location
impedes the associated work. If the systems are relocated to complete any work they must be
reinstalled to protect the construction and surrounding areas prior to commencing work on
other portions of the project.
Systems such as mulch, plastic sheeting and hydroseed shall be installed as soon as clearing,
grading and excavation are complete if sites are 1-acre or less. The Contractor shall take care
and diligence to minimize erosion exposure and provide erosion and sedimentation control
measures as shown on the Plans and required by construction practice.
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.
If the project is fined by the permitting authority, that stormwater fine shall be paid for by the
Contractor at no additional cost to the Owner.
City of Renton Summer 2020
Airport Lift Station Division 2
2-21
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
2.25.5 Filter Fabric Fence
Part 3 – Execution
Installation/Construction
A filter fabric fence shall be installed to allow the collection and passage of surface water to
occur through the fabric before discharge off site. When joints are necessary, filter fabric shall
be spliced together at a support post with a minimum overlap of six inches. Both ends of the
fabric shall be securely fastened to the post. The filter fabric fence shall be installed to follow
the contours of the existing grade where feasible. The fence posts shall be driven securely into
the ground a minimum of 30 inches and spaced apart at a maximum of six feet. A wire mesh
support fence shall be fastened securely to the uphill side of the posts using heavy -duty wire
staples at least one inch long, tie wires, or wire rings. The wire shall extend into the trench a
minimum of four inches and shall not extend more than 36 inches above the existing surface.
An 8-inch by 12-inch trench shall be excavated on the uphill side of the fence for securely
burying the lower edge of the fabric fence. At least 20 inches of the filter fabric fence shall
continuously extend into the trench. The filter fabric fence shall extend above the existing
grade 36 inches. The filter fabric placed in the trench shall be secured with backfill material of
three-quarter inch washed rock. The backfill material shall be placed in the trench and on
either side of the fence as shown on the construction Plans.
Field Quality Control
Filter fabric fence shall be inspected by the Contractor immediately after each rainfall and at
least once daily during periods of prolonged rainfall. The Contractor shall repair or replace
sections of the filter fabric fence that are not filtering surface water. The filter fabric fence may
be removed after the threat of off-site contamination has passed.
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 shall be 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
City of Renton Summer 2020
Airport Lift Station Division 2
2-22
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
governed by the shoring requirements, the Contractor shall submit his 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 be accomplished in such a manner as to maintain the undisturbed state of soil
below and adjacent to excavation.
2.60 CONTAMINATED & WASTE MATERIALS HANDLING
2.60.2 Waste Material Control
Part 1 – General
Quality Assurance
Adhere to all requirements of federal, state, and local statutes and regulations dealing with
pollution. Permit no public nuisances.
Use only dump sites that are approved by the regulatory agency having jurisdiction, and
present proof of approval upon request.
The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution
Control Agency (PSAPCA) and other associated agencies.
Part 3 – Execution
Installation/Construction
The Contractor shall take precautions to warn, protect, and prevent the public from all hazards
that exist on site due to any demolition or construction operations. Stockpiled debris shall be
surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the
public of any potential hazard.
Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising
and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or
other material that adversely affects water quality shall be collected and cleaned prior to
discharge. On site collection ponds may not be used to keep silt laden water from entering the
storm water collection system.
Do not use water to control dust when its use may create hazardous or objectionable
conditions such as ice formation, flooding, and pollution.
The Contractor shall minimize the amount of dust and other airborne particles caused by any
demolition, excavation, stockpiling, or removal activities . Dust control measures shall be
implemented by the Contractor prior to the beginning of work activities. Exposed soil may be
wetted with water or covered to minimize dust creation. Water runoff from the wetting
procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall
be removed from the site prior to project completion.
City of Renton Summer 2020
Airport Lift Station Division 2
2-23
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Cleaning
At all times, keep the construction area clean and orderly and upon completion of the work,
leave buildings broom clean and all parts of the work clean and free of rubbish and excess
material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains, paint
or roofing splashes, or other marks or defects. Upon completion, restore site of all work or
equipment and material storage areas to their original conditions. Remove all miscellaneous
unused material resulting from work and dispose of it in a manner satisfactory to the Owner.
The site, through the progress of construction, shall be kept as clean as possible and in a neat
condition.
2.61 Contaminated Materials
2.61.2 Toxic Spill or Release Contact Requirements
Part 3 - Execution
Field Quality Control
During construction, if there is any toxic substance spill or release discharged into the
environment, report the location, quantity, date and time of the spill or release to Washington
State Emergency Management at 1 (800) 258-5990 and the Owner’s representative. Spills shall
be monitored, contained, and cleaned up to applicable codes at the Contractor’s expense.
2.61.4 Contaminated Soil and Water
Part 1 – General
Quality Assurance
There may be contaminated soil remaining north of the existing fire hydrant or in the general
vicinity. If the Contractor discovers contaminated soil, they shall notify the Contracting
Agency as to where contaminated soils are located. Due to the OSHA Right to Know Laws,
the Contracting Agency is required to notify the Contractor that contaminated soils exist or if
not known but discovered, the Contracting Agency is required to mitigate the removal of the
contaminated soil as described below.
If contaminated soils or water are discovered by the Contractor, the Contracting Agency shall
mitigate the removal of the contaminated soil.
Part 3 – Execution
Installers
The Contractor shall follow all requirements and regulations for contaminated soil and water
removal and disposal. The Contractor shall meet the following qualifications to be eligible to
be selected to perform contaminated soil or water removal or disposal work for this project:
1. Meet State and Local OSHA and WISHA requirements for contaminated soil.
2. Meet State contaminated soil removal requirements (Department of Ecology).
3. Not have received a citation from the Puget Sound Air Pollution Control Agency related
to contaminated soils within the last year.
City of Renton Summer 2020
Airport Lift Station Division 2
2-24
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
4. Possess occurrence-based liability insurance coverage.
Installation
No testing of the existing soil material has been performed to determine the level of
hydrocarbons present. The Contractor shall be responsible for testing suspect material to
determine its hazard level and for the complete removal and disposal of all contaminated
materials to a minimum depth of 1 foot below the pipe or structure excavation. The excavated
material shall be replaced with clean imported structural backfill material and compacted to
firm and unyielding conditions.
2.90 LANDSCAPING
2.90.1 Common Work for Landscaping
Part 1 – General
Submittals
In addition to Division 2.05, provide the following information.
Top Soil - The Contractor shall submit the data for topsoil to be used as determined by an
approved testing lab. Data shall include percentage of organic content as determined by
incineration process and recommendations on type and quality of additives required to
establish satisfactory pH factor, organic content, and supply of nutrients to bring the soil to a
satisfactory level for planting.
Delivery, Storage, and Handling
Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis .
and name of manufacturer. Store in such a manner as to prevent wetting and deterioration.
Water plantings as necessary to keep them alive and in healthy condition. Provide dry, loose
topsoil for planting bed mixes.
Project/Site Conditions
Prevent damage to existing features, pavement, utility lines, areas to receive planting and other
features remaining as part of final landscaping and/or site improvements.
Cleaning
During landscape work, keep pavements clean and work area in an orderly condition.
Perform cleaning during installation of the work and upon completion of the work. Remove
from site all excess materials, soil, debris and equipment as instructed by Owner’s Authorized
Representative. Repair damage resulting from planting operations.
2.90.2 Landscape Grading
Part 3 – Execution
Installation/Construction
Perform fine grading within Contract limits, including adjacent transition areas, to new
elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to
City of Renton Summer 2020
Airport Lift Station Division 2
2-25
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
finished surface grades, unless specified otherwise. Provide uniform levels and slopes between
new elevations and existing grades. All fills required to achieve subgrades shall be compacted
per requirements of the fill type as noted above. For landscaping areas, all fill shall be
compacted to 85 percent of modified proctor (ASTM D-1557) unless noted otherwise on the
Plans.
Perform grading, within branch spread of existing trees scheduled to remain, by hand methods
to elevations indicated. Cut roots cleanly to depth 3 inches below proposed finish grade. Treat
cut roots over 1-inch in diameter with asphaltic pruning paint.
2.90.10 Topsoil
Part 2 – Products
Materials
Protect existing topsoil in seeding/planting areas or remove and stockpile for later use.
Existing topsoils that are contaminated or degraded due to the Contractor’s activities shall be
replaced by the Contractor at no cost to the Owner.
Import topsoil shall be naturally occurring surface soil with a minimum sand content of
60 percent. Topsoil shall have no evident rocks or debris over ½-inch Acidity pH range shall
be between 5.0 and 6.5. Organic matter content shall be 10 to 20 percent by dry weight. Add
dolomite limestone, if required, to obtain pH. Limestone, if used, shall be finely ground,
passing a minimum of 90 percent through the U.S. Standard No. 8 sieve and 20 percent
through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring
nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory
(exclude nitrogen, potassium, and phosphorus).
Part 3 – Execution
Installation
In planter areas, soil excavated shall be mixed with organic compost in a ratio of 1/3 organic
compost to 2/3 sandy loam.
In seeding areas, place topsoil and rake or blade to a smooth, consistent surface. Do not
compact. Install 2-inch depth topsoil unless specified otherwise on the plans or within the
specific seeding/planting specification section.
Excess soil shall be disposed of as per Owner’s Authorized Representative’s ins tructions.
2.90.11 Hydroseed
Part 1 – General
Related Sections
• Division 2.90.21 Erosion Control Matting
Scheduling
The Contractor shall apply hydroseed within the optimum seeding windows whenever
possible. Hydroseed may be used for temporary erosion control only with the approval of the
City of Renton Summer 2020
Airport Lift Station Division 2
2-26
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Engineer. Construction practices shall be timed to minimize bare, cleared and excavated areas
so that surfaces are hydroseeded and seed germinates and grows stabilizing surfacing as soon
as possible. The optimum seeding windows are April 1 through June 30 and September 1
through October 1. Seeding that occurs between July 1 and August 30 will require irrigation
until 75 percent grass cover is established. Seeding that occurs between October 1 and March
30 will require a mulch layer 2-inches thick until 75 percent grass cover is established.
Maintenance
The Contractor shall provide temporary irrigation, mulch or plastic sheeting (plastic sheeting
for short term protection only, 7 days maximum) to hydroseeded areas as required for
establishment and to protect the seed from construction activities at no additional cost to the
Owner.
Part 2 – Products
Materials
Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with
3 percent tackifier. Mulch may be made up of 100 percent: cottonseed meal; fibers made of
wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be
plant-based, such as guar or alpha plantago, or chemical-based such as polyacrylamide or
polymers. Any mulch or tackifier product used shall be installed per manufacturer’s
instructions.
Any areas that have seed applied by hand shall have a minimum 2-inch thick layer of compost-
based mulch or 1-inch layer of topsoil. Slow-release fertilizers shall be used. Fertilizer shall not
be agitated more than 20 minutes in the hydromulch machine before it is to be used.
On 2:1 slopes and less, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix
(MBFM) products may be used in lieu of erosion control mat. BFM/MBFM products are
applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure
24-36 hours before rainfall and shall not be installed on wet or saturated soils.
Western Washington Hydroseed Mix
Install seed, fertilizer, and mulch for hydroseed mix at the following application rates:
Seed 180 pounds per acre
Fertilizer 90 pounds per acre, 10-4-6 Nitrogen-Phosphorus-Potassium (N-P-K)
Mulch 1,500 pounds per acre
BFM/MBFM 3,000 pounds per acre (for 2:1 slopes and steeper)
City of Renton Summer 2020
Airport Lift Station Division 2
2-27
J:\Data\REN\119-068\30 Specs\2 Sitework.docx 9/4/20 11:21 AM
© 2020 RH2 Engineering, Inc.
Part 3 – Execution
Preparation
The seedbed should be firm and rough. All soil should be roughened regardless of slope. If
compaction is required, slopes must be track walked before seeding. Backblading or
smoothing of slopes greater than 4:1 is not permitted if they are to be seeded.
Installation
All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls,
concrete, or other plant material/landscape items shall be hydroseeded, except ditches and
swales may have seed applied by hand. Apply seed prior to installing erosion control blankets.
Field Quality Control
The aforementioned specifications are the minimum requirements for the anticipated
conditions. It will be the responsibility of the Contractor to ensure seeded areas establish
ground cover and to provide any additional measures necessary to establish ground cover in
seeded areas. Any seeded areas that fail to establish at least 75 percent cover (100 percent
cover for areas that receive sheet or concentrated flows) shall be reseeded at no additional cost
to the Owner. Contractor should expect to provide a temporary irrigation system for dry
season work or any work in Eastern Washington. Temporary irrigation systems shall be
removed by the Contractor when no longer required.
Ditch/Pond Seed Mix
Name Proportion by Weight % Purity % Germination
Tall or Meadow Fescue 75-80% 98% 90%
Seaside/Creeping Bentgrass 10-15% 92% 85%
Redtop Bentgrass 5-10% 90% 80%
All Other Areas Seed Mix
Name Proportion by Weight % Purity % Germination
Redtop or Oregon Bentgrass 20% 92% 85%
Red fescue 70% 98% 90%
White Dutch Clover 10% 98% 90%
THIS PAGE INTENTIONALLY LEFT BLANK
3-1
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
Division 3
Concrete
3.00 GENERAL
Sections in these specifications titled “Common Work for . . .” shall 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 C-150
• Coarse aggregate - ASTM C-33
• Fine aggregate - ASTM C-33
• Admixtures - ASTM C-494
• Air-entraining admixtures – ASTM C-260
• Fly Ash – ASTM C-618
• Admixture and products in contact with potable water – NSF 61
Submittals
Submittal information shall be provided to the Owner for the following items:
• Concrete mix design including aggregate gradation and substantiating strength data.
• Precast concrete items
• CDF
• Grouts
Concrete mix designs shall be submitted to the engineer for approval a minimum of two
weeks prior to placing any concrete. The mix design shall include the amounts of cement,
fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump,
concrete yield, aggregate gradation, and substantiating strength data in accordance with
ACI 318, Chapter 5. A batch plant inspection may be required, the cost of which shall be
paid by the Contractor. Review of mix submittals by the engineer of record indicates only
that information presented conforms generally with contract documents. Contractor or
supplier maintains full responsibility for specified performance.
City of Renton Summer 2020
Airport Lift Station Division 3
3-2
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
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 24-hour 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.
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.
City of Renton Summer 2020
Airport Lift Station Division 3
3-3
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
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 C 1231.
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.
3.10 FORMING AND ACCESSORIES
3.15 Concrete Accessories
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.
City of Renton Summer 2020
Airport Lift Station Division 3
3-4
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
3.30 CAST-IN-PLACE CONCRETE
3.30.05 Common Work for Cast in Place Concrete
Part 1 - General
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 C-171 and liquid membrane-forming
compounds shall conform to ASTM C-309. 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.
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.
City of Renton Summer 2020
Airport Lift Station Division 3
3-5
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
Place no concrete when air temperature is below or expected to be below 40 degrees during
the 28-day curing period unless a low temperature concrete mix has been approved by the
Owner. Provide adequate equipment for heating materials and protecting concrete during
freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in
contact with concrete free from frost at time of placement. Heat mixing water as required.
Use no materials containing ice.
Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during
the 28-day curing period unless a high temperature placement plan has been approved, and
unless adequate precautions are taken to protect work. Cool ingredients prior to mixing.
Flake ice or crushed ice of a size that will melt completely during mixing may be substituted
for all or part of water. Cool forms and reinforcing prior to placing concrete.
Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of
final deposit by methods which prevent separation or loss of ingredients. Under no
circumstances shall concrete that has partially hardened be deposited.
Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete
will be deposited on concrete which has hardened sufficiently to cause formation of seams
and planes of weakness within the section. If a section cannot be placed continuously, locate
and reinforce construction joints at points as provided for in the Plans or as approved by the
Owner. Maximum concrete drop shall be 5 feet.
Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or
tamping. Thoroughly work concrete around reinforcement, around embedded items, and
into corners of forms to eliminate air or rock pockets which may cause honeycombing,
pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately
18 inches in each direction and extend into the lower concrete lifts. At each insertion, the
duration shall be sufficient to consolidate the concrete; but not sufficient to cause
segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by
utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods.
Have a spare vibrator available at jobsite during concrete placing operations.
After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie
cones. Cut or snap off form ties to a depth of ¾-inch. Chip out rock pockets, holes from
form tie removal, and other defects to solid concrete. Repair defects in accordance with
3.01.30.71.
Curing
See section 3.39.
City of Renton Summer 2020
Airport Lift Station Division 3
3-6
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
3.31 STRUCTURAL CONCRETE
3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks,
Equipment Pads, and Fence Posts
Part 1 - General
Summary
All concrete for non-structural applications including thrust blocks, driveways, sidewalks,
equipment pads, and fence post foundations. Hydraulic or Structural Concrete may be
substituted.
Performance Requirements
28-day compressive strength – 4500 psi minimum
Part 2 - Products
Mixes
Water/cement ratio - 0.45 maximum
Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67)
Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum
3.34 LOW DENSITY CONCRETE
3.34.13 Controlled Density Fill (CDF)
Part 1 - General
Submittals
Revisions to the mix design shall be submitted to the Engineer for approval.
Performance Requirements
CDF as shown on the Plans or as directed by the Engineer shall be proportioned to be
flowable, non-segregating, and excavatable, and shall conform to the following
requirements:
• Maximum Compressive Strength 300 (psi).
• Minimum 28-day compressive strength 100 (psi).
Part 2 - Products
Mixes
• Pounds of cement per cubic yard (approx.) 50.
• Pounds of fly ash per cubic yard (approx.) 250.
• Pounds of dry aggregate per cubic yard (approx.) 3,200.
City of Renton Summer 2020
Airport Lift Station Division 3
3-7
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
If air containing or water reducing admixture is used for flowability, total water and
aggregates may be adjusted for yield. Weights may be adjusted for flowability and
pumpability.
Part 3 - Execution
Field Quality Control
The Contractor shall protect CDF for at least 24 hours after placement or for a duration as
necessary to prevent displacement by construction equipment or traffic. CDF placing may
be started if weather conditions are favorable, when the temperature is a minimum of
34 degrees Fahrenheit and rising. At the time of placement, CDF must have a temperature
of at least 40 degrees Fahrenheit. Placing shall stop when the temperature is 38 degrees
Fahrenheit or less and falling. CDF shall not be placed on frozen ground.
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:
• 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.
3.39 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
City of Renton Summer 2020
Airport Lift Station Division 3
3-8
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
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.
3.40 PRE-CAST CONCRETE
3.48 PRE-CAST CONCRETE SPECIALTIES
3.48.50 Utility Structures
Part 1 - General
Related Divisions
• 13.39.13 Sanitary Sewer Manholes, Frames, and Covers
Design Requirements
All concrete structures identified on the Plans as being pre-cast, prefabricated, or not
specifically detailed with reinforcing steel shall be pre-cast concrete.
Unless shown otherwise on the plans, round structures larger than 30-inch inside diameter,
or rectangular structures with longest interior side 30-inches or longer, that utilize riser
sections, shall be cast with an integral keyway for interlocking the riser sections.
Performance Requirements
Pre-cast structures shall be constructed to withstand anticipated construction loads that
occur during transport, handling, and placement as well as the anticipated design loads.
Design loads shall include the anticipated soil pressures, hydrostatic loads, and HL-93 traffic
loading.
Part 2 - Products
Materials
Additional reinforcement shall be provided within the pre-cast concrete structure at all
penetrations, openings, joints, and connections. The additional reinforcement shall be
provided to prevent damage during shipping, handling and installation. All damaged units
shall be rejected.
All precast structures that consist of sections (base, riser, lid, etc .) shall have the joints sealed
with rubber gaskets or mastic, of a material appropriate for the installation.
Part 3 - Execution
Cleaning
Fill picking holes with grout flush to the structure surface, including those in vault lids. Cut,
remove, and grind smooth shipping lifting hooks on the vault interior, unless directed
otherwise by the Engineer.
City of Renton Summer 2020
Airport Lift Station Division 3
3-9
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
3.48.52 Precast Gravity or Thrust Blocks
Part 1 - General
Design Requirements
Concrete for precast gravity and precast thrust blocks shall be 4,000 psi minimum strength.
Concrete must be cured 28 days prior to applying any load or thrust.
Part 2 - Products
Materials
Unless specified otherwise, precast concrete gravity blocks shall be “Ecology Block” style
with interlocking tongue and groove on top and side. 2 feet wide by 2 feet tall. 4 foot or
6-foot length as shown on the plans or directed by the Engineer. Minimum block weight of
600 pounds per foot of length.
Precast thrust blocks may be “Ecology Blocks” or custom reinforced concrete blocks
provided they meet the minimum bearing area specified in the plans or the standard
construction details. Custom reinforced blocks must meet the following minimum criteria:
• 36 inches or less per side: 9-inch minimum thickness. (5) #6 rebar @ 6-inch OC EW.
• 36 to 48 inches per side: 10-inch minimum thickness. (7) #6 rebar @ 6-inch OC EW.
• 48 to 72 inches per side: 12-inch minimum thickness. (9) #6 rebar @ 6-inch OC EW.
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
City of Renton Summer 2020
Airport Lift Station Division 3
3-10
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
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 C 109-90-Modified): 3500 psi
(24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days.
B. Passes ASTM C 1107 as a grade B grout w hen tested as temperature minimum and
maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to
32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid
consistency per ASTM C 939 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 C 469): 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 C 531): 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 C 78): 1300 psi (7.9 MPa).
F. Resistance to rapid freezing – thawing (ASTM C 666, Procedure A): 300 cycles- min
RDF 90 percent.
G. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 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 Masterbuilders 928 or Embeco 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 C 1107, Grades B and C. General Purpose Non-shrink grout
shall be Masterflow 713 Plus or Embeco 636 Plus 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.
City of Renton Summer 2020
Airport Lift Station Division 3
3-11
J:\Data\REN\119-068\30 Specs\3 Concrete.docx 9/4/20 11:23 AM
© 2020 RH2 Engineering, Inc.
Adjust water temperature to keep mixed grout temperature in the range of 45 degrees
Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius)
minimum/maximum.
Use cold or iced water to extend working time in hot weather or in large placements.
Use warm water in cold conditions to achieve minimum as mixed temperatures.
Part 3 - Installation
Preparation
Mechanically remove unsound concrete within the limits of the grout placement.
Remove at least ¼-inch (6mm) of existing concrete facing and continue removal as required
to expose sound aggregate.
Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in
a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry
at time of grouting.
Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion.
Remove loose rust and scale by grinding or sanding.
Comply with grout manufacturer’s recommendations for form construction. Construct
forms to be liquid tight.
Installation
Place grout mixture into prepared areas from one side to the other. Avoid placing grout
from opposite sides in order to prevent voids. Work material firmly into the bottom and
sides to assure good bond and to eliminate voids.
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.
THIS PAGE INTENTIONALLY LEFT BLANK
4-1
J:\Data\REN\119-068\30 Specs\4 Masonry.docx 9/4/20 11:24 AM
© 2020 RH2 Engineering, Inc.
Division 4
Masonry – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
5-1
J:\Data\REN\119-068\30 Specs\5 Metals.docx 9/4/20 11:25 AM
© 2020 RH2 Engineering, Inc.
Division 5
Metals – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
6-1
J:\Data\REN\119-068\30 Specs\6 Wood Plastics and Composites.docx 9/4/20 11:26 AM
© 2020 RH2 Engineering, Inc.
Division 6
Wood, Plastics, and Composites – This Division Not
Used
THIS PAGE INTENTIONALLY LEFT BLANK
7-1
J:\Data\REN\119-068\30 Specs\7 Thermal and Moisture Protection.docx 9/4/20 11:27 AM
© 2020 RH2 Engineering, Inc.
Division 7
Thermal and Moisture Protection – This Division Not
Used
THIS PAGE INTENTIONALLY LEFT BLANK
8-1
J:\Data\REN\119-068\30 Specs\8 Openings.docx 9/4/20 11:27 AM
© 2020 RH2 Engineering, Inc.
Division 8
Openings – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
9-1
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 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 . . .” shall 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.
Submittals
Before beginning any painting or coating, submit a list of coatings and manufacturers intended
for use for review by the Owner. Include the application each coating is intended for, any
surface preparation, number of coats, method of application, and coating thickness.
Provide Safety Data Sheets (SDS) for all materials to be used including solvents. Provide NSF
certification for all finishes in potential contact with potable water. Submit this information in
accordance with the requirements regarding shop drawings included herein.
Provide owner with schedule of coating operations and inspection timing. Coating inspections
will be scheduled based upon Contractor-provided schedule, update schedule weekly or as
necessary.
Provide manufacturer’s approval of coating system applicator.
If product being used are manufactured by a company other than the specified reference
standard, provide complete comparison of proposed products with specified projects
including application procedures, coverage rates, and verification that product is designed for
intended use. Information must also be provided that demonstrates that the manufacturer’s
products are equal to the performance standards of products manufactured by Tnemec
Corporation, which is the reference standard.
Performance Requirements
All finishes potentially in contact with potable water shall be National Sanit ation Foundation
(NSF) certified for contact with potable water. Certification from the NSF or UL shall be
supplied in writing at the time of the submittal process for Finishes . Contractor shall be
responsible for verifying all finishes used on the project are compliant with primary and
City of Renton Summer 2020
Airport Lift Station Division 9
9-2
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 RH2 Engineering, Inc.
secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the
Contractor’s expense.
The completed coating shall produce a minimum dry film thickness in accordance with the
specifications as determined by the microtest thickness gauge or comparable instrument. In
areas where this thickness is not developed, sufficient additional coats shall be applied to
produce it.
Quality Assurance
The Contractor shall be 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 shall be 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 shall be 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 Engineer 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 shall be subject to inspection by the Owner. Store paint supplies as
recommended by the manufacturer and as approved by the Owner.
Waste Products
The Contractor shall be responsible for the collection, containment, transportation, and
disposal of 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 acceptable containers for collection and disposal of waste materials, 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
3. Wasser High Tech Coatings
City of Renton Summer 2020
Airport Lift Station Division 9
9-3
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 RH2 Engineering, Inc.
4. Or Equal
The specified coating shall be understood as establishing the type and quality of the coating
desired. Other manufacturers’ products will be accepted provided sufficient information is
submitted to allow the Engineer 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,
and such requests shall not be considered until after the Contract has been awarded.
Substitutions of the coatings of other manufacturers shall 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
Installers
Contractor shall be responsible for quality assurance including the retention of a coating
applicator with experience necessary to complete the work as specified w ithin this Division.
Applicator’s personnel shall be adequately trained for application of specified coatings.
Applicator must prove adequate experience with the coatings specified for this project. At the
discretion of the Owner, the applicator shall be approved to complete the coatings portion of
the work. Submit list of a minimum of three completed projects of similar size and complexity
to this project during the submittal process. Include for each project:
1. Project name and location.
2. Name and phone number of owner.
3. Name and phone number of Contractor.
4. Name and phone number of engineer.
5. Name and phone number of coating manufacturer.
6. Approximate area of coatings applied.
7. Date of completion.
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
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 and/or the National Association of
Corrosion Engineers (NACE) as noted herein unless more strictly described by coating
manufacturer.
City of Renton Summer 2020
Airport Lift Station Division 9
9-4
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 RH2 Engineering, Inc.
Coatings shall only be applied during weather meeting the recommendations of the coating
manufacturer. 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 here in or applied based on coverage
rates of square feet per gallon (sq. ft./gal).
Installation/Construction
Paint application shall be 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.
Coating shall be done in a manner satisfactory to the Owner. The dry film thickness listed in
the “Materials” section of this Division must be met, regardless of the applied film thickness
or number of coats.
Carefully 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 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 Engineer’s opinion it
is not practical to drain the pipes, 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
final coating.
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 Engineer 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.
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 Summer 2020
Airport Lift Station Division 9
9-5
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 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.
Each coat shall be inspected 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 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 resul t
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 Color Schedule
Colors used for finish coatings on process equipment, piping, and building surfaces shall
conform to the following schedule. All finishes shall be glossy unless otherwise specified.
Finish coatings, which are applied in the shop by the manufacturer, shall conform to this
section. Factory coatings which are damaged during shipment or installation 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.
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.
Contractor shall 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 aluminum or stainless-steel items unless specifically directed otherwise below or
on the Plans. Field painting is not required for factory prefinished equipment items
(e.g. pumps, motors, blowers, etc.) unless otherwise specified. Do not coat shop epoxied
meters or control valves unless noted otherwise on the Plans or herein. Do not coat small
diameter pilot systems such as galvanized iron, copper, or brass pipe and fittings associated
with control valves or sensors unless noted otherwise on the Plans or herein.
City of Renton Summer 2020
Airport Lift Station Division 9
9-6
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 RH2 Engineering, Inc.
Do not coat over nameplates, labels, or identification tags.
9.91 Painting and Coating
Part 1 – General
Related Sections
Refer to 9.90.05 for coating application requirements.
9.91.33 Submerged and Buried Metals Painting
9.91.33.03 - System 2: Metals Submerged in Wastewater –
Non-NSF
Part 1 – General
This section applies to all metals submerged and/or in contact with wastewater. Do not coat
stainless steel materials unless specified otherwise. This Section applies to all pipe materials
and equipment, including manufacturer applied coating systems. For the purposes of this
coating system, metals which are located below the top of the exterior wall within a water
bearing structure or are located within a vault or manhole shall be considered as under
immersion service conditions.
Location: ductile iron pipe exterior inside the wet well and valve chamber. Pipe color shall be light green.
Part 2 – Products
Materials
1. Tnemec (Epoxy)
a. Primer: Series 435 PermaShield (12 to 15 Mil DFT)
b. Finish Coat: Series 435 PermaShield (12 to 15 Mil DFT)
2. Sherwin Williams
a. Primer (blast hold primer): Copoxy Primer (3 to 5 Mil DFT)
b. Intermediate Coat: Macropoxy 80 (5 to 7 Mil DFT)
c. Finish Coat: Macropoxy 80 (5 to 7 Mil DFT)
Part 3 – Execution
Preparation
Surface preparation
SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be 2.0 Mils, minimum.
Bolts must be masked with painter’s tape or similar prior to the application of coating system.
Do not apply coating on the bolts. Remove painter’s tape once coating system has dried to
the touch.
City of Renton Summer 2020
Airport Lift Station Division 9
9-7
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 RH2 Engineering, Inc.
9.97.23 Concrete Coatings
Part 1 - General
Scheduling
Most coatings on concrete will require a 28-day concrete curing period prior to coating.
Schedule the work accordingly. No additional monetary or time compensation will be given
for failure to plan for the required curing duration.
9.97.23.01 - System 4: Concrete – Immersion, Severe Conditions
subject to Hydrogen Sulfide Exposure
Part 1 - General
This Section shall apply to proposed manholes. This Section shall apply to all concrete surfaces
within proposed manholes including exposed concrete within pipe core holes.
Manholes are to be coated prior to delivery to the project site.
Part 2 - Products
Wasser MC-Shieldcoat System or approved equal:
a. Primer: Wasser MC-Shieldcoat 100: One coat (1.5 to 2 Mil DFT)
b. Finish Coat: Wasser MC-Shieldcoat 100: One coat (1.5 to 2 Mil DFT). Color white.
Part 3 - Execution
Surface Preparation
1. Verify state of cured concrete. No concrete surface shall be coated without a minimum
28-day cure or verify the concrete emits less than 3 lb. per 1,000 sq./ft. in a 24-hour
period via a Calcium Chloride test or ASTM D4263 Plastic Mat Test . This applies to
patched areas, new pour areas, or newly formed walls and containment dikes.
2. Roughen concrete surface for improved adhesion. Concrete shall be abraded by an
approved method from SP13 such as abrasive blasting, high pressure water blast, water
jetting with abrasive injection, or similar to achieve an ICRI standard CSP3-5 profile
over the entire substrate to be coated.
3. Remove surface contaminants. Remove all oils, grease, dirt, efflorescence, laitance or
other foreign contaminants. The concrete surface will also need to be free of moisture
or standing water. Wash down with clean water and vacuum the surface subsequent
to the above procedures.
4. Repair substrate defects. After the concrete is clean and dried, all surface irregularities
are to be repaired with the specified surface filler. This includes form voids,
honeycombs, fins, cracks, spalled areas, and control joints. All metallic protrusions
shall be ground below the surface and then patched or filled with an approved material.
Fill any discontinuities, such as picking holes, flush with the adjoining concrete surface.
City of Renton Summer 2020
Airport Lift Station Division 9
9-8
J:\Data\REN\119-068\30 Specs\9 Finishes.docx 9/4/20 11:30 AM
© 2020 RH2 Engineering, Inc.
Installation
Coat all surfaces unless some are specifically identified to not be coated. Stripe coat all concrete
joints to obtain full coverage within the joint.
9.97.23.05 – System 5: Concrete (Exterior below Grade Water-
proofing)
Part 2 – Products
Materials
1. Tnemec
a. One coat: Series 46H-413 Hi-Build Tneme-Tar. (16 to 20 Mil DFT)
2. Sherwin Williams
a. One coat: Hi-Mil Sher-Tar Epoxy. (16 to 20 Mil DFT)
Part 3 – Execution
Preparation
Allow 28-days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test.
Surface shall be clean, dry, and free of contaminants. Rock pockets ¼-inch diameter and larger
filled.
10-1
J:\Data\REN\119-068\30 Specs\10 Specialties.docx 9/4/20 11:31 AM
© 2020 RH2 Engineering, Inc.
Division 10
Specialties – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
11-1
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Division 11
Equipment
11.00 GENERAL
This division covers that work necessary for providing and installing all equipment as
described in these specifications 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.
11.05 Common Work for Equipment
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Pumps and Motors
• Packaged Lift Station
11.10 PUMPS
11.10.05 Common Work for Pumps
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 1.79 Demonstration and Training
• Division 1.81.40 Pressure Ratings
• Division 9.91.33 Submerged and Buried Metals Painting
• Division 9.97.23 Concrete Coatings
• Division 11.12.13 Packaged Lift Stations
References
• HI - Hydraulic Institute.
• ASTM - American Society for Testing and Materials.
• AISI - American Iron and Steel Institute.
• ANSI - American National Standards Institute.
City of Renton Summer 2020
Airport Lift Station Division 11
11-2
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Definitions
Pumps are classified by the following terms:
Submersible – Refers generally to single stage centrifugal pumps such as Submersible Sewage.
Performance Requirements
Power required to operate the pump(s) shall not exceed the motor nameplate horsepower.
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.
Submittals
Submittal information shall be provided for each individual pump.
Product Data:
• Specifications and data describing all pump parts, pieces, and components. Include
information on materials of construction and proposed coating systems.
• 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 pump efficiency data presented. Catalog or software
generated curves may be submitted for preliminary approval and ordering.
• Complete list of all pump system components and accessories to be provided.
Shop Drawings:
• Provide 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
Schedule
Provide delivery time in time from approval of shop drawings/submittal. All equipment shall
be delivered within 12 weeks or less from approval of complete submittal information.
Quality Assurance
The pump manufacturer shall accept unit responsibility for the motor/pump assembly.
Ensure that pumps selected are locally serviceable and replacement parts are readily available.
Delivery, Storage, and Handling
Pumps shall be delivered, stored, and handled in accordance with manufacturer
recommendations.
City of Renton Summer 2020
Airport Lift Station Division 11
11-3
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Warranty
All pumping equipment described in this section and provided under this contract shall be
warranted against defects in materials and workmanship for a period of two years after date
of project acceptance. “Original operation” shall be defined as the date that the manufacturer’s
representative approves field testing of each unit, and Owner accepts unit and its installation
following completion of a 5-day operational testing period.
Following pump and motor installation, supplier shall furnish 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, 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 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.
Components
All pump system components are to come from the pump manufacturer and shall include:
• Motor
• Shaft assembly
• Impeller assembly
• Volute assembly
• Discharge head or pump casing
• Couplings
• Power cable
• All other necessary appurtenances for complete unit assembly.
Accessories
All pumps are to include an engraved non-corrosive 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:
• Pump Manufacturer
City of Renton Summer 2020
Airport Lift Station Division 11
11-4
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
• Pump Model Number
• Pump Serial Number
• Impeller Number
• Impeller Trim
• Design TDH (feet)
• Design Flow (gpm)
• Supplier Name and Phone Number
• Date of Manufacture
Source Quality Control
Field Pump Performance Testing
Pump manufacturer shall have a representative that will oversee the pump performance during
testing and startup.
Part 3 - Execution
Installation/Construction
Install pump units in accordance with manufacturer’s specifications and direction. Installation
shall be supervised and approved by manufacturer’s representative prior to operating or field
testing units.
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 any misalignment.
Connect suction and discharge piping to the pump in a manner which prevents strain on pump
flanges.
Field Quality Control
See Division 1.75 Starting and Adjusting for scheduling and notification requirements.
A qualified and authorized representative of the pump manufacturer shall conduct and/or
supervise the field testing. Prior to acceptance of installed pumps, manufacturer’s
representative shall demonstrate proper operation of pumps at capacities stated.
Contractor shall be responsible for calibration, startup, and initial performance to meet
specifications herein. A field test shall be made to give an indication of the performance of
the new pump when it is operating under actual field conditions and to establish the
acceptance of the pump furnished and installed. The field test shall be performed in the
presence of the Engineer after the piping and controls have been installed.
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) shall be
performed, submitted to the Engineer and approved for each pump.
City of Renton Summer 2020
Airport Lift Station Division 11
11-5
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
The field test shall be performed 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.
Testing shall be completed under the observation of the Owner and Engineer. 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, open to
system, and approximately 50 percent design flow with throttled discharge valve.
Additional points may be required at the discretion of the Engineer.
• Overall Efficiency
Upon completion of pump installation and testing, manufacturer shall provide written
certification that equipment is fully warranted installed. Certification shall be provided that
pumps meet all requirements set forth in these specifications and submittal literature. The
pump installer shall also 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 Lift Station Pumps and Motors
Part 1 – General
This section covers work necessary to provide the submersible non-clog pumps and motors
with rail system at the proposed Airport Lift Station.
The pumps shall be capable of passing a 3.0” spherical solid without degradation to the pump
or motor.
Each pump unit provided for this project shall be Flygt, no substitutions. See lower sections
for specific pump model numbers and operational requirements.
Related Sections
• Division 11.10.05 Common Work for Pumps
• Division 11.12.13 Packaged Lift Stations
Part 2 – Products
Operational Requirements
Pump No. 1 Pump No. 2
Design Head (TDH) (Feet) 25 25
Design Flow (gpm) 150 150
Minimum Shutoff Head (feet) 65 65
Flygt Model Number/Impeller No. NP 3069 SH3~ Adaptive 275 NP 3069 SH3~ Adaptive 275
Maximum Motor Horse Power 2.7 2.7
City of Renton Summer 2020
Airport Lift Station Division 11
11-6
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 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 cable 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 (Adaptive)
The impeller(s) shall be cast of ASTM A-532 (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 45 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. The impeller shall be capable of momentarily moving axially upwards a distance
of 15mm/0.6-in. to allow larger debris to pass through and immediately return to normal
operating position.
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 corrosion
resistant tungsten carbide and one positively driven rotating corrosion resistant tungsten
carbide 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 corrosion resistant tungsten-carbide 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
City of Renton Summer 2020
Airport Lift Station Division 11
11-7
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
require neither maintenance nor adjustment nor depend on direction of rotation for sealing.
The position of both mechanical 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-48, Class 35B gray iron or 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 AISI type 431 stainless
steel.
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 moto r
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. The 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 windings and stator leads shall
City of Renton Summer 2020
Airport Lift Station Division 11
11-8
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
be insulated with 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 protection 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.
Part 3 - Execution
Installation of the pump units shall be in accordance with the manufacturer's specifications
and direction. The installation shall be supervised and approved by the manufacturer's
representative prior to operating or field testing the units.
Upon completion of the pump installation, the manufacturer shall provide written certification
that the equipment is fully warranted as installed.
City of Renton Summer 2020
Airport Lift Station Division 11
11-9
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
11.12.13 Packaged Lift Stations
Part 1 - General
Summary
This section covers work necessary to provide the wet well type packaged lift station (lift
station).
Under this section the Contractor shall furnish and install one (1) pre-packaged, pre-assembled
lift station complete with precast concrete pump chamber with integral valve vault structure,
submersible waste water pumps and motors as specified under Division 11.12.2, slide rail
pump removal system, discharge piping with required supports and fittings, discharge check
and plug valves, access hatches, valve vault access ladder, liquid level controls, duplex pump
control panel, internal wiring and other required appurtenances. The Contractor is responsible
for the complete compatibility and integration of the pumps and controls with the lift station
components.
The lift station manufacturer or their authorized representative shall provide sole-source
responsibility to the Owner through the warranty period.
Related Sections
• Division 1.75 Starting and Adjusting
• Division 1.79 Demonstration and Training
• Division 1.81.40 Pressure Ratings
• Division 1.81.45 Location Designations
• Division 11.12.2 Lift Station Pumps and Motors
Design Requirements
All equipment and materials furnished in the lift station shall be new and free of defects. All
equipment shall be the manufacturer’s latest and proven design.
All components of the lift station with integral valve vault shall be designed for all stresses that
may occur during continuous operation, and for any additional stresses that may occur during
fabrication or erection. Workmanship shall be high quality in all respects. All equipment shall
be constructed of materials that will maintain their functional integrity during continuous
handling, and in contact with the liquids and atmosphere, likely to be encountered in this
application.
Hazardous Location Compliance: The wet well and the area within 2 feet of the wet well has
been classified as a Class 1, Division 1, A Hazardous Location as defined by the National
Electrical Code. All electric wiring and motors located within the subject area shall be in strict
compliance with these standards. The shop drawings shall carry the manufacturer’s
certification that all equipment located in the subject area meets the requirements of NEC
Class 1, Division 1 Criteria and the Underwriter’s Laboratory (UL).
All electrical materials, devices, and equipment shall be UL listed wherever applicable.
City of Renton Summer 2020
Airport Lift Station Division 11
11-10
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
All equipment and installations shall meet the National Electric Code.
The following items shall be accounted for in the precast unit design.
Precast Concrete Unit Design:
• Design standard precast concrete units to withstand design load conditions in
accordance with ACI 350. Design must also consider stresses induced during
handling, shipping, and installation in order to avoid product cracking or other
handling damage. Design loads for precast concrete units shall be indicated on the
shop drawings and designed by a licensed Professional Engineer.
• The structural design shall take into account discontinuities in the structure
produced by openings.
• The lift station with integral valve vault shall be designed to support its own weight
as well as the minimum superimposed loads tabulated below. All additional
equipment shall be accounted for in the design of the elements.
o Top Slab
o Live Load & Impact Load – AASHTO LRFD HL-93
o Floor Slab (valve vault & base)
o Live Load – 200 psf
o Exterior Walls
o All exterior walls below finished grade shall be designed for an equivalent
fluid pressure of 81.6 psf caused by saturated earth pressure. The top of the
pressure diagram is assumed to originate at finished grade. In addition to
the soil pressure, a Live Load Traffic Surcharge shall be applied according
to the AASHTO Specification.
• The structure shall be designed to prevent floatation without the benefit of skin
friction and the weight of mechanical equipment when the ground water level is at
finished ground surface. The factor of safety against uplift calculated as a ratio of
the total resisting force (excluding skin friction and the weight of the equipment)
to the total hydrostatic uplift force shall be at least 1.15. The net uplift force shall
be transferred to the anti-buoyancy collar.
Concrete Mix Design:
• Concrete type
o For non-machine cast products, the concrete shall be self-consolidating
concrete which produces minimal bugholes and does not segregate.
• Concrete Proportions
o Selection of proportions for concrete shall be based on current self-
consolidating concrete mix design techniques. At a minimum, ACI 211.1
shall be used.
City of Renton Summer 2020
Airport Lift Station Division 11
11-11
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
o The precast concrete producer shall submit a mix design for each strength
and type of concrete that will be used. Submitted mix designs shall include
the quantity, type, brand and applicable data sheets for all design
constituents as well as documentation indicating conformance with
applicable reference specifications.
• Durability and Performance Requirements
o Concrete Compressive Strength – precast concrete units shall have a 28-day
compressive strength of 5000 psi for SCC.
o Water-Cementitious Ratio – concrete that will be exposed to freezing and
thawing shall contain air and shall have a water-cementitious ratio of 0.45 or
less. Concrete which will not be exposed to freezing, but which is required
to be leak resistant, shall have a water-cementitious ratio of 0.48 or less. For
corrosion protection, reinforced concrete exposed to deicer salts, brackish
water or seawater shall have a water-cementitious ratio of 0.40 or less.
o Air Content – the air content of concrete that will be exposed to freezing
conditions shall be within the limits given below
Nominal Maximum
Aggregate size (in)
Air Content %
Severe Exposure Moderate Exposure
3/8 6.0 to 9.0 4.5 to 7.5
1/2 5.5 to 8.5 4.0 to 7.0
3/4 4.5 to 7.5 3.5 to 6.5
1 4.5 to 7.5 3.0 to 6.0
1-1/2 4.5 to 7.0 3.0 to 6.0
* For specified compressive strengths greater than 5000 psi, air content may be
reduced 1%
Submittals
The following submittal information shall be provided, at a minimum.
Preconstruction Submittals:
• Upon request by the Owner, submit quality control procedures established by the
precast manufacturer.
Product Data:
• Submit manufacturer’s specific technical product data on all lift station
components, including installation and start up instructions, and furnished
specialties and accessories. Provide structural calculations stamped by a
Professional Engineer registered in the State of Washington.
Drawings:
• Submit manufacturer’s assembly-type shop drawings indicating dimensions,
mechanical & electrical components, complete bill of materials, structural layout &
City of Renton Summer 2020
Airport Lift Station Division 11
11-12
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
reinforcing per calculations and structural weights. Structural reinforcing drawings
shall be stamped by a Professional Engineer registered in the State of Washington.
• The drawings for precast concrete units shall be furnished by the precast concrete
producer for approval. These drawings shall show the design loads and standards
have been met. Installation and construction information shall be included on shop
drawings.
• The drawing for submittal shall show locations and dimensions to all penetrations
and special embed items. Product dimensions and thicknesses shall be shown, and
the drawing shall be to a common architectural scale with the precast producer’s
information in the title block.
Precast Concrete Unit Data:
• Anchorage, Lifting Inserts and Devices
o For anchors, lifting inserts and other devices, the precast concrete producer
shall provide product data sheets and proper installation instructions upon
request.
• Accessory Items
o For items including, but not limited to sealants, gaskets, pipe entry
connectors, steps, racks, and other items installed before or after delivery,
the precast concrete producer shall include proper installation instructions
and relevant product data.
Design Data:
• The precast concrete producer shall supply submittals showing design loading and
material specifications for supplied products. At a minimum, the following shall be
shown on the submittals:
o Live load used in design
o Vertical and lateral earth loads used in design
o Depth of soil fill on the structure
o Water table depth used in calculations
• The precast concrete producer shall supply precast concrete unit design calculations
and concrete mix design proportions and appropriate mix design test data.
Structural design calculations shall be stamped by a Professional Engineer
registered in the State of Washington.
Test Reports:
• Upon request, the precast concrete producer shall supply copies of material
certifications and/or laboratory test reports, including mill tests and all other test
data, for Portland cement, blended cement, pozzolans, ground granulated blast-
furnace slag, silica fume, aggregate, admixtures, and curing compound proposed
for use on this project.
City of Renton Summer 2020
Airport Lift Station Division 11
11-13
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
• Upon request, the precast concrete producer shall submit copies of test reports
showing that the mix has been successfully tested to produce concrete with the
properties specified and will be suitable for the project conditions. Such tests may
include compressive strength, plastic air content, temperature of freshly mixed
concrete, and slump of freshly mixed concrete. Special tests for precast concrete
items shall be clearly detailed in the specifications.
• Upon request, the precast concrete producer shall supply copies of in-plant
QA/QC inspection reports.
Quality Assurance
Shipping precast concrete units: Precast concrete units shall not be shipped until they have
reached at least 70% of their specified 28-day design strength, unless damage will not result,
impairing the performance of the product.
Factory pre-assembly: During fabrication and before shipment, all equipment shall be fully
factory installed to verify all proper clearances. All installed equipment, unless crossing
structural joints, shall remain in the precast structure during travel to the jobsite and final
re-assembly.
Qualifications, Quality Control and Inspection
The precast producer shall maintain a permanent quality control department.
The precast concrete producer shall have a quality control program which is audited for
compliance annually by persons outside that plant’s employee structure.
Upon request, the precast concrete producer shall supply a copy of their quality control
manual.
Quality Control
The precast concrete producer shall show that the following quality control tests are
performed as required and in accordance with the ASTM International standards indicated.
Copies of the test results and inspections listed shall be available upon request.
Concrete Testing:
• Slump: A slump test shall be performed at least once per day per mix design used.
Slump tests shall be performed in accordance with ASTM C 1611 for
self-consolidating concrete.
• Temperature: The temperature of fresh concrete shall be measured each time a
slump, air content, or compressive strength tests are made. Temperature shall be
measured in accordance with ASTM C 1064.
• Compressive Strength: At least four compressive strength specimens shall be made
each day for each mix design unless otherwise specified. In accordance with
ASTM C 31, C 39, C 192.
• Air Content: Tests for air content shall be performed if the mix design specifies air
entrainment. The air content shall be measured in accordance with ASTM C 231.
The air content shall be measured once per day per mix design.
City of Renton Summer 2020
Airport Lift Station Division 11
11-14
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
• Density (Unit Weight): Tests for Density (Unit Weight) shall be performed monthly
for each mix design used at a minimum. Tests shall be in accordance with
ASTM C 138.
Aggregate Testing:
• A full set of aggregate tests shall be performed on each aggregate at least annually
by an independent testing agency or an in house test lab. These tests shall include
gradations (ASTM C136), Soundness (ASTM C 88), Organic Impurities
(ASTM C 40), Sand Equivalent for fine aggregates only (ASTM D 2419).
• Potential reactivity shall be performed once per each aggregate source, and when
aggregate sources change (ASTM C 1260 or C 1293).
• Monthly, at a minimum, gradations shall be performed per ASTM C 33.
• Aggregate Moisture tests: Moisture tests on aggregates shall be performed in
accordance with ASTM C 70 or ASTM C 566. Fine aggregate moisture content
tests shall be performed at least once per day if there are no moisture meters,
otherwise it shall be performed once per month. Alternatively the speedy moisture
test is acceptable (ASTM D 4944).
Preplacement Check:
• All products shall be inspected for accuracy prior to placing concrete. Checks shall
include, but not be limited to, form condition and cleanliness, form dimensions,
joints, release agent, blockouts, inserts and locations, lifting devices, reinforcing
steel size, spacing, clearances and proper placement.
• Preplacement checks shall be documented and initialed by the inspector. A drawing
with verifications of the above criteria is acceptable as documentation.
Postplacement Check:
• All products shall be inspected for accuracy after the concrete forms have been
removed. Checks shall include, but not be limited to, dimensional checks, finishing,
insert locations, squareness, honeycombing, cracking, marking, coatings, racking,
hole size and location. Postplacement checks may require a corrective action report.
• Postplacement checks shall be documented and initialed by the inspector. A
drawing with verifications of the above criteria is acceptable as documentation.
Outside Inspection
The Owner may place an inspector in the plant when the units covered by this specification
are being manufactured. The precast concrete producer shall give notice of 3 days prior to the
time the precast concrete units will be available for plant inspection.
Delivery, Storage and Handling
The Contractor is responsible for following all handling, storage, and delivery instructions and
requirements of the manufacturer.
City of Renton Summer 2020
Airport Lift Station Division 11
11-15
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Handling
Precast concrete units shall be handled and transported in a manner to minimize damage.
Lifting devices or holes shall be consistent with industry standards. Lifting shall be
accomplished with methods or devices intended for this purpose as indicated on the shop
drawings. Upon request, the precast concrete producer shall provide documentation on
acceptable handling methods for the product.
Storage
Precast concrete units shall be stored in a manner that will minimize potential damage.
Delivery
Precast concrete units shall be delivered to the site in accordance with the delivery schedule.
Upon delivery to the jobsite, all precast concrete units shall be inspected by the Owner and
Contractor for quality and final acceptance. Provide a minimum of 2 days’ notice prior to
delivery of structure.
Warranty
The manufacturer of the lift station shall guarantee for one (1) year from the date of Physical
Completion, that the structure and all equipment will be free from defects in design, material
and workmanship.
Warranties and guarantees by the suppliers of various components in lieu of a single source
responsibility by the manufacturer will not be accepted. The manufacturer shall be solely
responsible for the warranty of the lift station and all components.
In the event a component fails to perform as specified or is proved defective in service during
the warranty period, the manufacturer shall provide a replacement part without cost to the
Owner. The Contractor shall further provide, without cost to the Owner such labor as may
be required to replace, repair or modify major components such as the station structure,
sewage piping manifold, etc.
Extra Materials
Provide the manufacturer’s standard spare parts package.
Part 2 - Products
Manufacturer
The lift station provided for this project shall be Oldcastle Precast Inc. OneLift RC509, no
substitutions.
Materials
Except as otherwise specified, materials shall conform to the following:
Cement
ASTM C 150 (Type I, II, III, or V)
ASTM C 595 (for Blended Cements)
City of Renton Summer 2020
Airport Lift Station Division 11
11-16
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Silica Fume
ASTM C 1240
Fly Ash and Pozzolans
ASTM C 618
Ground Granulated Blast-Furnace Slag
ASTM C 989
Water
ASTM C 1602 (the use of reclaimed/recycled
water shall be permitted)
Aggregates
ASTM C 33 (and aggregate specifications)
Air Entraining Admixtures
ASTM C 260
Accelerating, Retarding, Water Reducing
Admixtures
ASTM C 494
Corrosion Inhibitors
ASTM C 1582
Reinforcing Bars
ASTM A 615 or ASTM A 706
Plain, Welded Wire Reinforcement
ASTM A 185
Deformed, Welded Wire Reinforcement
ASTM A 497
Epoxy Coated Reinforcing Bars
ASTM A 775
Epoxy Coated Welded Wire Reinforcement
ASTM A 884
Hot-Dipped Galvanizing for Inserts
ASTM A 152
Rubber Gaskets for Circular Pipe
ASTM C 443
City of Renton Summer 2020
Airport Lift Station Division 11
11-17
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
External Sealing Bands for Pipe ASTM C 877
Preformed Flexible Joint Sealants for Concrete
Pipe, Manholes, and Manufactured Box Sections
ASTM C 990
Elastomeric Joint Sealants
ASTM C 920
Pipe Entry Connectors
ASTM C 923, ASTM C 1478
Non-shrink Grout
ASTM C 1107
Components
Precast Concrete Wet Well Sections with Integral Valve Vault
The wet well with integral valve vault shall be composed of precast reinforced concrete units,
rectangular in shape with rounded corners. The precast structures shall be monolithically cast,
and have minimum interior dimensions of 5’ wide by 9’ long with 2.5’ radius corners (RC509).
The precast base section shall be supplied with an extended buoyancy collar to withstand
upward buoyant forces with ground water at grade. Overall structure height and valve chamber
height shall be as shown on the plans.
Exterior walls shall be a minimum of 6 inches thick, integral valve vault common wall and
floor shall be a minimum or 4 inches thick, station floor and buoyancy footing shall be a
minimum of 8 inches thick, and the roof slab with hatches shall be a minimum of 12 inches
thick.
The integral valve vault shall be located in the lift station structure. Conventional means,
utilizing two (2) separate structures for the lift station and the valve vault will not be accepted.
The precast structures shall be comprised of product-standard: base, riser sections, integral
valve vault, vault riser shims as required, and station cover.
The manufacturer shall have a production facility in which all work associated with structural
fabrication, mechanical/electrical pre-assembling and product final inspection of the lift
station will be performed. The building shall keep the lift station components protected from
the elements and kept at an ambient temperature of at least 45 degrees Fahrenheit. No
concrete shall be batched and placed when the ambient temperature is below 50 degrees
Fahrenheit.
All wall penetrations shall be formed utilizing hole-formers or cored drilled holes for manhole
boots, and galvanized threaded couplings with waterstops for electrical connection.
All cast wall openings for PVC shall incorporate adjustable rubber manhole boots for a
watertight seal.
All cast wall openings for ductile iron or galvanized steel pipe shall incorporate a modular,
elastomer sealing system equal to Link-Seal for a watertight seal.
City of Renton Summer 2020
Airport Lift Station Division 11
11-18
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
All precast components shall be fabricated on steel forms with machined rings to form
accurate bell and spigot joint surfaces to ensure watertight joints.
The horizontal joints between precast sections shall be sealed with a vulcanized butyl rubber
joint material conforming to AASHTO M-198. The joint material shall be “Conseal CS-102”
as manufactured by Concrete Sealants, or approved equal.
All surfaces of the precast structures shall be smooth, even, and free from roughness,
irregularities and other defects. The surfaces shall be suitable for receiving interior and exterior
treatments as specified elsewhere herein. A Crystalline Waterproofing Additive shall be used.
The system shall cause the concrete to become sealed against the penetration of liquids from
any direction, and shall protect the concrete, surface to surface, from deterioration due to
acidic environmental conditions.
i. Dose rate of additive shall be per manufacturers’ recommendations. All concrete used
for the structural components and non-structural components (including fill concrete,
common interior wall and floor of integral valve vault) shall attain a minimum 28-day
compressive strength of 5,000 psi.
ii. The Waterproofing Additive shall be Xypex Admix C-500, as manufactured by
XYPEX Chemical Corporation, Richmond, B.C., Canada, or approved equal.
An exterior damp-proofing coating shall be factory applied per Division 9.
Pump Removal Rail System
The lift station shall be supplied with a stainless steel guide rail pump removal system, to
facilitate emergency and routine maintenance in removing and re-installing the submersible
pumps from the top of the station. The guide rail system shall include lower guide brackets
incorporated in the pump base elbow, 316-stainless upper guide brackets, 316-stainless
intermediate guide brackets as may be required per the pump manufacture, and 316-stainless
steel Schedule 40 guide rails of size and quantity as dictated by the select pump manufacturer
and model.
Guide rail components shall be assembled and installed plumb to the lift station structure, and
shall allow for pump removal and re-installation without interfering with the access hatch or
frame. All assembly hardware shall be 316-stainless steel.
Lift Station Access Frame and Cover
Furnish and install (1) aluminum pump access hatch, 30” x 48” nominal interior dimension,
flush with precast cover, H20 AASHTO load rating with 316-stainless steel hardware. Cover
shall be minimum ¼” diamond plate with stainless steel slam lock and weather plug, lift handle
which sits flush with cover, recessed pad lock clip (pad lock by others), hold open arm to lock
cover in 90-degree position, heavy duty stainless hinges. Frame to be angle style with
continuous 1 ½” anchor flange and full slab-height skirt to show no exposed concrete when
hatch is open, exterior surfaces in contact with concrete to receive one coat bituminous paint.
Pump access hatch to be supplied with integral safety grating system. The safety grate shall be
made of 6061-T6 aluminum and designed per the “Specifications for Aluminum Structures”.
The grating shall be designed to withstand H20 AASHTO loading. Each grate shall be supplied
with a heavy duty, stainless steel pneu-spring for ease of operation when opening. Each grate
shall be provided with a permanent hinging system; which will lock the grate in the 90-degree
City of Renton Summer 2020
Airport Lift Station Division 11
11-19
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
position once opened. Grate shall be coated with an OSHA type safety orange color, base coat
is a thermosetting epoxy powder coat finish with a minimum thickness of 2-4 mils. The top
coat is a mar-resistant, TGIC polyester powder coating with a minimum thickness of 2-4 mils.
Each coat shall be baked at 350-375 degrees F until cured.
Access hatch to be manufactured by EJ, East Jordan, MI, or approved equal.
Valve Vault Access Frame and Cover
Furnish and install (1) aluminum valve vault access hatch, 30” x 36” nominal interior
dimension single door, flush with precast cover, H20 AASHTO load rating with 316 stainless
steel hardware. Cover shall be minimum ¼” diamond plate with stainless steel slam lock and
weather plug, lift handle which sits flush with cover, recessed pad lock clip (pad lock by others),
hold open arm to lock cover in 90-degree position, heavy duty stainless hinges. Frame to be
channel style with 1 ½” NPT drain port in the bottom of the channel, continuous 1 ½” anchor
flange and full slab-height skirt to show no exposed concrete when hatch is open, exterior
surfaces in contact with concrete to receive one coat bituminous paint. Hatch shall be supplied
with a heavy duty, stainless steel pneu-spring, for ease of operation when opening cover.
Access hatch to be manufactured by EJ, East Jordan, MI, or approved equal.
Aluminum Vault Ladder
The valve vault shall be supplied with an aluminum (6061-T6) wall-mount access ladder. The
ladder shall be fastened to the concrete with 316 stainless expansion bolts and shall meet
OSHA standard 1910.27 requirements.
The ladder rails & supports shall be all welded aluminum construction. Rails and wall supports
shall be solid 3/8” x 2 ½” flat stock, and rungs shall have a 1 -1/4” diameter with serrated
surface extruded into the rung for slip resistance. The minimum design live load shall be a
single concentrated load of 200 lbs.
Rung spacing shall be uniform and not exceed 12”, the minimum clear length of rungs shall
be 15-1/4”, and the distance from the center line of the rung to the nearest permanent object
shall not be less than 7”.
The aluminum ladder shall be manufactured by EJ, East Jordan, MI, or approved equal.
Ladder Extension
The ladder extension assembly shall be constructed of aluminum and stainless steel. The
aluminum housing shall mount to the ladder by means of grade 316 stainless steel channel
clamps secured to the ladder rungs with grade 316 stainless steel "U" bolts. The aluminum
telescoping post shall extend 42” above the top of the housing and lock into position with a
grade 316 stainless steel pin.
The safety extension post shall be manufactured by EJ, East Jordan, MI, or approved equal.
Piping and Fittings
B. Ductile Iron Pipe and Fittings
1. All ductile iron pipe shall be designed in accordance with ANSI A21.50,
and shall be manufactured in accordance with ANSI A21.51. Pipe for use
City of Renton Summer 2020
Airport Lift Station Division 11
11-20
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
with grooved end couplings shall have grooved ends in accordance with
AWWA C606.
2. Pipe thickness class shall be Class 53 for use with threaded flanges, unless
specified otherwise on the product drawings.
3. Flanged joints shall conform with ANSI A21.15, utilizing long-hub flanges
which shall be screwed on tight by the foundry before they are faced and
drilled.
4. Fittings shall conform to the requirements or ANSI A21.10 and shall be of
a pressure classification at least equal to that of the pipe with which they
are used. Flanged fittings shall be faced and drilled in accordance with
ANSI A21.10.
5. All ductile iron piping and fittings shall be double-thick cement mortar
lining and bituminous seal coat (black) on the inside and a bituminous seal
coat on the outside, all in accordance with ANSI/AWWA A21.4/C104.
C. DI Pipe & Fitting Coating - Epoxy Exterior Coating per Division 9
1. All ductile iron piping and fittings shall be double-thick cement mortar
lining and bituminous seal coat on the inside accordance with
ANSI/AWWA A21.4/C104. Exterior pipe and fitting surfaces shall
receive a compatible prime coating for select 2-part epoxy top coat.
Exterior top coat shall be Polyamidoamine Epoxy high-build application,
applied at a rate sufficient for 6DMT per coat, and 2-coats required. Color
shall be selected from manufacturer’s standard color chart.
2. Epoxy exterior top coat shall be Tnemec Series N69, of approved equal.
D. Flange Type Couplings
1. Flange couplings shall be mounted on each pump base elbows to ensure
proper pressure seal while providing a minimum of assembly flexibility.
The flange couplings shall be fusion bond epoxy coated and supplied with
304-stainless assembly and mounting hardware for harsh & wet
environments. The pipe gasket and O-ring seal shall be Nitrile (Buna N)
NFS 61 Listed.
2. To ensure correct fitting of pipe and couplings, all flange couplings shall be
furnished by the pipe supplier and shall be of the pressure rating of at least
that of the pipeline in which they are to be installed.
3. The flange couplings shall be Smith-Blair Inc., model 912 or approved
equal.
E. Grooved Couplings
1. Grooved couplings shall be supplied where shown on the product drawings
and shall conform to AWWA C606. The couplings are designed for use on
radius cut grooved pipe with minimum wall thickness of ANSI/AWWA
C151/A21.51, Class 53 DIP, or a transition coupling may be required for
City of Renton Summer 2020
Airport Lift Station Division 11
11-21
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
connection of grooved end IPS steel pipe to grooved end AWWA ductile
iron pipe.
2. The housing coating shall be coal tar epoxy, the gasket shall be Nitrile (red
color code), and bolting hardware of 304-stainless steel.
3. The grooved coupling shall be Victaulic style 31/307, or approved equal.
Pipe Supports
Piping shall be supported in the valve vault by means of adjustable stainless steel floor supports
stands which cradles the pipe/valve flanges. The support stands shall be floor mounted with
316-stainless expansion bolting hardware. Where piping enters and exits the vault structure;
aluminum wall supports angles with 304-stainless U-bolts and 316-stainless expansion bolt
wall-mounting hardware shall be utilized.
Piping shall be supported in the lift station by means of a common 316-stainless fabricated
angle brace spanning the width of the station and mounted with wall brackets and 316-stainless
hardware. Both vertical discharge pipes shall be supported from the brace by means of
individual 316-stainless U-bolts and bolting hardware.
Common pipe support assembly at mid length shall be required when the vertical discharge
pipe lengths exceed 10’-0”. Common pipe support assemblies at equal spacing shall be
required when the vertical discharge pipe lengths exceed 14’-0”.
Wall Penetrations
Where ductile iron pipe wall penetrations are specified or are called for on the plans;
mechanical piping shall utilize cast or cored openings with modular elastomer sealing systems.
Modular elastomer sealing system shall be equal to Model S-316 Link Seal modular seal.
Electrical conduit penetrations shall utilize galvanized electrical couplings assemblies with
2” wide minimum waterstop embedded in the structure at casting, or cored openings with
mechanical rubber seals to fill the annular spacing between electrical conduit and precast wall
structure. Mechanical seals shall be Link Seal by Thunderline Corp. or approved equal and
shall utilize 316-stainless assembly hardware. Mechanical seals shall be employed when pump
control panel or exterior junction box option is factory mounted to the station.
Gaskets, Bolts, Nuts
For flange joints, gaskets shall be a minimum of 1/8” thick full faced gaskets. Gaskets shall be
of composition suitable for exposure to fluids within the pipe. Gaskets shall meet AWWA
C110, C111, and C115 performance standards.
Flange joints shall be bolt-assemble utilizing the full faced gasket. Bolting hardware, number
& size, shall conform to the same ANSI standards as the flange. Bolts and nuts shall be
316-stainless steel, heavy hex Grade B conforming to ASTM A493/494.
Station Vent
A passive station vent shall be supplied using 2” Schedule 80 PVC piping & fittings, and a
stainless insect screen. The vent shall be factory assembled and mounted to the exterior of the
station, stainless steel piping shall be used where the venti rise above the station, and turn
downward (gooseneck), and end with insect screen minimum 3’ above finish grade.
City of Renton Summer 2020
Airport Lift Station Division 11
11-22
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Interior Junction Boxes for Pumps and Level Control Devices
The lift station shall be supplied with interior junction boxes for pump power/control and
float conductor connections. The pump power/control junction boxes shall be rated NEMA 7
explosion-proof, and shall require one junction box for each pump. The float junction box
shall be rated NEMA 4X and constructed of durable polypropylene for intrinsically safe float
operation, where barrier relays are supplied in the pump control panel. The interior junction
boxes shall be positioned together and accessible from the hatchway at grade. Interior conduits
and fittings shall be utilized for passage of pump power/control and level control conductors
to the junction boxes.
Pump and level control SJO jacketed cables shall be properly supported within the lift station
via stainless strain reliefs (Kellums Grip) or other methods, so that cable weight is not
transferred to the junction boxes.
Interior conduits and fittings between the wall-embedded electrical couplings and the interior
junction boxes shall be RGS construction and shall be factory mounted. Interior conduit
support assembly shall be a fabricated type 316 stainless steel Unistrut frame with all type
316 stainless steel fasteners.
Where submersible or ultrasonic type level control transducer device is used instead of, or in
conjunction with, level control/emergency floats, the transduce cable shall have a dedicated
conduit entrance to the station with dedicated conduit and cord bushing. The transducer shall
run un-cut to the pump control panel and not require an interior junction box. The weight of
the SJO jacketed cable and transducer shall be supported within the lift station via stainless
strain relief (Kellums Grip) or other methods, so that cable weight is not transferred to conduit
bushing. All final transducer positioning and connection to pump control panel shall be
completed on site by the site electrician.
Controls
A. Gauge Assembly
1. A discharge gauge assembly shall be supplied on each pump discharge pipe
line as they enter the valve vault for monitoring system performance. The
assembly shall be equipped with a ½” process connection, ½” isolation ball
valve, stainless diaphragm seal, 4 ½” pressure gauge and an aluminum wall
support with stainless connection hardware. Discharge pressure range shall
be 0-60psi.
2. All gauge and diaphragm seal assemblies shall be of a 1 piece welded design
with a full scale accuracy of ±1.0%. The gauge shall have a P.E.T. resin
case, 4.5” diameter, glycerin fill fluid, with a 316 stainless steel movement,
bourdon tube and connection welded to a 1 pc 316ss diaphragm seal. The
fill fluid shall be DC200 silicone. Threaded connections between the gauge
and the diaphragm seal shall not be accepted. The diaphragm seal shall be
all 316 stainless steel including diaphragm and have a ½” NPT ma le 316ss
lower connection. The assembly shall be factory assembled and calibrated.
3. The gauge assembly shall be connected to each discharge line by means of
dedicated welded and threaded boss, or by means of pipe saddle with ½”
City of Renton Summer 2020
Airport Lift Station Division 11
11-23
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
outlet. Drilling and tapping discharge piping; utilizing only the pipe wall
thickness for threading, will not be acceptable.
4. The gauge & seal assembly shall be XR-81 by Ametek, PTR50 by Winters,
or approved equal.
Fabrication
Forms
Forms for manufacturing precast concrete units shall be of the type and design consistent with
industry standards and practices. They should be capable of consistently providing uniform
products and dimensions. Forms shall be constructed so that the forces and vibrations to
which the forms will be subjected cause no damage to the precast concrete unit.
Forms shall be cleaned of concrete build-up after each use.
Form release agents shall be applied according to the manufacturer’s recommendations and
shall not be allowed to build up on the form casting surface.
Reinforcement
Cages of reinforcement shall be fabricated by tying the bars, wires or welded wire
reinforcement. The tolerances for concrete cover shall be 3/8 in. or as specified in the design.
Welding shall be allowed only for ASTM A 706 rebar.
Positive means shall be taken to assure that the reinforcement does not move significantly
during the casting operations.
Embedded Items
Embedded items shall be positioned at locations specified in the design documents. Inserts
and other embeds shall be held rigidly in place so that they do not move significantly during
casting operations.
Concrete
Concrete Mixing:
• Mixing operations shall produce batch-to-batch uniformity of strength, consistency
and appearance.
• Batching weight and volume measurement devices shall be annually calibrated by
an independent testing laboratory or more frequently if batching irregularities or
concrete inconsistencies are observed.
Concrete Placing:
• Concrete shall be placed in a manner in which it flows and consolidates without
segregation or air entrapment. The freefall of concrete shall be kept to a minimum.
• Cold Weather Concreting
o Recommendations for cold weather concreting are given in detail in
ACI 306 R. Adequate equipment shall be provided for heating concrete
materials and protecting concrete during freezing or near-freezing
City of Renton Summer 2020
Airport Lift Station Division 11
11-24
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
temperatures. All concrete materials, reinforcement, and forms shall be free
from frost. In cold weather, the temperature of the concrete at the time of
placement shall not be below 45 degrees F. Concrete that freezes before it
reaches a compressive strength of 500 psi shall be discarded.
• Hot Weather Concreting
o Recommendations for hot weather concreting are given in detail in
ACI 305 R. During hot weather excessive concrete temperatures and water
evaporation shall be minimized. The temperature of concrete at the time of
placing shall not exceed 95 degrees F.
Concrete Curing:
• Curing operations shall commence immediately following the initial set of the
concrete and completion of surface finishing.
• Curing by Moisture Retention
o Precast products shall be protected from drafts and wind to prevent plastic
shrinkage cracking.
o Moisture shall be prevented from excessively evaporating from exposed
surfaces until adequate strength for stripping the precast concrete unit from
the form is reached.
• Curing with Heat and Moisture
o Concrete shall not be subjected to steam or hot air until after the concrete
has attained its initial set. If hot air is used, precautions shall be taken to
prevent moisture loss from the concrete. The temperature of the concrete
shall not be permitted to exceed 150 degrees F. The temperature gain shall
not exceed 40 degrees F per hour.
Surface Finish:
• The surface finish shall be as specified on the contract documents and/or approved
shop drawings.
Stripping Precast Concrete Units from Forms:
• Precast concrete units shall not be removed from the forms until the concrete
reaches the compressive strength for stripping required by design. Stripping
strengths shall be routinely measured to ensure product has attained sufficient
strength for safe handling.
Patching and Repair:
• Repairing Minor Defects
o Defects that will not impair the functional use or expected life of the precast
concrete unit may be repaired by any method that does not impair the
product.
• Repairing Honeycombed Areas
City of Renton Summer 2020
Airport Lift Station Division 11
11-25
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
o When honeycombed areas are to be repaired, all loose material shall be
removed and the areas cut back into essentially horizontal or vertical planes
to a depth at which coarse aggregate particles break under chipping rather
than being dislodged. Proprietary repair materials shall be used in
accordance with the manufacturer’s instructions. Otherwise, the area shall
be saturated with water. Immediately prior to repair, the area should be
damp, but free of excess water. A cement-sand grout or an approved
bonding agent shall be applied to the chipped surfaces, followed
immediately by consolidating an appropriate repair material into the cavity.
• Repairing Major Defects
o Defects in precast concrete products which impair the functional use or the
expected life of products shall be evaluated by qualified personnel to
determine if repairs are feasible and, if so, to establish the repair procedure.
Part 3 - Execution
Installation
General
Installation of the pump chamber sections and related equipment shall be done in accordance
with written instructions supplied by the manufacturer. Installation oversight service (1-day)
shall be provided by the lift station manufacturer. The manufacturer shall furnish the services
of an experienced service technician to check the installation, and provide the Owner with a
certificate indicating that the lift station has been installed in accordance with the
manufacturer’s recommendations.
Assembly
The lift station shall be factory assembled and shipped to the job site as follows.
• Wet well precast base assembly with interior fillet and extended base. Pump base
elbow & slide couplings shall be factory mounted.
• Precast concrete riser shims as required, shall include holes and factory installed
rubber boots as required.
• Integral valve pit assembly shall include factory installed: piping, valves, supports,
gauges, bypass, ladder, hatch drain to lift station – as required. Valve pit assembly
may incorporate riser sections of 2’ & 4’ as may be required.
• Precast lift station top slab shall include aluminum access covers.
• Miscellaneous items provided and field installed shall include: control panel, floats,
pumps, vertical discharge piping, and pump guide rails.
Installation
Precast concrete units shall be installed: to the lines and grades shown on the contract
documents or otherwise specified; be lifted by suitable lifting devices at points provided by
the precast concrete producer; and in accordance with applicable industry standards. The
precast concrete producer shall provide installation instructions for the Contractor.
City of Renton Summer 2020
Airport Lift Station Division 11
11-26
J:\Data\REN\119-068\30 Specs\11 Equipment.docx 9/4/20 11:38 AM
© 2020 RH2 Engineering, Inc.
Field modifications to the product shall not be made without written agreement between the
Owner and manufacturer including the manufacturer ensuring no changes to the warranty.
Leak Resistance
Leak resistance is a necessary performance characteristic of the precast concrete unit’s end
use. Joint sealant, pipe-entry connectors and other penetrations shall be sealed according to
manufacturer’s requirements to ensure the integrity of the system.
Electrical
All final conductor connection in the junction boxes and final float positioning shall be
completed on site by the electrician. Conduit seal fittings shall be supplied outside of the lift
station and prior to the control panel on site by the electrician.
Field Quality Control
Final field elevations shall be verified and documented.
12-1
J:\Data\REN\119-068\30 Specs\12 Furnishings.docx 9/4/20 11:39 AM
© 2020 RH2 Engineering, Inc.
Division 12
Furnishings – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
13-1
J:\Data\REN\119-068\30 Specs\13 Special Construction.docx 9/4/20 11:42 AM
© 2020 RH2 Engineering, Inc.
Division 13
Special Construction – Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
14-1
J:\Data\REN\119-068\30 Specs\14 Conveying Systems.docx 9/4/20 11:43 AM
© 2020 RH2 Engineering, Inc.
Division 14
Conveying Systems – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
15-1
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Division 15
Mechanical
15.00 GENERAL
This division covers the work necessary for furnishing and installing mechanical
appurtenances and accessories as described in these Specifications and shown on the Plans.
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
15.05 Common Work for Mechanical
Part 1 - General
Summary
Provide the necessary piping, plumbing, fittings, and appurtenances to make all piping systems
complete, tested, and ready for operation as specified herein and as shown on the Plans. Some
fittings that are necessary for the complete piping system installation and operation may not
have been shown. Provide fittings, pipe, and appurtenances necessary, whether shown on the
Plans or not, to make all piping systems complete, tested and ready for operation.
Some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe
supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to
support and restrain the loads encountered.
Related Sections
• Division 1.81.40 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
• HDPE pipe and fittings
• PVC pipe and fittings
• Isolation valves
• Cleanouts
• Pressure gauges
• Other mechanical components listed in this division or required by the Engineer
City of Renton Summer 2020
Airport Lift Station Division 15
15-2
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Part 2 – Products
Materials
All valves, meters, hydrants, specialties, appurtenances, and other such mechanical and
plumbing components that are of similar purpose shall be of a single manufacturer and model
line. Do not “mix and match” unless specifically stated otherwise or allowed by the Engineer.
The intention of this requirement is to maintain consistency across all components installed
on the project for function, maintenance, aesthetics, and details of installation.
15.10 BURIED PIPE INSTALLATION
Part 1 – General
Site Conditions
Existing soils are unclassified except where specifically identified on the Plans or specification.
Part 3 - Execution
Preparation
Stringing of pipes in advance of pipelaying may occur but may not create a traffic hazard or
block access to roads, driveways, or private property without approval from the local traffic
authority and affected property owners. Pipe shall not be strung out more than two weeks in
advance of installation. Any pipe or materials that will not be installed for two weeks must be
stockpiled at a site procured by the Contractor or as provided in this contract.
Contractor shall pothole ahead of pipe-laying a sufficient distance at known utility crossings
and where noted on the plans to allow room to make vertical adjustments as necessary to
avoid existing utilities. Should the Contractor fail to pothole identified utility crossings, any
subsequent adjustments necessary shall not be cause for cost or time claim. If the area
potholed is in a travelled area and will be reopened to traffic more than one day in advance of
pipelaying through the zone, the hole shall be patched with hot or cold mix, the cost of which
shall be incidental.
Provide the results of potholing to the Owner no less than two working days in advance of
utility installation. Contractor shall provide a written record of size, materials, and locations
for found utilities to an accuracy of 0.5 foot horizontal and 0.1 foot vertical. Failure to record
locations clearly and legibly will result in non-payment.
Installation
Install pipes to the depth shown on the trench detail, unless superseded by depth shown on
the profile.
All non-metallic pipe, including service and air valve lines, shall include a tracer wire taped
every 5 feet to the pipe. Wrap wire around pipe 3-inch diameter and smaller. Loop tracer wire
to the surface in accessible locations such as valve boxes, meter vaults, or other surface access.
If no access is available for a distance of more than 1,500 feet, provide a valve box specifically
for the tracer wire. Wire shall be solid UF, 12AWG minimum for 2,000 foot runs and less, or
10AWG for runs longer than 2,000 feet.
City of Renton Summer 2020
Airport Lift Station Division 15
15-3
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Keep openings in pipe closed during the progress of work. Install plugs to prevent water and
debris from entering pipe. No payment will be made to clean pipes.
15.11 Open Trench Pipe Installation
15.11.05 Common Work for Pipe Installation
Part 3 - Execution
Installation
For push-on joint PVC pipe, joints shall not be pushed home. Stop the assembly when the
marked insertion line is at the face of the bell. This is to allow for thermal expansion if the
pipe is installed in cold weather. If the pipe has been pushed home, pull back to expose the
insertion line.
15.11.13 Sewer Force Main Installation
Part 1 - General
References
A. Use materials and installation methods in accordance with the latest edition of the Uniform
Plumbing Code and local codes and regulations that are applicable. Install force mains in
accordance with all applicable sections of AWWA including C600, C604, and C605.
Part 3 - Execution
Installation
A. Install pipes in accordance with the manufacturer's recommendations. Use types and sizes
of pipes as specified herein and/or as shown on the Plans. Where small pipe sizes are
omitted from the Plans and not mentioned in the Specifications, use sizes corresponding
to code requirements and as required by equipment and plumbing fixtures and
appurtenances. Properly size any undesignated pipe sizes for the functions to be
performed.
B. Carefully lay pipe and supports at proper lines and grades. Follow the piping runs shown
on the Plans as closely as possible, except for minor adjustments to avoid architectural and
structural features. Make major relocations, if required, in a manner acceptable to the
Engineer.
C. Form thrust blocking so that bolts, joints, gaskets and flanges of adjacent joints are clear
of concrete allowing bolts and joints to be dismantled without removing concrete. All
concrete blocking shall have a minimum compressive strength of 4,000 psi unless
identified otherwise in Division 3.31.3 or on the Plans.
D. Pipe passing through concrete walls or slabs shall be made watertight.
Field Quality Control
A. No permanent connections to the existing sewer system shall be made until the new sewer
main has been tested and approved by the Engineer. The Contractor shall verify the size,
City of Renton Summer 2020
Airport Lift Station Division 15
15-4
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
material and location of the existing sewer main at the connection point prior to installing
the new main.
B. Provide connections to existing force mains, as indicated on the Plans and specified in
Section 7-17.3(1) of the Standard Specifications. Connections to existing mains shall be
made only after contacting the Engineer or agency inspector 48 hours prior.
Flushing and Testing
A. Sewer force mains shall be hydrostatically pressure tested in accordance wit h Section
15.18.07. Prior to testing, the force main, valves and other components not already flushed
by polypig shall be flushed or swept clean. Flushing shall allow 4 complete exchanges of
water and remove any obvious debris.
15.11.50 Trench Patching
Part 1 - General
Scheduling and Sequencing
The Contractor shall be required to patch all trenches installed within the existing pavement
with Commercial Hot Mix Asphalt to the depth as shown in the Plans. Trench patches shall
be installed no later than one day following excavation for trenches crossing the road and
across parking lots.
On trenches crossing the roadway or parking lot, the Contractor shall provide and maintain
asphalt hot or cold mix until final patching is complete.
Maintenance
Crushed surfacing shall be inspected and repaired continuously, including over weekends and
other non-working periods. Temporary patching, regardless of material used, shall be
incidental to the project cost. No additional payment will be made.
Part 3 - Execution
Field Quality Control
Pavement patching that must be removed and replaced due to any failed testing will not
warrant additional payment.
15.18 Buried Piping Inspection and Testing
15.18.03 Valve Testing
Part 3 - Execution
Testing
All valves shall be pressure tested. Do not exceed the rated working pressure of the valve when
operating the valve. Bleed off test pressure prior to operating. Test all valve bonnets for
tightness.
City of Renton Summer 2020
Airport Lift Station Division 15
15-5
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Valve clusters shall be pre-assembled and tested as a unit. Provide end plugs, blind flanges,
assembly kits, and all appurtenances necessary for pressure testing. Valve testing shall use the
following procedure.
1. Close the valve.
2. Install plug or flange (with test port).
3. Connect test apparatus and pump.
4. Pressurize to test pressure. 100 psi for valves or manufacturer’s listed test pressure if
less.
5. There shall be zero drop in pressure or visible leakage for one minute. This includes
leaking through the stem packing.
6. If test fails, check for defects, correct, and retest. Valves that do not pass testing will
be replaced by the Contractor at no additional cost to the Owner.
Post-Installation
Test all valves for water tightness under differential working pressure. To perform this test,
pressurize pipe section with valve in place, close valve and relieve pressure on seat side of the
valve. The valve shall not pass water during a 5-minute test period.
Operate all valves at least once from closed-to-open-to-closed positions while valve is under
working (not test) pressure.
15.18.04 Gravity Sewer Main Inspection, Cleaning, and Testing
Part 3 - Execution
Preparation
The Contractor shall provide all required personnel and equipment and complete all tests
required to demonstrate the integrity of the finished installation for the approval of the Owner
and all agencies having jurisdiction.
Testing/Inspection
Alignment and Grade
Alignment and grade will be inspected by lamping each completed section. All gravity sewer
mains shall be inspected by TV inspection per 7-17.3(2)H of the Standard Specifications.
Initial costs for this inspection will be borne by the Owner. If this inspection confirms that
the section does not meet the specified requirements for the line and grade, the section or
portion not in compliance shall be re-excavated and re-laid at no additional cost to the Owner.
If corrections are required based on the results of the initial TV inspection, subsequent TV
inspections will be paid for by the Contractor at no additional cost to the Owner.
Deflection Test of PVC Pipe
All PVC gravity sewer pipe shall be tested for deflection at least 30 days after completion of
trench backfill and compaction in accordance with the requirements of Section 7-17.3(2)G of
the Standard Specifications.
City of Renton Summer 2020
Airport Lift Station Division 15
15-6
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Infiltration Tests
Tests shall be completed per Section 7-17.3(2)C of the Standard Specifications.
15.18.06 Gravity Sewer Low-Pressure Air Pressure Test Method
Part 3 - Execution
Testing
Where specified, pipeline and appurtenances shall be leak tested using low -pressure
compressed air per the Owner’s standard plan 410 in the appendix.
15.18.07 Sewer Force Main Inspection and Testing
Part 3 - Execution
Preparation
All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other
equipment necessary for performing the test shall be furnished and operated by the
Contractor. The pipeline trench shall be backfilled sufficiently to prevent movement of the
pipe under pressure. All thrust blocks shall be in place and sufficiently cured to reach design
strength before testing. Where permanent blocking is not required, the Contractor shall
furnish and install temporary blocking and remove it after testing.
The mains shall be filled with water and allowed to stand under pressure for a minimum of
24 hours to allow air to escape and/or allow the lining of the pipe to absorb water. The
Contractor will furnish the water necessary to fill the pipelines for testing purposes.
Gauges used in the test may be required to be certified for accuracy at a laboratory by the
Owner.
Testing
All new force mains and appurtenances shall be tested under a hydrostatic pressure equal to
100 psi. The Contractor is responsible for the proper disposal of any waste, including water.
An acceptable test of pipe and fittings buried under or adjacent to proposed concrete slabs or
other structures must be performed prior to construction of the structure.
Whenever possible, have pipe joints, fittings and valves exposed for inspection. Any visible
leakage detected shall be corrected by the Contractor to the satisfaction of the Owner
regardless of the allowable leakage specified above. Should the test section fail to meet the
specified pressure test successfully, the Contractor shall locate and repair the defects and retest
the pipeline at their own expense.
Prior to calling out the Owner to witness the pressure test, the Contractor shall have all
equipment set up completely ready for operation and successfully performed the test to assure
that the pipe is in a satisfactory condition. Owner shall witness the test.
Before applying the specified test pressure, air shall be expelled completely from the pipe,
valves and appurtenances.
The test shall be accomplished by pumping the main up to the required pressure. Stop the
pump for a minimum of 15 minutes up to a maximum of 60 minutes as directed by the
City of Renton Summer 2020
Airport Lift Station Division 15
15-7
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Engineer, and then pump the main up to the test pressure again. During the test, the section
being tested shall be observed to detect any visible leakage.
The quantity of water required to restore the initial hydrostatic pressure shall be accurately
determined by either: 1) pumping from an open container of suitable size such that accurate
volume measurement can be made by the Owner; or 2) by pumping through a positive
displacement water meter with a sweep unit hand registering 1 gallon per revolution. The
meter shall be approved by the Owner.
For the test to be considered acceptable, the quantity of water lost from the main shall not
exceed the number of gallons per hour as determined by the formula.
in which
L = allowable leakage, gallons/hour
N = number of joints in the length of pipeline tested
D = nominal diameter of the pipe in inches
P = average test pressure during the leakage test, psi.
There shall not be an appreciable or abrupt loss of pressure during the 15-minute test period.
Connections to Existing Mains
Provide connections to existing force mains, as indicated on the Plans and specified in Section
7-17.3(1) of the Standard Specifications.
15.20 PIPE AND FITTINGS
15.21 Common Work for Pipe and Fittings
Part 2 - Products
Components
Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential
than the materials being connected. In the event that 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
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
City of Renton Summer 2020
Airport Lift Station Division 15
15-8
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
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.
Part 3 - Execution
Construction
All piping and related equipment to be joined together shall be connected as shown on the
Plans, specifications, as recommended by the manufacturer or as required by standard industry
practices if not otherwise specified.
15.22 Metal Pipe and Fittings
15.22.02 Ductile Iron Pipe and Fittings
Part 1 – General
This section covers all pipe and fittings located outside the packaged lift station.
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.
The pipe thickness shall not be less than that of Class 52 pipe.
The pipe thickness for fire hydrant runs shall not be less than Class 52.
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).
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.
Flanged joints shall conform to ANSI Standard B16.1.
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. Ductile iron
fittings shall be short-body, cement-lined, and for the pressure rating noted in Division
City of Renton Summer 2020
Airport Lift Station Division 15
15-9
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
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 24-inches, and
54- 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 and fabricated from
ductile iron unless otherwise specified in the Contract Documents with a bolt pattern to match
adjacent pipe. Gasket material for flanges shall be neoprene, buna-n, chlorinated butyl, or
cloth-inserted rubber. Gaskets shall be full-face type. 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
The Contractor shall provide tools and equipment, including any special tools required for
installing each particular 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.
15.23 Non-Metal Pipe and Fittings
15.23.02 High Density Polyethylene (HDPE) Pipe and Fittings
Part 1 - General
This specification covers the material (pipe and fittings), joining methods and genera l
installation practice for high density polyethylene pipe (HDPE) piping systems for water and
wastewater piping as indicated on the Plans.
Submittals
The Contractor shall list a minimum of three successful projects in which butt fusion welding
of HDPE pipe was constructed and installed under their supervision with the HDPE
submittal.
City of Renton Summer 2020
Airport Lift Station Division 15
15-10
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Provide training certificates for personnel performing pipe fusion. Fusion shall be completed
by someone trained by the Welding Equipment manufacturer for Butt fusion and
electrofusion.
Details of fittings and specials such as elbows, tees, outlets, connections, test bulkheads,
nozzles or other special items where shown on the Plans. All connections to jointed gasketed
pipe materials, valves or fire hydrants must be restrained and supported independently to
withstand the pressure transients, soil settlement, and external loading conditions.
The Supplier of the material shall submit, through the Contractor, a Certificate of Compliance
that the HDPE pipe and fittings furnished for this project are FM approved materials that
meet or exceed the standards set forth in this specification. The Contractor shall submit these
certificates to the Engineer and have them reviewed prior to ordering materials.
Part 2 - Products
Materials
Pipe supplied under this specification shall have a Standard Dimension Ratio (SDR) as shown
on the Plans.
Pipe and fittings shall have a pressure rating meeting Division 1.81.40.
HDPE pipe, fittings and fusion equipment shall be provided by one supplier. Supplier shall
be ISCO Industries, Inc or approved equal.
All material shall be manufactured from a PE 4710 resin listed with the Plastic P ipe Institute
(PPI) as TR-4. The resin material shall meet the specifications of ASTM D 3350 with a
minimum cell classification of 445474C. HDPE pipe and fittings shall contain no recycled
compounds except that generated in the manufacturer's own plant from resin of the same
specification from the same raw material. HDPE products shall be homogeneous throughout
and free of visible cracks, holes, foreign inclusions, voids, or other injurious defects.
Pipe shall be made of HDPE material with a minimum material designation code of PE4710
and with a minimum Cell Classification as noted in 2.01.A. The polyethylene compound shall
be suitably protected against degradation by ultraviolet light by means of carbon black of not
less than 2-percent. The manufacture of the HDPE resin shall certify the cell classification
indicated.
Pipe sizes 3-inches and larger shall have a manufacturing standard of ASTM F 714, while pipe
smaller than 3-inches shall be manufactured to the dimensional requirements listed in ASTM
D 3035.
Dimensions and tolerances shall be as specified in AWWA C901 (3-inch and smaller) or
AWWA C906 (4-inch to 63-inch).
Connections to Ductile Iron
Connections of HDPE to ductile iron shall be with an HDPE stub-end fitting and slip-on
ductile iron metal flange installed at the ends of the HDPE pipe that will be connected to the
ductile iron pipe. Stub-end fittings shall be installed using the thermal butt fusion welding
method. Stub-end fittings shall have the same pressure rating as the HDPE pipe. Metal flanges
City of Renton Summer 2020
Airport Lift Station Division 15
15-11
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
shall have the same bolt pattern and pressure rating as the ductile iron fitting to which they
will be connected.
HDPE Fittings
Fittings made of HDPE as called out on the Plans shall be made from the same materials as
the pipe and welded and constructed as described in this section. Fittings shall be capable of
working and hydrostatic testing pressures as listed in Division 1.81.40.
Molded fittings shall comply with the requirements of ASTM D 3261
Socket fittings shall meet ASTM D 2683.
Electrofusion Fittings
Fittings shall be made of HDPE material with a minimum material designation code of PE
4710 and with a minimum Cell Classification as noted in 2.01.A. Electrofusion Fittings shall
have a manufacturing standard of ASTM F1055. For potable water systems, all electrofusion
fittings shall have AWWA approval.
Bolted Connections
Metallic back-up rings (Van-Stone style lap joint flanges), shall have a radius on the inside
diameter of the bore so as to be compatible with HDPE Flanges. Back up rings shall have bolt
pattern that will mate with AWWA C207 Class D (generically known as 150-pound patterns).
Flange assemblies shall be assembled and torqued according to PPI TN-38, “Bolt Torque for
Polyethylene Flanged Joints.”
Where shown on the Plans, 4-inch and larger transitions to mechanical joint fittings and valves
shall be accomplished using a MJ Adapter with kit. The DI/HDPE mechanical joint adaptor
shall consist of an HDPE mechanical joint transition fitting, rubber gasket, a mechanical joint
backup drive ring, and Corten mechanical joint tee bolts.
Pipeline Locating Materials
Detectable Marker Tape- Plastic marker tape shall be 5 Mil minimum thickness with a solid
aluminum core of 0.35 Mil minimum thickness and a minimum width of 2-inches. The
background of the tape shall be colored based on pipe service with black lettering continuously
printed. Marker tape shall have a minimum 35 lbs. per inch tensile strength. The installation
of the tape shall be at 18 inches below finish grade.
Tracer Wire- All HDPE pipe shall be installed with an extra high-strength, copper clad steel
tracer wire including 45 Mil HDPE jacket that has a minimum average break load of at least
1,150 lbs. The jacket shall be colored based on pipe service, with blue for potable water or
green for sewer. Tracer wire gauge shall be 12 AWG, 10 AWG, or 8 AWG depending upon
application and installation procedure. This wire shall to be continuous and brought up in the
valve boxes at the ends of each line segment with splices made only by methods per the
equipment manufacturer’s recommendation. All miscellaneous splicing components shall be
furnished and installed by the Contractor.
City of Renton Summer 2020
Airport Lift Station Division 15
15-12
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Part 3 - Execution
Shipping and Handling
HDPE pipe shall be packaged in a manner designed to deliver the pipe to the project neatly,
intact, and without physical damage. The transportation carrier shall use the appropriate
method and intermittent checks to verify the pipe is properly supported, stacked and restrained
during transport such that the pipe is not nicked, gouged, or physically damaged.
HDPE pipe shall be stored on clean, level ground to prevent undue scratching or gouging of
the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance
with the pipe manufacturer’s recommendations. The handling of the pipe shall be done in
such a manner that the pipe is not allowed to drag over sharp obje cts. Contractor shall not
damage it by chokers or lifting equipment.
Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused
sections of pipe, chains, or cable type chokers must be avoided. Nylon slings are preferred.
Spreader bars are recommended when lifting long fused sections. Care must be exercised to
avoid cutting or gouging the pipe.
All pipe and fittings shall be subjected to visual inspection at time of delivery and before they
are installed or lowered into the trench to be laid. Defective, damaged, or unsound pipe will
be rejected. Cuts, punctures, or gouges that penetrate or reduce the wall thickness by
10-percent or more are not acceptable and must be removed and discarded.
Fusion Equipment Requirements
Butt fusion equipment must be in satisfactory working order and the hydraulic system must
be leak free. Heater plates shall be free from scrapes, gouges, and have a consistent clean
coated surface. The pressure gage and thermometer should be checked for accuracy. When
requested by the owner, records showing a maintenance service/inspection within 6 months
prior to use for this project shall be provided.
Rental Butt Fusion Equipment must be maintained by a McElroy Authorized Service and
Repair Center with at least one McElroy Certified Master Mechanic on staff and inspected
within 6 months prior to arrival at jobsite will be provided.
Electrofusion Processors shall be maintained and calibrated per manufacturer’s requirements
and recommendations.
Construction
Sections of HDPE pipe shall be joined above-ground on the job site into a continuous length
by the thermal butt fusion-welding method in strict accordance with the manufacturer’s
requirements. Socket fusion, extrusion welding or hot gas welding shall not be used. No pipe
or fittings shall be joined by thermal butt fusion by any Contractor unless they are adequately
trained and qualified in the techniques involved.
Thermal butt fusion welding shall be 100 percent efficient offering joint weld s trength equal
to or greater than the strength of the pipe. Flanges, unions, grooved-couplers, and transition
fittings may be used to mechanically connect HDPE pipe without butt fusion. Refer to the
manufacturer’s recommendations.
City of Renton Summer 2020
Airport Lift Station Division 15
15-13
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Field Quality Control
The Contractor shall lay the HDPE pipe on the existing ground surface in a manner that will
not damage, degrade, crack, scratch, or deform the pipe in any manner. The Contractor will
continuously monitor the longitudinal pulling forces during pipe installation and shall limit the
longitudinal pull on the pipe so as not to exceed 80 percent of the specified minimum yield
strength of the pipe. The Contractor shall provide adequate protection to the pipe during
installation to prevent damage from tensile or other forces.
The Contractor shall maintain the integrity of the pipe, existing utilities, and adjoining
properties during installation.
15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer –
Push on Joint
Part 1 - General
Design Requirements
Pipe and fittings shall meet the requirements of ASTM Specification D3034 for 4-inch to
15-inch Standard Dimension Ratio (SDR) 35 and F679 for 18-inch to 27-inch. Pipe shall be
suitable for use as a gravity sewer conduit.
Part 2 - Products
Materials
Provisions must be made for contraction and expansion at each joint with a rubber ring . The
bell shall consist of an integral wall section with a solid cross-section rubber ring, factory
assembled, securely locked in place to prevent displacement during assembly. Standard laying
lengths shall be 20 feet and 12.5 feet plus or minus 1-inch. At manufacturer’s option, random
lengths of not more than 15 percent of total footage of each size may be shipped in lieu of
standard lengths.
All fittings and accessories shall be as manufactured by the pipe supplier or approved equal
and have bell and/or spigot configurations compatible with that of the pipe.
15.30 VALVES
15.31 Common Work for Valves
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
City of Renton Summer 2020
Airport Lift Station Division 15
15-14
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
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.
Buried valves shall be equipped with an AWWA 2-inch wrench nut with a minimum of
10 turns required to close the valve, unless otherwise noted on the Plans.
Buried valves where the operator nut is more than 3 feet below the valve box lid shall be
provided with a solid shaft valve nut extension to reach between 18-inches and 30-inches of
the ground surface. Extension shall attach to the nut with a set screw. Diameter of extension
shall be appropriate for the valve size and length of extension, but under no circumstances
shall be less than 1 inch for 4-foot-long extension rods, or 1.25 inch for rods longer than
4 feet. Extension shall function without excessive twisting.
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. Provide buried valves with all
operators or valves boxes installed so that wrenches or operators perform freely and without
binding or other interference. Bed and backfill buried valves according to the requirements of
the pipe to which they are attached.
15.32 Isolation Valves
15.32.02 Resilient Wedge (Seat) Gate Valves
Part 1 – General
Design Requirements
All gate valves for water lines 3 inches and larger shall be of the resilient, wedge-type,
and shall meet or exceed the performance requirements of AWWA C509 or AWWA
C515-Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service, unless shown
otherwise. Valves shall be suitable for installation with the type and class of pipe being
installed. The wedge shall be fully encapsulated with vulcanized SBR rubber. Ends to be as
specified. Valve opening direction shall be counter-clockwise.
Buried valves shall have non-rising stem (NRS). Non-buried valves on fire protection systems
shall have outside stem and yoke (OS&Y). Other valves as shown on the plans.
City of Renton Summer 2020
Airport Lift Station Division 15
15-15
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Part 3 - Execution
Field Quality Control
Where buried valves will be installed in a horizontal orientation and for buried valves 16-inch
and larger in any orientation, operate the valve over the full range of travel in both directions
prior to installation in the presence of the Owner to verify gate travels smoothly and without
binding. Service or replace valves that do not travel smoothly.
Installation
Install valves in strict accordance with manufacturer’s instructions and as shown on the Plans.
Verify alignment and adjustments after installation. Provide buried valves with all operators
or valve boxes installed so that wrenches and operators perform freely and without binding
or other interference. Bed and backfill buried valves according to requirements of the pipe to
which they are attached.
15.40 PIPING SPECIALTIES
15.40.11 Joint Restraints – Wedge Style
Part 1 - General
Summary
This specification is for wedge-action style restraints. This type of restraint shall not be used
where the Plans or specifications require True Restrained Joints (TRJ). Other terms used for
TRJ may include “Bead-locked” or “Fabricated Restrained Joints”.
Performance Requirements.
All naturally unrestrained joints subject to unbalanced forces shall be restrained to resist testing
and operational forces. Restraints shall be rated for the testing and operational pressures.
Restraints shall be designed specifically for the material and purpose of the pipe and joint.
Submittals
Provide manufacturer’s information describing applicability and performance ratings.
Part 2 - Products
Manufacturers
EBAA Iron “Mega-Lug” and US Pipe “Field Lok” gaskets or approved equals . If the Owner
has construction standards addressing the type of restraints allowed, those standards shall take
precedent over this specification unless specifically identified otherwise on the Plans.
Components
Set-screw type restraints are not permitted. Provide the quantity of restraints required for fully
restraining all design forces.
City of Renton Summer 2020
Airport Lift Station Division 15
15-16
J:\Data\REN\119-068\30 Specs\15 Mechanical.docx 9/4/20 11:48 AM
© 2020 RH2 Engineering, Inc.
Finishes
Mechanical Joint restraints in all buried applications, and in exposed areas when not being
field coated, shall be coated at the factory with fusion bonded polyester based coating (Romac
Romabond, EBAA Mega-bond, or approved equal).
Part 3 - Execution
Preparation
Verify that the pipe surface where the restraints will affix is not damaged or corroded prior to
installation. Any such damaged pipe shall be cut off and disposed of. Clean any dirt or debris
from the surface of the pipe.
Installation/Construction
Install per the restraint manufacturer’s instructions. Bolted style restraints shall be tightened
in an alternating pattern in stages, do not tighten circumferentially. If bolted restraint does not
come with break-off head bolts, a torque wrench must be used. If pipes require deflection at
the joints, perform the deflection prior to final tightening of the restraints. Do not exceed the
manufacturer’s maximum deflection recommendations.
Installation of restrained joint push-on pipe that will be deflected must be installed per the
manufacturer’s instructions. In general, this requires the pipe to be inserted into the bell at a
straight alignment, but not pushed home. The pipe can then be deflected. If the manufacturer’s
instructions provide differing, or additional instructions, those instructions shall be followed.
Bedding material must include sufficient fines for proper soil-to-pipe adhesion and shall not
be a rounded gravel, pea gravel, washed rock or other poorly graded material. Compaction of
bedding around restrained pipe shall be performed in maximum 9-inch lifts using mechanical
compaction equipment.
Repair
If restraints are removed for any reason, the restraints shall be disposed of and not reused.
The section of pipe to which the restraints were secured shall be cut off and disposed of.
16-1
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 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 e quipment, 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 11.10 Pumps
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
Wet Locations: All locations exposed to the weather, whether under a roof or n ot, unless
otherwise designated on the Plans.
Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling
forming part of a channel or tank unless otherwise designated on the Plans.
City of Renton Summer 2020
Airport Lift Station Division 16
16-2
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 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 1, Division 1 and 2 Locations: NEMA Type 7
2. 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. This plan or plans shall include all of the 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. This diagram shall show all external connections between terminals of equipment and
outside points, such as motors and auxiliary devices. References shall be shown to all
connection diagrams which interface to the interconnection diagrams. Interconnection
diagrams shall be of the continuous line type. Bundled wires shall be shown on a single
line with the direction of entry/exit of the individual wires clearly shown. All devices and
equipment shall be identified. Terminal blocks shall be shown 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. Spare wires and cables shall be
shown.
Submittal information shall be provided to the Owner for the following items:
1. Utility Meter Enclosure
2. Surge Protective Device (SPD)
3. Power Distribution Panelboard
4. Fuses
5. Circuit Breakers
6. Disconnect Switches
7. Conduit and Fittings
City of Renton Summer 2020
Airport Lift Station Division 16
16-3
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
8. Wire and Cables
9. Grounding Components
10. Other Electrical Components listed in this Division and/or required by the Engineer.
Project Conditions
Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only
after a shutdown schedule has been submitted and approved by both the Owner and the
Engineer.
Construction Power
See Division 1.51
Part 2 - Products
Source Quality Control
Provide adequate space and fit for the electrical installation, including, but not limited to,
determination of access-ways and doorways, shipping sections, wall and floor space, and space
occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown
on the Plans. All equipment shall be readily accessible for maintenance, shall have electrical
clearances in accordance with National Electric Code (NEC) and shall be installed in locations
which will provide adequate cooling.
Do not use equipment exceeding dimensions indicated or equipment or arrangements that
reduce required clearances or exceed specified maximum dimensions unless approved by the
Engineer.
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.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-4
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-5
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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.
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. On the basis of 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.
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
City of Renton Summer 2020
Airport Lift Station Division 16
16-6
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
routing of concealed conduit runs and any deviations from the original design, shall be
submitted to the Engineer for review at the completion of the project 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. Exercise care at all times after installation of equipment, motor control centers, control
panels, etc., to keep out foreign matter, dust debris, and moisture . Use protective sheet
metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection.
Cleaning Equipment
1. Thoroughly clean all soiled surfaces of installed equipment and materials upon completion
of the project. Clean out and vacuum all construction debris from the bottom of all
equipment enclosures.
Painting
1. Repaint any electrical equipment or materials scratched or marred in shipment or
installation, using paint furnished by the equipment manufacturer.
Final Cleanup
1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris
that accumulated during the construction work. Leave the entire area neat, clean and
acceptable to the Owner.
2. Lamps and fluorescent tubes shall be cleaned, and defective units replaced at the time of
final acceptance.
16.10 ELECTRICAL SITE WORK
16.10.1 Common Work for Electrical Site Work
Part 1 – General
Summary
The work included in this section consists of furnishing and installing conduit, fittings,
handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified
herein and as indicated on the Plans for a complete and functional underground electrical
system. Special vaults, grounding, trench backfill requirements may be specified with the
particular equipment or electrical system involved.
Related Sections
Raceways and conduit shall be provided per Section 16.70.
Wire and cable shall be provided per Section 16.60.
City of Renton Summer 2020
Airport Lift Station Division 16
16-7
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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.
Trenching shall be 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
minimum, except gas line separation shall be 12 inches both vertical and horizontal. Perform
crossing of 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.
Part 3 – Execution
Installation
Unless noted otherwise on Plans, approved underground marking tape shall be installed in the
trench 12 inches above and directly over the conduit or raceway.
City of Renton Summer 2020
Airport Lift Station Division 16
16-8
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
16.15 Grounding and Bonding for Electrical Systems
Part 1 - General
References
Service and equipment grounding shall be per Article 250 of the NEC.
Performance Requirements
Verify that a low-resistance ground path is provided for all circuits so an accidental contact to
ground of any live conductor will instantly trip the circuit.
Part 2 - Products
Components
The grounding systems shall consist of the ground rods, grounding conductors, ground bus,
ground fittings and clamps, and bonding conductors to water piping and structural steel as
shown on the Plans.
System components shall be as allowed in the NEC unless specified otherwise below:
1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods
conforming to ASTM B228. The welded copper encased steel rod shall have a
conductivity of not less than 27 percent of pure copper.
2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper;
other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded.
Coat all ground connections except the exothermic welds with electrical joint
compound, non-petroleum type, UL listed for copper and aluminum applications.
3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with
hot-dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall
be embossed with the wording “Ground Rod”.
Part 3 - Execution
General Grounding Installation
Ground electrical service neutral at service entrance equipment to supplementary grounding
electrodes.
Ground each separately derived system neutral to nearest effectively grounded building
structural steel member or separate grounding electrode.
Provide a ground rod box for each ground rod to permit ready access to facilitate testing.
Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-9
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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 installation of new 100 amp, 480-volt, 3 phase underground service,
pad-mounted transformer and 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.
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.
During design, contact was made with Customer Service Representative, David Goodale, who
can be contacted by telephoning 425-495-7049. 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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-10
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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 shall not be included in the Contractors bid
price.
Contractor shall notify the Engineer/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 Engineer 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:
Provide excavation, backfill, and restoration for the work pit at the existing utility vault per
PSE requirements.
Provide trench, backfill, and restoration for installment of the underground primary power
from the existing utility vault to the proposed pad-mount transformer.
Provide excavation, backfill, and restoration for the installation of the transformer vault per
PSE requirements.
Install new raceway and conductors for secondary service from the proposed pad-mount
transformer location to the proposed service entrance panel including trenching, backfill and
restoration. Terminate service conductors at the service entrance panel.
Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown
on the Plans.
Install the Service Entrance panel 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:
Install new primary raceway and conductors from the existing utility vault to the proposed
pad-mount transformer including all raceways, conductors, and cable terminators. Trench,
backfill, and restoration shall be provided by the Contractor.
Install new pad-mount transformer and transformer base with vault. Excavation and
restoration shall be provided by the Contractor.
Terminate conductors on the primary and secondary side of the transformer.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-11
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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”.
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 4X stainless steel 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.
16.21.3 Fused Meter 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.
Equipment shall meet the requirements of the serving utility and shall be suitable for use as
service equipment if required by the utility.
Manufacturers
Materials, equipment and accessories specified in this section for the meter disconnect switch
shall be products of:
1. Eaton (Cutler Hammer)
2. General Electric
3. Schneider Electric (Square D)
4. Siemens
5. Or approved equal
Acceptable Fuse Manufacturers are Bussman, Gould-Shawmut Littlefuse and Reliance.
Materials
The switch shall be pad-lockable in both the OFF or ON position.
The enclosure shall be NEMA 4X 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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-12
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
Fusible disconnects shall be as above with additional fuse space and clips to accept Class RK1
fuses.
Spare Fuses
Provide one (1) set of spare fuses for each size provided on job. Spare fuses shall be stored
on-site at the end of the project.
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 4X SS rated unless noted otherwise on the Plans. The enclosure
shall have interlocking cover to prevent opening door when switch is c losed. 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 Summer 2020
Airport Lift Station Division 16
16-13
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
16.30 BASIC PANEL EQUIPMENT AND DEVICES
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, MCC cubicles, 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 designat ing 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.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-14
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
Manufacturers
The SPD shall be manufactured by the power distribution panelboard manufacturer for direct
bus mounting in the panelboard.
Manufactured Units
Protect the electrical service with an SPD device as shown on the Plans. The SPD shall be
mounted in the power distribution panelboard and shall be bus mounted. 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.
16.50 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.
Part 2 – Products
Manufacturers
Materials, equipment, and accessories specified in this section shall be products of:
• Eaton/Cutler-Hammer
• Schneider Electric/Square D Company
City of Renton Summer 2020
Airport Lift Station Division 16
16-15
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
• 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.
480V/277V Panelboards 40,000 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.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-16
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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.
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. Finish all enclosures with rust inhibitor primer followed by manufacturer’s standard gray
baked enamel or lacquer.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-17
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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 securely, plumb, in-line and square with walls.
Install top of panelboard trim 72 inches above floor, unless otherwise shown. Install
panelboard so tops of protective device operating handles are no more than 72 inches above
the floor.
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.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-18
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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
• 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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-19
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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.
16.60 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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-20
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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.
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
City of Renton Summer 2020
Airport Lift Station Division 16
16-21
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 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 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.
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.
16.70 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.
Part 2 – Products
Components
Conduit and Fittings
1. 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.
2. 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
per the Manufacturer’s instructions. Conduit, fittings, and solvent shall all be
manufactured by the same Manufacturer.
3. 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
City of Renton Summer 2020
Airport Lift Station Division 16
16-22
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
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
PVC Coated Galvanized Rigid Steel (PVC-GRS) conduit shall be used in all locations unless
noted otherwise below or on the Plans.
ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be:
1. PVC-GRS for power and control wiring.
2. PVC-GRS for instrumentation and telecommunications wiring.
3. PVC-GRS for motor leads from VFDs.
BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs-on-grade) shall be:
1. PVC-40 for power and control wiring.
a) Sweeps and risers for transition of PVC from below grade to above grade shall
be PVC-GRS.
2. PVC-GRS for instrumentation and telecommunications wiring.
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.
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
City of Renton Summer 2020
Airport Lift Station Division 16
16-23
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
All raceways shall contain a separate grounding conductor.
Spare conduits shall contain one 3/16-inch diameter nylon pull rope.
Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing
the conduits in a neat manner, parallel and perpendicular to walls and ceilings.
Location of conduit ends are shown approximately. Contractor is responsible for ending
conduits in location that will not conflict with electrical equipment. Route conduit ends to
facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall
be located as close as possible to avoid creating a hazard.
Conduit shall not be routed on exterior of structures except as specifically indicated on the
Plans.
Where water cannot drain to openings, provide drain fittings in the low spots of the conduit
run.
Securely fasten raceways at intervals and locations required by NEC, or the type of raceway
employed.
Provide all required openings in walls, floors and ceilings for conduit penetration.
1. Do not install one (1) inch and larger raceways in or through structural members (beams,
slabs, etc.) unless approved by Engineer.
2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames
in masonry and concrete, and by requesting openings in advance.
3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural
members and rebar.
Conduit encasement or embedment in the earth shall be separated from the earth by at least
3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be
located five feet on centers. The spacers shall be secured to the conduits by wire ties. The
conduits shall be watertight.
Analog signal conduits shall be separated from power or control conduits. The separation shall
be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits.
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.
City of Renton Summer 2020
Airport Lift Station Division 16
16-24
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
16.95 TESTING
16.95.1 Common Work for Testing
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
The Contractor shall inform the Engineer in advance of testing in accordance with the
requirements listed in Division 1 of these specifications.
Prior to scheduling the testing, the Contractor shall have satisfied themselves that the project
area is properly cleaned up; all patching and painting deemed necessary properly completed;
and all systems, equipment and controls are functioning as intended.
Part 2 - Products
Source Quality Control
Submit reports of factory tests and adjustments performed by equipment manufacturers to
the Engineer prior to field testing and adjustment of equipment. These reports shall identify
the equipment and show dates, results of test, measured values and final 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
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
City of Renton Summer 2020
Airport Lift Station Division 16
16-25
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
the Engineer; qualifications must include professional registration of proposed personnel as
electrical engineers.
The protective device on the line side closest to the fault or abnormal conditions shall isolate
the problem portion of the system and minimize damage in that portion. The rest of the system
shall be maintained in normal service. The coordination shall be in conformance with the
recommendations of latest IEEE Standard 242.
Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans.
The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece
of electrical equipment shown on the one-line diagrams. This includes switchgear,
switchboards, panelboards, motor control centers, generators, transfer switches, and
transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all
items as required in NFPA 70E-2018. These labels serve as a guide to assist technicians and
others in the selection of proper Personal Protective Equipment when working around
exposed and energized conductors. The electrical contractor will install the labels. The arc
flash hazard study shall consider all operating scenarios during normal conditions alternate
operations, emergency power conditions, and any other operations, which could result in
maximum arc flash hazard. The label shall list the maximum 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 conditions, and
demonstrate satisfactory interfacing with the data acquisition and alarm systems.
City of Renton Summer 2020
Airport Lift Station Division 16
16-26
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 RH2 Engineering, Inc.
16.95.3 Conductor Test Report
Conductor Test Report Page 1 of 1
PROJECT: OWNER:
Contractor Co. Name:
Tested by:
Phone Number:
Test Date:
Race-
way
V C Operating Load Voltage Insulation Resistance - OHMS
Label
(1)
(2)
(3)
VAB
VCB
VCA
VAN
VBN
VCN
A-B
B-C
C-A
A-G
B-G
C-G
A
B
C
D
E
F
G
1. Refer to raceway and wire schedule and one-line diagram for description of feeder
identified by label shown on this report
2. Visual Inspection – Check when completed
3. Continuity Test – Check when completed
City of Renton Summer 2020
Airport Lift Station Division 16
16-27
J:\Data\REN\119-068\30 Specs\16 Electrical.docx 9/4/20 11:51 AM
© 2020 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:
THIS PAGE INTENTIONALLY LEFT BLANK
17-1
J:\Data\REN\119-068\30 Specs\17 Automatic Control.docx 9/4/20 11:52 AM
© 2020 RH2 Engineering, Inc.
Division 17
Automatic Control – This Division Not Used
THIS PAGE INTENTIONALLY LEFT BLANK
18-1
J:\Data\REN\119-068\30 Specs\18 Measurement and Payment.docx 9/4/20 11:53 AM
© 2020 RH2 Engineering, Inc.
Division 18
Measurement and Payment
18.0 GENERAL
It is the intention of these specifications that performance of work under bid items shall
result in complete construction, in proper operating condition, of improvements identified
in these written specifications and accompanying plans. Work and material not specifically
listed in the proposal, but required according to the plans and specifications and general
practice, shall be included in Contractor’s bid price.
Bid Item 1– Mobilization, Demobilization, Site Preparation,
and Cleanup
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; provide and maintain necessary support facilities; obtain all
necessary permits and licenses; prepare site for construction operations; maintain site and
surrounding areas during construction; manage removal and replacement of existing storm
pipe as necessary to construct the proposed improvements, including providing temporary
bypass pumping for pipe; move all personnel and equipment off site after contract
completion; cleanup site prior to final acceptance; and accomplish all other items of work
not specifically listed in other divisions. Payment shall be lump sum. No more than
50 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.
Bid Item 2– Temporary Sedimentation and Erosion Control
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 of all disturbed areas following
construction, and all other work necessary, for a complete installation of all temporary
sedimentation and erosion control facilities. Payment shall be lump sum based on percentage
of completion.
Bid Item 3 – Site and Utility Work
Lump sum price shown shall cover the complete cost of providing all site work and utilities
relating to construction of improvements as shown on the Plans and specified herein. Work
includes, but is not limited to: manhole excavation; lift station excavation; backfill and
compaction; temporary construction fencing; temporary stormwater control including
treatment and disposal; hydrant modifications, bollards, and associated work necessary for a
complete installation; appurtenances and all other work necessary for a complete installation
of all facilities including the force main connection and valving, vent pipe, electrical
connection including utility coordination, backfill of the pump station with CDF, wet well,
sewer manhole, asphalt restoration, asphalt paving, sidewalk restoration, curb restoration,
parking lot striping, landscaping restoration, other site utilities, and all other site work and
improvements not included as part of another bid item and necessary for a complete and
stabilized construction site. The gravity sewer and forcemain pipes are covered under
City of Renton Summer 2020
Airport Lift Station Division 18
18-2
J:\Data\REN\119-068\30 Specs\18 Measurement and Payment.docx 9/4/20 11:53 AM
© 2020 RH2 Engineering, Inc.
separate bid items. Other work involved includes the protection or relocation of existing
utilities located within the area of construction that may include, but not limited to:
telephone, street lighting, electrical, cable television, water and stormwater.
Payment shall be lump sum based on percentage of completion.
Bid Item 4– Traffic Control
Lump sum price shown shall cover the complete cost of providing all labor (e.g. flaggers),
materials, tools, equipment, and incidentals necessary for providing traffic control including
certified flaggers, furnishing, installing, maintaining, removing traffic control signs,
construction warning and detour signs, sequential arrow boards, traffic cones, barrels,
barricades and the like, steel plating, pins, shims, temporary pavement markers and striping,
removing, relocating, re-installing existing roadway signs, preparing, revising, and
implementing any traffic control/detour plans required by the Contract Documents and
right-of-way use permit, and conforming to the Manual on Uniform Traffic Control Devices
(MUTCD) and as directed by the Engineer and by the City’s Transportation Department.
Also, included in the contract price is the cost to furnish traffic control services and
equipment for construction surveying, staking, and as-building.
This bid item shall also include complete costs for preparing Traffic Control Plans as
necessary for approval by the permitting agency.
Payment for traffic control will be made at the measured percentage amount for the pay
period times the lump sum amount Bid.
Bid Item 5– Unscheduled Excavation
This bid item will be used at the discretion of the Owner. In the event the Own er
determines that the subgrade is unsatisfactory due to reasons beyond the control of the
Contractor, the Owner may opt to have the Contractor over excavate the unsuitable
material. The work associated with this bid item shall not be performed without wri tten
authorization of the Owner. No compensation will be paid for this item if it is not needed to
complete the project.
The price per cubic yard shall cover the complete cost of providing all materials, equipment
and labor necessary for over-excavation of unsuitable native material found at the bottom of
the excavation as shown on the plans and/or detailed in the contract specifications. Work
includes excavation of unsuitable material to a firm and unyielding subgrade, hauling, and
disposal of unsuitable material. The Contractor must keep up to date and accurate records of
removing all unsuitable material on-site and demonstrate it has exceeded the quantity shown
on the plans for stripping. Payment shall be per cubic yard of material as measured in place.
To receive payment for this bid item, the Owner must approve and measure all over-
excavation. Failure to obtain approval of the Owner and/or failure to permit the Owner to
measure over-excavation will result in no payment of the over-excavation.
Bid Item 6– Unscheduled Backfill
This bid item will be used at the discretion of the Owner and the work associated with this
bid item shall not be performed without written authorization of the Owner. No
compensation will be paid for this item if it is not needed to complete the project. To receive
City of Renton Summer 2020
Airport Lift Station Division 18
18-3
J:\Data\REN\119-068\30 Specs\18 Measurement and Payment.docx 9/4/20 11:53 AM
© 2020 RH2 Engineering, Inc.
payment for this bid item, the Owner must approve and measure all areas to be backfilled.
Failure to obtain approval of the Owner and/or failure to permit the Owner to measure
areas to be backfilled will result in no payment of the unscheduled structural backfill.
The unit price per cubic yard shall be full compensation for furnishing and installing
structural backfill for backfilling unscheduled excavation, including all equipment and work
for hauling, placing, compacting, handling, and stockpiling material. Payment shall be per
cubic yard of unscheduled import backfill permanently installed as measured in place.
Bid Item 7– Unscheduled Contaminated Soil Removal
The unit price shown shall cover the complete cost of providing all materials, equipment,
and labor necessary for excavation and disposal of contaminated soil and is performed at the
Contracting Agency’s request.
Price includes haul and disposal of contaminated soil. Measurement shall be per cubic yard
as measured in place. The provisions of Section 1-04.6 of the Standard Specifications are
waived for this bid item.
Bid Item 8– Unscheduled Contaminated Water Removal
The unit price shown shall cover the complete cost of providing all materials, equipment,
and labor necessary for pumping and disposal of contaminated Water and is performed at
the Contracting Agency’s request.
Price includes haul and disposal of contaminated water. Measurement shall be per gallon as
measured on truck tickets. The provisions of Section 1-04.6 of the Standard Specifications
are waived for this bid item.
Bid Item 9– Trench Safety and Shoring
Lump sum price shown shall cover the complete cost of trench safety and shoring including:
all labor, materials, and equipment for the installation of the trench safety and shoring work
as 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. Payment shall be lump sum based on percentage of completion.
Bid Item 10 – Dewatering via Sumps
Lump sum price shown shall cover the cost for furnishing all plans, material, labor and
equipment necessary to install a dewatering system to facilitate excavations necessary to
install lift station wet well, gravity sewer system, and sewer force main. The dewatering
system includes water treatment facilities, to reduce turbidity, dissipate energy at the point of
discharge, and aerate water. The cost shall cover all pumps, piping, power, and any other
items necessary to provide this system.
Payment shall be lump sump based on percentage of completion.
Bid Item 11– Unscheduled Dewatering via Point Wells
This bid item will be used at the discretion of the Owner and the work associated with this
bid item shall not be performed without written authorization of the Owner. No
City of Renton Summer 2020
Airport Lift Station Division 18
18-4
J:\Data\REN\119-068\30 Specs\18 Measurement and Payment.docx 9/4/20 11:53 AM
© 2020 RH2 Engineering, Inc.
compensation will be paid for this item if it is not needed to complete the project. Lump
sum price shown shall cover the cost for furnishing all plans, material, labor and equipment
necessary to install a dewatering system to facilitate excavations necessary to install lift
station wet well, gravity sewer system, and sewer force main. The dewatering system includes
water treatment facilities, to reduce turbidity, dissipate energy at the point of discharge, and
aerate water. The cost shall cover all pumps, piping, power, and any other items necessary to
provide this system.
Payment shall be lump sump based on percentage of completion.
Bid Item 12– PVC Sewer Gravity Pipe
The Contract Price per linear foot for PVC sewer pipe shall be full compensation for, but is
not limited to, all labor, material, incidentals, tools and equipment necessary to satisfactorily
complete the work as defined in the Standard Specifications and these Specifications and as
shown on the Contract Plans.
Included in the unit prices for pipe are all costs for:
• clearing and grubbing (if a separate bid item has not been included in the Proposal),
• trench excavation including removal and disposal of all material to the bottom of the
pipe zone,
• providing temporary shoring,
• stockpiling suitable excavated material for use as trench backfill as directed by the
Engineer,
• removing and disposing of pavement, curbs, gutters, sidewalks and the like,
• disposal of waste materials and debris,
• hand excavation and hand backfilling as may be required,
• excavation for fittings,
• probing or excavation in advance to determine the horizontal and vertical location of
existing utility crossings, shown in the plans or as located by One-Call,
• furnishing and installing PVC sewer pipe and fittings,
• placing and compacting bedding material,
• placing and compacting trench backfill,
• performing backfill compaction tests and furnishing test reports to the Engineer,
• cleaning and flushing pipes and existing structures,
• testing and CCTV inspecting the pipe,
• connecting pipe to existing structures,
• connecting pipe to proposed structures,
• furnishing and installing locate wires,
• replacing, protecting, restoring and/or maintaining utilities.
City of Renton Summer 2020
Airport Lift Station Division 18
18-5
J:\Data\REN\119-068\30 Specs\18 Measurement and Payment.docx 9/4/20 11:53 AM
© 2020 RH2 Engineering, Inc.
Bid Item 13– HDPE Sewer Force Main Pipe
The Contract Price per linear foot for HDPE sewer pipe shall be full compensation for, but
is not limited to, all labor, material, incidentals, tools and equipment necessary to
satisfactorily complete the work as defined in the Standard Specifications and these
Specifications and as shown on the Contract Plans.
Included in the unit prices for pipe are all costs for:
• clearing and grubbing (if a separate bid item has not been included in the Proposal),
• trench excavation including removal and disposal of all material to the bottom of the
pipe zone,
• providing temporary shoring,
• stockpiling suitable excavated material for use as trench backfill as directed by the
Engineer,
• removing and disposing of pavement, curbs, gutters, sidewalks and the like,
• disposal of waste materials and debris,
• hand excavation and hand backfilling as may be required,
• excavation for fittings,
• probing or excavation in advance to determine the horizontal and vertical location of
existing utility crossings, shown in the plans or as located by One-Call,
• furnishing and installing HDPE sewer pipe and fittings,
• furnishing, placing and compacting bedding material,
• furnishing, placing and compacting trench backfill,
• performing backfill compaction tests and furnishing test reports to the Engineer,
• cleaning and flushing pipes and existing structures,
• pressure testing the pipe,
• connecting pipe to existing structures,
• furnishing and installing locate wires,
• replacing, protecting, restoring and/or maintaining utilities.
Bid Item 14– Package Lift Station
Lump sum price shown shall cover the complete cost of providing all materials, equipment
and labor necessary for constructing the package lift station as shown on the Plans and
detailed in the contract specifications including: precast wetwell with integral valve chamber,
submersible sewer pumps and discharge piping, and control panel. Payment shall be lump
sum. Measurement for payment shall be determined based on the percentage of total work
completed at the time of request.
City of Renton Summer 2020
Airport Lift Station Division 18
18-6
J:\Data\REN\119-068\30 Specs\18 Measurement and Payment.docx 9/4/20 11:53 AM
© 2020 RH2 Engineering, Inc.
Bid Item 15– Operations and Maintenance (O&M) Manuals
and On-site Owner Training
Lump sum price shown shall cover the complete cost of providing all labor and materials
necessary to provide 3 copies of the Operations and Maintenance Manuals as described in
the specifications and train the Owner’s personnel on site with manufacturer certified
representatives for the following items: Pumps and Motors, Power and Telemetry
equipment, and Mag Meters as shown on the Plans and detailed in the contract
specifications. Payment shall be lump sum. Partial payment of up to 20 percent ($500) of the
total bid item cost is allowed prior to initial owner training. Final 80 percent ($2,000) of
payment shall not be paid until O&M Manuals are determined complete by the Owner and
Engineer and the Owner are satisfied that all training has been accomplished to operate the
improvements. Cost for this bid item shall be $2,500.
Bid Item 16– Construction Records
Lump sum price shown shall cover the complete cost of providing all mark-up plans
necessary for the Owner to create accurate construction records as detailed in the
specifications. The work includes surveying all structures and utilities to determine their
constructed locations and elevations, records of all mechanical and electrical equipment for
maintenance purposes. Failure to comply with the as-built requirements and furnish
acceptable construction records will result in non-payment of this bid item. Payment for this
work will not be made prior to the final payment. Cost for this bid item shall be $5,000.
Bid Item 17– Minor Change
Payments or credits for changes amounting to $10,000 or less may be made under the Bid
item “Minor Change”. At the discretion of the City, this procedure for Minor Changes may
be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes, in the
Washington State Department of Standards and Specifications Manual.
The Contractor will be provided a copy of the completed order for Minor Change. The
agreement for the Minor Change will be documented by signature of the Contractor, or
notation of verbal agreement. If the Contractor is in disagreement with anything required by
the order for Minor Change, the Contractor may protest the order as provided in Section
1-04.5, Procedure and Protest by the Contractor, in the Washington State Department of
Standards and Specifications Manual.
Payments or credits will be determined in accordance with Section 1-09.4, Equitable
Adjustment, in the Washington State Department of Standards and Specifications Manual.
For the purpose of providing a common Proposal for all Bidders, the Contracting Agency
has entered an amount for “Minor Change” in the Proposal to become a part of the Bid by
the Contractor.
Appendix A
Renton Standard Details
THIS PAGE INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
PATCHED AREA
i
A q
COVER
COVER PER STD PLAN 401
SEE NOTE 9)
SEAL WITH AR 4000 OR APPROVED
EQUAL AND DRY SAND AFTER P L A N
PATCHING
NTS
OUTSIDE DIAMETER OF
SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2
X
gOTTOM OF FRAME
t----
MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE
SEE NOTE 3 AND SPECIAL PROVISION NOTE 6.
7-05.3(1).
SECTION A-A
NOTES
1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON.
FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT
SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE
ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY.
2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED.
HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW
THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.
3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN
MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN
VISIBLE UPON COMPLETION.
4. MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION
STD. PLAN - 106
j PUBLIC WORKS
TY'CAL CONSTRUCTION A ROVED:
al' DEPARTMENT AND ADJUSTMENT OF
flMANNOLERISER3
e o r>tor DA E
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
DocuSign Envelope ID: 7CDD88BC-C843-439E-9366-C6DBB0F8BBB7
9/11/2019 | 2:12 PM PDT
WATER PLAN GENERAL NOTES Standard Plan No. 300
1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT / APWA STANDARD SPECIFICATIONS, LATEST EDITION AS
AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION
IS IN PROGRESS. A PRE -CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR
AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION.
2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL
CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION.
3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED, AND
CATALOG CUTS" FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY
MATERIALS ON-SITE.
4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE, THICKNESS CLASS 52 PER AWWA C 151 AND C
104. PIPE JOINTS SHALL BE PUSH -ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS
PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8 -MIL BLACK, TUBE -TYPE,
POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS.
5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10 -INCH OR LESS
AND 48 INCHES FOR PIPE DIAMETER OF 12 -INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES.
ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR,
THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER.
PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH
BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST
METHOD (MDD) IN ROADWAYS, ROADWAY SHOULDERS, ROADWAY PRISM AND DRIVEWAYS, AND 85 PERCENT MDD IN UNPAVED
AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD.
6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED, INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF
RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS, FITTINGS
AND BASE OF HYDRANTS. MEGA -LUGS (OR SIMILAR PRODUCT) MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO
CONCRETE BLOCKING.
ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED,
DISINFECTED, AND TESTED. CLEANING, PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE
SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY, INSTALL AND REMOVE PLUGS,
CORPORATION STOPS, BLOW -OFF ASSEMBLIES, AND THRUST RESTRAINT / BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO
CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET -TAP VALVE TO AN EXISTING MAIN UNTIL
THE NEW PIPING HAS BEEN FOAM -PIGGED, DISINFECTED, FLUSHED, AND PASSED BOTH PRESSURE AND PURITY TESTING.
8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING
PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING
THE ENTIRE TEST PERIOD. UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST, THE LINE SHALL BE DISINFECTED, FLUSHED,
AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY THE PUBLIC WORKS INSPECTOR.
9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING
DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER
MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR
THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE, REMOVE ALL SURFACE MATERIALS, AND PROVIDE SHORING AND
ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE
CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL, CONCRETE BLOCKING, AND COMPLETE SURFACE RESTORATION.
a, STD. PLAN - 300.0
PUBLIC WORxsWATER PLAN GENERAL NOTES
DEPARTMENT
MARCH 2010
10 FT
EXISTING WATER LINE
TESTING DETAIL
EXISTING TEE, DEAD END LINE, CAP OR PLUG
DO NOT DISTURB BLOCKING
NEW WATER LINE
U 2F
VERTICAL CROSS (MJxFL) FOR POLYPIGGING
1—BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG
1—BLIND FLANGE ON BOTTOM
1—PLUG(MJ) W/2"TAP & 2" BLOW—OFF
TEMP. BLOCK
FINAL CONNECTION DETAIL
EXIST. WATER LINE
NEW WATER LINE
0 r—
AFTER ALL TESTING, CLEANING BY POLYPIG AND DISINFECTION,
REMOVE TEMP. BLOCK & BLOW—OFF & CONNECT
TO EXISTING WATER LINE WITH SLEEVE (MJ)
AND D.I. SPOOLS
FINAL CONNECTION BY CITY FORCES
Y
STD. PLAN — 300.50as + PUBLIC WORKS CONNECTION TO WATER MAIN
DEPARTMENT EXISTING TEE OR END LINE CAP
N,tp
MARCH 2010
FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL
JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2"
HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER
CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR,
4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS
STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY— MOORE/PRESERVATIVE
PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS
DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
MIN. 18" TO 20" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
3' SIDEWALK THAT IS ADJACENT TO
CURB
4.875" x 5" STORZ
5'x5'x6" THICK CONCRETE PAD AROUND
HYDRANT. FINISH TO MATCH SIDEWALK.
E EXPANSION JOINT AT
2`
1
BACK OF SIDEWALK
fCONCRETE SIDEWALK
OR PLANTING STRIP
36" MIN
COVER
TWO—PIECE CAST IRON VALVE BOX WITH LUG
TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO.
STANDARD 8" TOP SECTION WITH REGULAR BASE
SECTION LENGTH TO FIT. VALVE NUT EXTENSION
AS REQUIRED.
RAISED PAVEMENT MARKER TYPE 88—A
STIMSONITE TWO—WAY BLUE REFLECTIVE
CONCRETE BLOCKING
CONCRETE ' .
THRUST BLOCK MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
2-3/4" COR—TEN STEEL TIE RODS.
16" x 8" x 4" MININUM X1/2 YARD OF 1-1/4" WASHED DRAIN ROCK
CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL
BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
1
O
FIRE HYDRANT ASSEMBLY
CUT
D
ONE MAN ROCK -
1
6
TE PAD
LEVEL ALL GROUND
MIN 3' RADIUS
a
elk
6" CONCRETE PAD
FI LL
HYDRANT LOCATION IN CUT OR FILL
ZY
STD. PLAN — 310.1
e + PUBLIC WORKS FIRE HYDRANT ASSEMBLYODEPARTMENT
N,yp
MARCH 2010
MARKER MARKER
I
4
I
TWO LANE ROAD OFFSET
MARKER TO INDICATE
WHICH SIDE OF STREET
HYDRANT IS ON (4" FROM
DOTS OR PAINTED LINE)
MARKER
e o
FOUR LANE ROAD OFFSET
MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR
PAINTED LANE DIVIDER)
HYDRANT MARKERS
MARKER
t
e
ON SIDE STREETS WHERE THE
HYDRANT IS WITHIN 20' OF A
MAIN TRAVELED STREET, THE
MARKER IS TO BE INSTALLED
ON THAT MAIN STREET
MARKER
o
4
FIVE LANE ROAD OFFSET
MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR
PAINTED LANE DIVIDER)
RAISED PAVMENT MARKER TYPE 88 AB
STIMSONITE TWO—WAY (BLUE)
Y
STD. PLAN — 310.3
et ' PUBLIC WORKS
DEPARTMENT
HYDRANT MARKER LAYOUT
T
MARCH 2010
12" M.
18" MF
SEE
A A
PLAN VIE
WATER
SECTION A—A
VALVE BOX LID WITH
EARS IN DIRECTION OF 2" SQUARE
WATER MAIN AND WORD OPERATING NUT
WATER" CAST INTO IT
CONCRETE COLLAR FOR
LVES IN PAVED AREAS 4-1/4" DIA.
1/8" MIN. THICKNESS
IECE CAST IRON VALVE
X, RICH—SEATTLE TYPE
OLYMPIC FOUNDRY 1" STEEL
LENGTH AS REQUIRED
1/8" MIN. THICKNESS
2-1/4" INSIDE MEASUREMENT
2-1/4" DEPTH
VALVE OPERATING NUT
EXTENSION
VALVE OPERATION NUT EXTENSION NOTE:
EXTENSIONS ARE REQUIRED WHEN VALVE NUT
IS MORE THAN THREE (3) FEET BELOW 3"
FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN.
MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH
EXTENSION TO BE USED PER VALVE.
WHITE POS
NOTE: ALL EXTENSIONS ARE TO BE MADE
62"
OF STEEL, SIZED AS NOTED, AND PAINTED — —I
WITH TWO COATS OF METAL PAINT. llllllllllll
111111_ -Ti i
24"
VALVE MARKER NOTES:
VALVE MARKERS SHALL BE EQUAL
TO CARSONITE UTILITY MARKER
VALVE MARKER POST TO BE USED FOR ALL
MAIN LINE VALVES OUTSIDE PAVED AREAS
VALVE MARKER POST
ZY
Oe + PUBLIC WORKS VALVE BOX, MARKER & OPERATING
STD. PLAN — 330.1
DEPARTMENT NUT EXTENSION
N,yp
MARCH 2010
CAP
22-1/2' BEND 45° BEND
TEE 90° BEND
THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS
SOIL
FIRM SILT
COMPACT SAND
FIRM SILTY SAND
COMPACT SAND & GRAVEL
90°45° BEND 11 1/4° 90° 45` BEND 11 1/4° 90° 45° BEND 11 1/4°
FITTING BEND TEE CAP OR PLUG 22 1/2° BEND TEE CAP OR PLUG & 22 1/2° BEND TEE CAP OR PLUG & 22 1/2°
BEND BEND BEND
4" 7.0 4.2 1 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0
6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4
8" 23.3 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5
12" 53.0 37.5 37.5 15.0 126.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6
AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3'-0" MIN. COVER FOR WATERMAIN LESS THAN 12".
4'-0" MIN. COVER FOR WATERMAIN 12" OR GREATER.
MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 x DEPTH OF TRENCH
MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0'
TRUST BLOCK BE,
REA REFERS TO
4CE OF BLOCK M
IN SQUARE FEET
NOTES:
1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12"DIAMETER AND FOR SOIL TYPES
DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER.
2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND.
3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING
SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH.
4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/7').
5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA
POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS
REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED.
r+(ND
CONCRETE BLOCKING FOR STD. PLAN - 330.2
PUBLIC WORKS
DEPARTMENT
HORIZONTAL AND DOWNWARD
Ll
VERTICAL BENDS MARCH 2010
TYPE B BLOCKING
FOR 45° VERTICAL BENDS
SHACKLE RODS
a
VB
d
d L
Q
p p
TYP)
W J
d
O U7 n
a
w U JO Q d' U7W O - (
Z W W- J w
R
F
S WS
N Z U W
d Q
d
O Z Z
cn-
ln
Hp WUO w
OU -
d
ad
d
W
O vt
El
d
4
d
d
p
4
300 45
27 3
Q
206"
d
d
8"
I--
m oo
a
LLJ
LLLd
a
2t /a
d
LEST
d
27 3
a a
8" 300
a
23t/2
s/a 2422t/2
a a
64 4 t
d
d
300 22t/2 125 5 t 36
Li
d O d
Q
d p
a
d4
a d
d°d
ad
4
a
a
d
j111/4
d 4 d
S
j
1
N
i
R = INSIDE RADIUS OF SHACKLE ROD BEND
QW
p
m
af
cn
N o SHACKLE RODS
TYP) R
R
i
2 TURNBUCKLES
TYPE A THREAD 6"
0.19*S Q1
d a
4
J
4 a d 4
d4 4
2° m
D ad
d CG a
a
4
d
4
a 44
CD Ld
aD z
4
Q
4
ul Lu
C) 1dD
a 4
4
4
LL W 4
a x
4
4 9
q
d
Ld
d
4
d
4
d
4
d0 4
44
4
4
O
d
Q d
a
S
TYPE B
Y
CONCRETE BLOCKING FOR VERTICAL STD. PLAN 330.3
as PUBLIC WORKS
FITTINGS
DEPARTMENT
N'C
MARCH 2010
TYPE B BLOCKING
FOR 45° VERTICAL BENDS
a
VB
d
d L
Q
p p WO Z W J
d
O U7 n
a
w U JO Q d' U7W O - (
Z W W- J w O O
U
F
S WS
N Z U W
d Q
d
O Z Z
cn-
ln
Hp WUO w
OU -
d
ad
d
W
O vt
p
d
4
d
d
p
4
300 45
27 3
Q
206"
d
d
8"
J
5
a
6" 300
t
a
2t /a
d
24
d
27 3
a a
8" 300
a
23t/2
s/a 2422t/2
a a
64 4 t
d
d
300 22t/2 125 5 t 36
O d O d
Q
d p
a
d4
a d
d°d
ad
4
a
a
d
d 4 d
S
1
TYPE B BLOCKING
FOR 45° VERTICAL BENDS
VB s d L
Q
p p WO Z W J
z
O U7 n m N w U JO Q d' U7W O - (
Z W W- J w O O
U
F
S WS
N Z d a U W m O W W p Z O Z Z
cn-
ln
Hp WUO w
OU - O-
H
W
O vt
p
d
4 p
4"
300 45
27 3
s/a 206" 64 4
8" 125 5
6" 300
t 30
TYPE A BLOCKING
FOR 11 t/a° & 22t/2' VERTICAL BENDS
VB S d L
Q
p W p WO z W wJ
z
n
oZw
p
m
w
mw U vw
ow
w
U
W -
W
J pU m N = U U
N
VlZ
d U U
Hp WU
O W
W
p
O OZ O ZOZ
Hfn U Z p H U
W W OO
Z U
N Q
p
W p
4" 300 111/4 8 2 s/a 18
22t/2 12 2t/a 24
6" 300 111/4 12 2t /a
s/a 24
22t 2 27 3
8" 300 143 23t/2
s/a 2422t/2
11t/a 64 4 t 24
12" 300 22t/2 125 5 t 36
WOODEN STAKE
LIVE STAKE
ROLL SPACING
DEPENDS ON SOIL
TYPE AND SLOPE
STEEPNESS
STRAW ROLLS MUST BE
PLACED ALONG SLOPE
CONTOURS
4'
3'-30', SEE NOTE 2.3
SEDIMENT, ORGANIC MATTER,
AND NATIVE SEEDS ARE
CAPTURED BEHIND THE ROLLS
ADJACENT ROLLS SHALL
TIGHTLY ABUT
8"-10" DIA.
3"-5", SEE NOTE 2.2
NOTES:
1.CONDITIONS OF USE
1.1.INSTALL ON DISTURBED AREAS THAT REQUIRE IMMEDIATE EROSION PROTECTION.
1.2.USE ON SLOPES REQUIRING STABILIZATION UNTIL PERMANENT VEGETATION CAN BE ESTABLISHED.
1.3.CAN BE USED ALONG THE PERIMETER OF A PROJECT, AS A CHECK DAM IN UNLINED DITCHES AND AROUND TEMPORARY STOCKPILES.
1.4.WATTLES CAN BE STAKED TO THE GROUND USING WILLOW CUTTINGS FOR ADDED REVEGETATION.
1.5.RILLING CAN OCCUR BENEATH AND BETWEEN WATTLES IF NOT PROPERLY ENTRENCHED, ALLOWING WATER TO PASS BELOW AND BETWEEN WATTLES.
2.DESIGN AND INSTALLATION SPECIFICATIONS
2.1.IT IS CRITICAL THAT WATTLES ARE INSTALLED PERPENDICULAR TO THE FLOW DIRECTION AND PARALLEL TO THE SLOPE CONTOUR.
2.2.NARROW TRENCHES SHOULD BE DUG ACROSS THE SLOPE, ON CONTOUR, TO A DEPTH OF 3 TO 5 INCHES ON CLAY SOILS AND SOILS WITH GRADUAL SLOPES.
ON LOOSE SOILS, STEEP SLOPES, AND DURING HIGH RAINFALL EVENTS, THE TRENCHES SHOULD BE DUG TO A DEPTH OF 5 TO 7 INCHES, OR 1/2 TO 2/3 OF THE
THICKNESS OF THE WATTLE.
2.3.START CONSTRUCTION OF TRENCHES AND INSTALLING WATTLES FROM THE BASE OF THE SLOPE AND WORK UPHILL. EXCAVATED MATERIAL SHOULD BE
SPREAD EVENLY ALONG THE UPHILL SLOPE AND COMPACTED USING HAND TAMPING OR OTHER METHOD. CONSTRUCT TRENCHES AT CONTOUR INTERVALS
OF 3 TO 30 FEET APART DEPENDING ON THE STEEPNESS OF THE SLOPE, SOIL TYPE, AND RAINFALL. THE STEEPER THE SLOPE THE CLOSER TOGETHER THE
TRENCHES SHOULD BE CONSTRUCTED. VERTICAL DISTANCE BETWEEN WATTLES IS NOT TO EXCEED 10 FEET.
2.4.INSTALL THE WATTLES SNUGLY INTO THE TRENCHES AND ABUT TIGHTLY END TO END. DO NOT OVERLAP THE ENDS.
2.5.INSTALL STAKES AT EACH END OF THE WATTLE, AND AT 4 FOOT CENTERS ALONG THE ENTIRE LENGTH OF THE WATTLE.
2.6.IF REQUIRED, INSTALL PILOT HOLES FOR THE STAKES USING A STRAIGHT BAR TO DRIVE HOLES THROUGH THE WATTLE AND INTO THE SOIL.
2.7.AT A MINIMUM, WOODEN STAKES SHOULD BE APPROXIMATELY 3/4 X 3/4 X 24 INCHES. WILLOW CUTTINGS OR 3/8-INCH REBAR CAN ALSO BE USED FOR STAKES.
2.8.STAKES SHOULD BE DRIVEN THROUGH THE MIDDLE OF THE WATTLE, LEAVING 2 TO 3 INCHES OF THE STAKE PROTRUDING ABOVE THE WATTLE.
3.MAINTENANCE STANDARDS
3.1.INSPECT WATTLES PRIOR TO FORECASTED RAIN, DAILY DURING EXTENDED RAIN EVENTS, AFTER RAIN EVENTS, WEEKLY DURING THE WET SEASON, AND AT
TWO WEEK INTERVALS AT ALL OTHER TIMES OF THE YEAR.
3.2.REPAIR OR REPLACE SPLIT, TORN, RAVELING, OR SLUMPING WATTLES
3.3.REMOVE SEDIMENT ACCUMULATIONS WHEN EXCEEDING 1/2 THE HEIGHT BETWEEN THE TOP OF THE WATTLE AND THE GROUND SURFACE.
STRAW WATTLES
STD. PLAN - 213.40
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 PDT
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 PDT
EXIST I N G R O A D
1.CONDITION OF USE
1.1.CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER
PAVED AREAS WITHIN 1,000 FEET OF THE SITE.
1.2.FOR RESIDENTIAL CONSTRUCTION PROVIDE STABILIZED CONSTRUCTION ENTRANCES FOR EACH RESIDENCE IN ADDITION TO THE MAIN SUBDIVISION
ENTRANCE. STABILIZED SURFACES SHALL BE OF SUFFICIENT LENGTH/WIDTH TO PROVIDE VEHICLE ACCESS/PARKING, BASED ON LOT SIZE/CONFIGURATION.
2.DESIGN AND INSTALLATION SPECIFICATIONS
2.1.A SEPARATION GEOTEXTILE SHALL BE PLACED UNDER THE SPALLS TO PREVENT FINE SEDIMENT FROM PUMPING UP INTO THE ROCK PAD. THE GEOTEXTILE
SHALL MEET THE FOLLOWING STANDARDS:
2.2.DO NOT USE CRUSHED CONCRETE, CEMENT, OR CALCIUM CHLORIDE FOR CONSTRUCTION ENTRANCE STABILIZATION BECAUSE THESE PRODUCTS RAISE pH
LEVELS IN STORMWATER AND CONCRETE DISCHARGE TO SURFACE WATERS OF THE STATE IS PROHIBITED.
2.3.HOG FUEL (WOOD BASED MULCH) MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN AREAS THAT WILL NOT BE USED FOR PERMANENT ROADS.
HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS. THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS
IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT.
2.4.FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE.
2.5.WHENEVER POSSIBLE, THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM, COMPACTED SUBGRADE. THIS CAN SUBSTANTIALLY INCREASE THE
EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE.
3.MAINTENANCE STANDARDS
3.1.QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS.
3.2.IF THE ENTRANCE IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT, THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF
SEDIMENT SHALL BE USED. THIS MAY INCLUDE STREET SWEEPING, AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE, OR THE INSTALLATION OF A WHEEL
WASH. IF WASHING IS USED, IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK, AND WASH WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND.
3.3.ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING. THE SEDIMENT COLLECTED BY SWEEPING SHALL BE
REMOVED OR STABILIZED ON SITE. THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND
THERE IS A THREAT TO PUBLIC SAFETY. IF IT IS NECESSARY TO WASH THE STREETS, A SMALL SUMP MUST BE CONSTRUCTED. THE SEDIMENT WOULD THEN BE
WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. WASH WATER MUST BE PUMPED BACK ONTO THE SITE AND
CANNOT DISCHARGE TO SYSTEMS TRIBUTARY TO SURFACE WATERS.
3.4.ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY.
3.5.IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S), FENCING SHALL BE INSTALLED TO CONTROL
TRAFFIC.
NOTES:
CONSTRUCTION ENTRANCE NOTES:
1.DRIVEWAYS SHALL BE PAVED TO
THE EDGE OF THE RIGHT-OF-WAY
PRIOR TO INSTALLATION OF THE
CONSTRUCTION ENTRANCE TO
AVOID DAMAGING OF THE
ROADWAY.
2.IT IS RECOMMENDED THAT THE
ENTRANCE BE CROWNED SO THAT
RUNOFF DRAINS OFF THE PAD
INSTALL DRIVEWAY CULVERT
IF THERE IS A ROADSIDE
DITCH PRESENT, AS PER CITY
ROAD STANDARDS
GEOTEXTILE
4"-8" QUARRY SPALLS
12" MIN. THICKNESS
15' MIN.
PROVIDE FULL WIDTH OF
INGRESS/EGRESS AREA
100' MIN.
GRAB TENSILE STRENGTH (ASTM D4632)200 LBS. MIN.
GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN)
CBR PUNCTURE STRENGTH (ASTM D6241)495 LBS. MIN.
AOS (ASTM D4751)20-45 (U.S. STANDARD SIEVE SIZE)
R = 25' MIN.
STABILIZED CONSTRUCTION ENTRANCE
STD. PLAN - 215.10
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 PDT
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 PDT
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
CORRUGATED OR
SPIRAL RIB
ALUMINUM PIPE
2.0 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:
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 PDT
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
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:
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 PDT
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 PDT
CCTV INSPECTION SPECIFICATIONS
STD. PLAN - 266.00
GENERAL NOTES:
1.ALL NEWLY-INSTALLED AND NEWLY-REHABILITATED (PUBLIC AND PRIVATE) SANITARY SEWER AND STORM DRAIN MAIN LINES SHALL BE
INSPECTED BY MEANS OF REMOTE CCTV. CCTV INSPECTIONS AND REPORTS SHALL BE SUBMITTED TO THE CITY OF RENTON INSPECTOR
ASSIGNED TO THE PROJECT PRIOR TO RECEIVING APPROVAL TO INSTALL PROJECT CURBS, GUTTERS, AND/OR PAVEMENT.
2.THE CONTRACTOR SHALL PERFORM ALL CCTV INSPECTIONS IN ACCORDANCE WITH THE NATIONAL ASSOCIATION OF SEWER SERVICE
COMPANIES (NASSCO) PIPELINE ASSESSMENT CERTIFICATION PROGRAM (PACP).
3.ALL CCTV OPERATORS SHALL HAVE CURRENT NASSCO PACP CERTIFICATION.
4.CCTV INSPECTIONS SHALL BE RECORDED IN A GRANITENET COMPATIBLE FORMAT DATABASE USING THE LATEST SOFTWARE VERSION
AND SUBMITTED WITH ELECTRONIC LINKS BETWEEN THE DATA AND THE VIDEO ON AN EXTERNAL HDD, DVD, OR FLASH DRIVE.
5.ALL CCTV INSPECTION REPORTS SHALL BE WITHIN +/- TWO (2) FEET OF THE MEASURED LINEAR FOOTAGE BETWEEN MANHOLES ALONG
THE EXISTING PIPELINE CENTERLINE FROM THE START OF PIPE TO END OF PIPE.
6.ALL OWNER AND PACP REQUIRED HEADER INFORMATION MUST BE FULLY AND ACCURATELY ENTERED ON ALL CCTV REPORTS. WORK NOT
FOLLOWING THESE SPECIFICATIONS WILL BE REJECTED AND THE CONTRACTOR SHALL BE REQUIRED TO RE-CCTV THE WORK.
7.THE DOCUMENTATION OF THE WORK SHALL CONSIST OF PACP CCTV REPORTS, PACP DATABASE, LOGS, ELECTRONIC REPORTS, ETC.
NOTING IMPORTANT FEATURES ENCOUNTERED DURING THE INSPECTION. THE SPEED OF TRAVEL SHALL BE SLOW ENOUGH TO INSPECT
EACH PIPE JOINT, TEE CONNECTION, STRUCTURAL DETERIORATION, INFILTRATION AND INFLOW SOURCES, AND DEPOSITS, BUT SHOULD
NOT, AT ANY TIME, BE FASTER THAN 30 FEET PER MINUTE, EXCEPT AS NOTED OTHERWISE IN THIS DOCUMENT.
8.THE CAMERA MUST BE CENTERED IN THE PIPE TO PROVIDE ACCURATE DISTANCE MEASUREMENTS TO PROVIDE LOCATIONS OF FEATURES
IN THE SEWER AND THESE FOOTAGE MEASUREMENTS SHALL BE DISPLAYED AND DOCUMENTED ON THE VIDEO. ALL PACP OBSERVATIONS
SHALL BE IDENTIFIED BY AUDIO AND ON A PACP LOG. ALL VIDEO MUST BE CONTINUOUSLY METERED FROM MANHOLE TO MANHOLE. ALL
VIDEO RECORDING SHALL BE CONTINUOUS FROM STRUCTURE TO STRUCTURE WITH NO "PAUSING" OF THE VIDEO RECORDING DURING
EACH PIPELINE INSPECTION. THE PIPE SHALL BE CLEANED PRIOR TO THE CCTV INSPECTION TO ENSURE ALL DEFECTS, FEATURE, AND
OBSERVATIONS ARE SEEN AND LOGGED.
9.JUST PRIOR TO BEGINNING THE CCTV INSPECTION, WHILE THE CCTV CAMERA IS IN PLACE AND RECORDING, WATER (CONTAINING DYE)
SHALL BE INTRODUCED INTO THE UPSTREAM MANHOLE OF EACH PIPE SEGMENT UNTIL IT IS OBSERVED AND RECORDED FLOWING PAST
THE CAMERA'S FIELD OF VISION IN ITS ENTIRETY.
10.THE CCTV CAMERA SHALL HAVE A WATER-LEVEL MEASURING DEVICE (BALL, CYLINDER, ETC.) ATTACHED THAT HAS 1/4" MARKINGS TO
SHOW THE DEPTH OF WATER IN THE PIPE DURING THE CCTV INSPECTION.
11.ALL MANHOLES SHALL BE CHANNELED AND COATED PRIOR TO CCTV INSPECTION.
12.PER CITY OF RENTON SPECIFICATION 7-08.3(2)B, SEWER AND STORM DRAIN PIPELINE SHALL HAVE NO MORE THAN 1/2" OF PONDING TO BE
CONSIDERED ACCEPTABLE.
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 PDT
SURFACE WATER STANDARD PLAN
NOTES (1 OF 2)
STD. PLAN - 267.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
SURFACE WATER STANDARD PLAN NOTES:
THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE DRAINAGE PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY
PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE
APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE
SURFACE WATER STANDARD PLAN NOTES.
1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY
REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR.
2.THE APPLICANT SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY CITY, STATE, AND FEDERAL PERMITS PRIOR TO CONSTRUCTION.
3.ALL STORM DRAINAGE IMPROVEMENTS SHALL BE DESIGNED AND CONSTRUCTED IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON SURFACE
WATER DESIGN MANUAL (RENTON SWDM), RENTON MUNICIPAL CODE (RMC), AND THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL
CONSTRUCTION PREPARED BY WSDOT AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA). IT SHALL BE THE SOLE RESPONSIBILITY OF THE APPLICANT TO
CORRECT ANY ERROR, OMISSION OR VARIATION FROM THE ABOVE REQUIREMENTS FOUND IN THE PLANS. ALL CORRECTIONS SHALL BE AT NO ADDITIONAL COST TO
THE CITY.
4.APPROVAL OF THE ROAD, GRADING, PARKING, BUILDING, AND DRAINAGE PLAN DOES NOT CONSTITUTE AS APPROVAL OF ANY OTHER CONSTRUCTION (E.G. WATER,
SEWER, GAS, ELECTRICAL. ETC.). PLANS FOR STRUCTURES SUCH AS BRIDGES, VAULTS, AND RETAINING WALLS REQUIRE A SEPARATE REVIEW AND APPROVAL BY
THE CITY PRIOR TO CONSTRUCTION. THE SURFACE WATER DRAINAGE SYSTEM SHALL BE CONSTRUCTED ACCORDING TO THE APPROVED PLANS. ANY DEVIATION
FROM THE APPROVED PLANS WILL REQUIRE COORDINATION FOLLOWED BY WRITTEN APPROVAL FROM THE CITY.
5.A COPY OF THE APPROVED PLANS SHALL BE ON THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS.
6.THE LOCATIONS OF ALL EXISTING UTILITIES SHOWN HEREON HAVE BEEN ESTABLISHED BY FIELD SURVEY OR OBTAINED FROM AVAILABLE RECORDS AND SHALL
THEREFORE BE CONSIDERED APPROXIMATE ONLY AND NOT NECESSARILY COMPLETE. IT IS THE SOLE RESPONSIBILITY OF THE APPLICANT AND THE APPLICANT'S
CONTRACTOR TO INDEPENDENTLY VERIFY THE ACCURACY OF ALL UTILITY LOCATIONS SHOWN, AND TO FURTHER DISCOVER AND AVOID ANY OTHER UTILITIES NOT
SHOWN HEREON THAT MAY BE AFFECTED BY THE IMPLEMENTATION OF THIS PLAN. THE APPLICANT SHALL RECORD ON THE AS-BUILT DRAWINGS ALL
UNDOCUMENTED UTILITIES DISCOVERED AND ANY CHANGES TO THE APPROVED PLANS. THE APPLICANT SHALL IMMEDIATELY NOTIFY THE ENGINEER OF RECORD IF A
CONFLICT EXISTS.
7.VERTICAL DATUM SHALL BE NAVD 88 AND HORIZONTAL DATUM SHALL BE NAD 83 (WA STATE PLANE, NORTH), UNLESS OTHERWISE APPROVED BY THE CITY.
REFERENCE BENCHMARK, DATUM, AND ELEVATIONS SHALL BE NOTED ON THE PLANS.
8.ALL UTILITY TRENCH BACKFILL AND ROADWAY SUBGRADE SHALL BE COMPACTED TO 95% MAXIMUM DRY DENSITY PER SECTION 2-03.3(14)D - COMPACTION AND
MOISTURE CONTROL TESTS OF THE WSDOT STANDARD SPECIFICATIONS. IN PERMEABLE PAVEMENT AND OTHER INFILTRATION AREAS, ALL TRENCH BACKFILL SHALL
BE FIRM AND UNYIELDING BUT IN NO CASE SHALL BE COMPACTED TO MORE THAN 92% OF MAXIMUM DRY DENSITY.
9.OPEN CUTTING OF EXISTING ROADWAYS FOR STORM DRAINAGE WORK IS NOT ALLOWED UNLESS SPECIFICALLY APPROVED BY THE CITY AND NOTED ON THESE
APPROVED PLANS. ANY OPEN CUT SHALL BE RESTORED IN ACCORDANCE WITH THE CITY TRENCH RESTORATION STANDARDS.
10.ALL PIPE AND STRUCTURES SHALL BE STAKED FOR SURVEY LINE AND GRADE PRIOR TO THE START OF CONSTRUCTION. WHERE SHOWN ON THE PLANS OR WHERE
DIRECTED BY THE CITY, THE EXISTING MANHOLES, CATCH BASINS, OR INLETS SHALL BE ADJUSTED TO THE GRADE AS STAKED.
11.ALL FLOW CONTROL FACILITIES SHALL BE INSTALLED AND IN OPERATION PRIOR TO, OR IN CONJUNCTION WITH, ANY CONSTRUCTION ACTIVITY UNLESS OTHERWISE
APPROVED BY THE CITY.
12.ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED FOUNDATION IN ACCORDANCE WITH THE CURRENT STATE OF WASHINGTON STANDARD
SPECIFICATION FOR ROAD AND BRIDGE CONSTRUCTION. THIS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH BOTTOM OR THE TOP OF THE FOUNDATION
MATERIAL, AS WELL AS PLACEMENT AND COMPACTION OF REQUIRED BEDDING MATERIAL TO UNIFORM GRADE SO THAT THE ENTIRE LENGTH OF THE PIPE WILL BE
SUPPORTED ON A UNIFORMLY DENSE, UNYIELDING BASE. ALL PIPE BEDDING AND BACKFILL SHALL BE AS SHOWN ON THE CITY STANDARD PLAN 220.00, 220.10, AND
220.20.
13.STEEL PIPE SHALL BE ALUMINIZED, OR GALVANIZED WITH ASPHALT TREATMENT 1, 2, OR 5 INSIDE AND OUTSIDE.
14.ALL DRAINAGE STRUCTURES SUCH AS CATCH BASINS AND MANHOLES SHALL BE FITTED WITH DUCTILE IRON, BOLT-LOCKING LIDS PER THE CITY STANDARD PLAN
204.10, 204.20, 204.30, AND 204.50. STRUCTURES SHALL HAVE:
RECTANGULAR OR ROUND, SOLID LIDS WHEN NOT COLLECTING RUNOFF, AND OUTSIDE OF THE ROADWAY.
ROUND, SOLID LIDS WHEN NOT COLLECTING RUNOFF, AND LOCATED WITHIN THE ROADWAY, BUT OUTSIDE OF THE CURB/GUTTER LINE.
ROUND, SOLID LIDS DISPLAYING THE CITY LOGO WHEN WITHIN THE PUBLIC RIGHT-OF-WAY OR IN AN EASEMENT TO THE CITY. PRIVATE STRUCTURE LIDS OUTSIDE
PUBLIC RIGHT-OF-WAY AND EASEMENTS TO THE CITY SHALL NOT DISPLAY THE CITY LOGO.
15.BUILDINGS AND OTHER STRUCTURES SHALL BE PLACED IN ACCORDANCE WITH TABLE 4.1 EASEMENT WIDTHS AND BUILDING SETBACKS LINES OF THE RENTON SWDM.
16.LIDS OF MANHOLES/CATCH BASINS WITHIN PUBLIC RIGHT-OF-WAY SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL AFTER PAVING. ALL MANHOLE/CATCH BASIN RIMS
SHALL BE ADJUSTED TO BE FLUSH WITH FINAL FINISHED GRADES, UNLESS OTHERWISE SHOWN.
17.ALL DRIVEWAY CULVERTS LOCATED WITHIN CITY RIGHT-OF-WAY SHALL BE OF SUFFICIENT LENGTH TO PROVIDE A MINIMUM 3:1 SLOPE FROM THE EDGE OF THE
DRIVEWAY TO THE BOTTOM OF THE DITCH.
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
SURFACE WATER STANDARD PLAN
NOTES (2 OF 2)
STD. PLAN - 267.10
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE DRAINAGE PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY
PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE
APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE
SURFACE WATER STANDARD PLAN NOTES.
18.ROCK FOR EROSION PROTECTION OF ROADSIDE DITCHES, WHERE REQUIRED, SHALL BE OF SOUND QUARRY ROCK PLACED TO A MINIMUM DEPTH OF ONE (1) FOOT
AND SHALL MEET THE FOLLOWING SPECIFICATIONS:
4 - 8 INCH ROCK / 40 - 70% PASSING;
2 - 4 INCH ROCK / 30 - 40% PASSING; AND
LESS THAN 2 INCH ROCK / 10 - 20% PASSING.
19.FOOTING DRAINAGE SYSTEMS AND ROOF DOWNSPOUT SYSTEMS SHALL NOT BE INTERCONNECTED AND SHALL SEPARATELY CONVEY COLLECTED FLOWS TO THE
CONVEYANCE SYSTEM OR FLOW CONTROL FACILITY ON THE SITE, UNLESS APPROVED BY THE CITY. FOOTING DRAINS SHALL NOT BE CONNECTED TO ON-SITE BMPS.
20.THE END OF EACH STORM DRAIN STUB SHALL BE CAPPED. A CLEANOUT TOPPED WITH A BOLT-LOCKING LID MARKED "STORM” SHALL BE LOCATED AT THE PROPERTY
LINE OR AT THE POINT OF CONNECTION OF A PRIVATE STORM DRAINAGE CONVEYANCE SYSTEM PER THE CITY STANDARD PLAN 227.00.
21.ALL STORM SYSTEM EXTENSIONS SHALL BE STAKED FOR LINE AND GRADE BY A SURVEYOR LICENSED IN WASHINGTON STATE, AND CUT SHEETS SHALL BE PROVIDED
TO THE CITY PRIOR TO CONSTRUCTION.
22.ALL NEWLY-INSTALLED AND NEWLY-REHABILITATED (PUBLIC AND PRIVATE) STORM CONVEYANCE SYSTEMS SHALL BE INSPECTED BY MEANS OF REMOTE CCTV
ACCORDING TO THE CITY STANDARD PLAN 266.00. CCTV INSPECTIONS AND REPORTS SHALL BE SUBMITTED TO THE CITY PRIOR TO RECEIVING APPROVAL TO INSTALL
PROJECT CURBS, GUTTERS AND/OR PAVEMENT.
23.ALL STORM SYSTEMS AND CONNECTIONS TO EXISTING MAINS SHALL BE TESTED IN ACCORDANCE WITH SECTION 7-04.3(1) OF THE WSDOT STANDARD SPECIFICATIONS
AND IN THE PRESENCE OF A REPRESENTATIVE OF THE CITY. STORM DRAIN STUBS SHALL BE TESTED FOR ACCEPTANCE AT THE SAME TIME THE MAIN STORM IS
TESTED.
24.FOR ALL DISTURBED PERVIOUS AREAS (COMPACTED, GRADED, LANDSCAPED, ETC.) OF THE DEVELOPMENT SITE, TO MAINTAIN THE MOISTURE CAPACITY OF THE SOIL
EITHER STOCKPILE AND REDISTRIBUTE THE EXISTING DUFF LAYER AND NATIVE TOPSOIL OR AMEND THE SOIL WITH COMPOST IN ACCORDANCE WITH STANDARD PLAN
264.00.
25.ISSUANCE OF THE BUILDING OR CONSTRUCTION PERMITS BY THE CITY DOES NOT RELIEVE THE APPLICANT OF THE CONTINUING LEGAL OBLIGATION AND/OR LIABILITY
CONNECTED WITH STORMWATER DISPOSAL. THE CITY DOES NOT ACCEPT ANY OBLIGATION FOR THE PROPER FUNCTIONING AND MAINTENANCE OF THE STORM
SYSTEM PROVIDED DURING CONSTRUCTION.
26.ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF
THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK SHALL BE PROVIDED. ANY WORK WITHIN THE TRAVELED
RIGHT-OF-WAY THAT MAY INTERRUPT NORMAL TRAFFIC FLOW SHALL REQUIRE A TRAFFIC CONTROL PLAN APPROVED BY THE CITY. ALL SECTIONS OF THE WSDOT
STANDARD SPECIFICATIONS 1-10 TEMPORARY TRAFFIC CONTROL SHALL APPLY.
27.PROJECTS LOCATED WITHIN THE CITY'S AQUIFER PROTECTION AREA (APA) SHALL COMPLY WITH SPECIAL REQUIREMENT #6 OF THE RENTON SWDM AND AQUIFER
PROTECTION REGULATIONS (RMC 4-3-050).
28.PLACEMENT OF SURFACE APPURTENANCES (CATCH BASIN/MANHOLE LIDS, CLEANOUTS, INLETS, ETC.) IN THE STREET TRAVEL LANE WHEEL PATH, INTERSECTIONS OF
STREET TRAVEL LANES, BIKE LANES, SIDEWALKS, AND CROSSWALKS SHALL BE AVOIDED WHENEVER POSSIBLE. ANY SURFACE APPURTENANCE PLACED IN A
SIDEWALK OR CROSSWALK SHALL BE FITTED WITH A NON-SLIP OR NON-SKID LID PER ADA REQUIREMENTS.
29.CLEARLY LABEL PUBLIC AND PRIVATE SYSTEMS ON THE PLANS. PRIVATE SYSTEMS SHALL BE MAINTAINED BY THE APPLICANT.
30.MINIMUM COVER OVER STORM DRAINAGE PIPE SHALL CONFORM TO TABLE 4.2.1.A2 OF THE RENTON SWDM.
31.CONSTRUCTED PERMEABLE PAVEMENT SHALL BE PERMEABLE ENOUGH TO ABSORB WATER AT A MINIMUM RATE OF 20 INCHES PER HOUR IMMEDIATELY AFTER THE
PAVEMENT SURFACE HAS BEEN WETTED CONTINUOUSLY FOR AT LEAST 10 MINUTES. COMPLIANCE WITH THIS MINIMUM RATE SHALL BE CHECKED PRIOR TO
CONSTRUCTION APPROVAL OF THE PAVEMENT. COMPLIANCE MAY BE CHECKED USING A SIMPLE BUCKET TEST IN WHICH 5 GALLONS OF WATER IS POURED ONTO THE
PAVEMENT SURFACE ALL AT ONCE. IF ONLY A MINOR AMOUNT OF WATER PONDS OR RUNS OFF THE SURFACE, THEN THE PAVEMENT IS CONSIDERED TO MEET THE
MINIMUM RATE OF ABSORPTION. AT LEAST ONE TEST SHALL BE CONDUCTED PER 1,000 SQUARE FEET OF PERMEABLE PAVEMENT. IF THIS TEST IS NOT CONCLUSIVE,
THEN ANOTHER TEST PER ASTM C1701 SHALL BE CONDUCTED. FOR LARGE AREAS (E.G., PARKING AREAS), TESTING OBSERVATION MAY BE ACCOMPLISHED WHILE
WALKING BEHIND A SLOWLY MOVING WATER TRUCK DISCHARGING WATER AT A RATE SIMILAR TO THE BUCKET TEST. PERMEABLE PAVERS SHALL BE TESTED USING
ASTM C1781.
SURFACE WATER STANDARD PLAN NOTES:
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
EROSION AND SEDIMENT CONTROL
STANDARD PLAN NOTES
STD. PLAN - 268.00
EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES:
THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE EROSION AND SEDIMENT CONTROL (ESC) PLAN SET. ALL THE NOTES ON THE
LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT
APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC
ASPECTS, THEY SHALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES.
1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY
REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR.
2.THE APPLICANT IS RESPONSIBLE FOR OBTAINING THE WASHINGTON STATE DEPARTMENT OF ECOLOGY (ECOLOGY) CONSTRUCTION STORMWATER GENERAL
PERMIT, IF IT IS REQUIRED FOR THE PROJECT. THE APPLICANT SHALL PROVIDE THE CITY COPIES OF ALL MONITORING REPORTS PROVIDED TO ECOLOGY
ASSOCIATED WITH THE CONSTRUCTION STORMWATER GENERAL PERMIT.
3.THE ESC PLAN SET SHALL INCLUDE AN ESC CONSTRUCTION SEQUENCE DETAILING THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION
COMMENCEMENT TO POST-PROJECT CLEANUP IN ORDER TO FULFILL PROJECT ESC REQUIREMENTS.
4.THE BOUNDARIES OF THE CLEARING LIMITS, SENSITIVE AREAS AND THEIR BUFFERS, AND AREAS OF VEGETATION PRESERVATION AND TREE RETENTION AS
PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY DELINEATED BY FENCING AND PROTECTED IN THE FIELD IN ACCORDANCE WITH APPENDIX D OF THE CITY OF
RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM) PRIOR TO THE START OF CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE
BEYOND THE CLEARING LIMITS SHALL BE PERMITTED. THE CLEARING LIMITS SHALL BE MAINTAINED BY THE APPLICANT/ESC SUPERVISOR FOR THE DURATION OF
CONSTRUCTION.
5.STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT.
ADDITIONAL MEASURES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WASH PADS, MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT
CLEAN AND TRACK-OUT TO ROAD RIGHT OF WAY DOES NOT OCCUR FOR THE DURATION OF THE PROJECT. IF SEDIMENT IS TRACKED OFFSITE, PUBLIC ROADS SHALL
BE CLEANED THOROUGHLY AT THE END OF EACH DAY, OR MORE FREQUENTLY DURING WET WEATHER, AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING
WATERS OF THE STATE.
6.WASHOUT FROM CONCRETE TRUCKS SHALL BE PERFORMED OFF-SITE OR IN DESIGNATED CONCRETE WASHOUT AREAS ONLY. DO NOT WASH OUT CONCRETE
TRUCKS ONTO THE GROUND, OR TO STORM DRAINS OR OPEN DITCHES. ON-SITE DUMPING OF EXCESS CONCRETE SHALL ONLY OCCUR IN DESIGNATED CONCRETE
WASHOUT AREAS.
7.ALL REQUIRED ESC BMPS SHALL BE CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR CONSTRUCTION TO PREVENT TRANSPORTATION OF
SEDIMENT TO SURFACE WATER, DRAINAGE SYSTEMS AND ADJACENT PROPERTIES. ALL ESC BMPS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL
SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON-SITE EROSION HAS PASSED. ALL ESC BMPS SHALL BE REMOVED AFTER
CONSTRUCTION IS COMPLETED AND THE SITE HAS BEEN STABILIZED TO ENSURE POTENTIAL FOR ON-SITE EROSION DOES NOT EXIST. THE IMPLEMENTATION,
MAINTENANCE, REPLACEMENT, ENHANCEMENT, AND REMOVAL OF ESC BMPS SHALL BE THE RESPONSIBILITY OF THE APPLICANT.
8.ANY HAZARDOUS MATERIALS OR LIQUID PRODUCTS THAT HAVE THE POTENTIAL TO POLLUTE RUNOFF SHALL BE DISPOSED OF PROPERLY.
9.THE ESC BMPS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION
PROGRESSES AND UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE APPLICANT SHALL ANTICIPATE THAT MORE ESC BMPS WILL BE NECESSARY TO ENSURE
COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE
APPLICANT TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL ESC BMPS, OVER AND ABOVE MINIMUM
REQUIREMENTS, AS MAY BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM.
10.APPROVAL OF THIS PLAN IS FOR ESC ONLY. IT DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR LOCATION OF PIPES, RESTRICTORS,
CHANNELS, OR STORMWATER FACILITIES.
11.ANY DEWATERING SYSTEM NECESSARY FOR THE CONSTRUCTION OF STORMWATER FACILITIES SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL.
12.ANY AREAS OF EXPOSED SOILS, INCLUDING ROADWAY EMBANKMENTS, THAT WILL NOT BE DISTURBED FOR TWO DAYS DURING THE WET SEASON (OCTOBER 1ST
THROUGH APRIL 30TH) OR SEVEN DAYS DURING THE DRY SEASON (MAY 1ST THROUGH SEPTEMBER 30TH) SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED
ESC COVER METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON SWDM.
13.WET SEASON ESC REQUIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1ST AND APRIL 30TH, UNLESS OTHERWISE APPROVED BY THE CITY.
14.ANY AREA NEEDING ADDITIONAL ESC MEASURES, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS.
15.THE ESC BMPS ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED AT A MINIMUM OF ONCE A MONTH OR WITHIN 24 HOURS FOLLOWING A STORM EVENT.
INSPECTION AND MAINTENANCE SHALL OCCUR MORE FREQUENTLY AS REQUIRED BY THE CITY.
16.BEFORE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITY, CATCH BASIN INSERTS PER THE CITY STANDARD PLAN 216.30 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 INLET WILL BE CONVEYED
TO A SEDIMENT POND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING
CONDITION.
17.AT NO TIME SHALL SEDIMENT ACCUMULATION EXCEED 2/3 OF THE CAPACITY OF THE CATCH BASIN SUMP. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE
CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT-LADEN WATER INTO THE DOWNSTREAM SYSTEM.
18.ANY PERMANENT STORMWATER FACILITY LOCATION USED AS A TEMPORARY SETTLING BASIN SHALL BE MODIFIED WITH THE NECESSARY ESC BMPS AND SHALL
PROVIDE ADEQUATE STORAGE CAPACITY. IF THE TEMPORARY FACILITY IS TO ULTIMATELY FUNCTION AS AN INFILTRATION SYSTEM IN ITS PERMANENT STATE, THE
TEMPORARY FACILITY SHALL BE ROUGH GRADED SO THAT THE BOTTOM AND SIDES ARE AT LEAST THREE FEET ABOVE THE FINAL GRADE OF THE PERMANENT
FACILITY.
19.AREAS DESIGNATED ON THE PLAN(S) CONTAINING EXISTING STORMWATER FACILITIES OR ON-SITE BMPS (AMENDED SOILS, BIORETENTION, PERMEABLE PAVEMENT,
ETC.) SHALL BE CLEARLY FENCED AND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION DURING CONSTRUCTION.
20.PRIOR TO THE BEGINNING OF THE WET SEASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY WHICH ONES SHALL BE SODDED OR
SEEDED IN PREPARATION FOR THE WINTER RAINS. DISTURBED AREAS SHALL BE SODDED OR SEEDED WITHIN ONE WEEK OF THE BEGINNING OF THE WET SEASON.
AN EXHIBIT OF THOSE AREAS TO BE SODDED OR SEEDED AND THOSE AREAS TO REMAIN UNCOVERED SHALL BE SUBMITTED TO THE CITY FOR REVIEW.
21.PRIOR TO FINAL CONSTRUCTION ACCEPTANCE, THE PROJECT SITE SHALL BE STABILIZED TO PREVENT SEDIMENT-LADEN WATER FROM LEAVING THE PROJECT SITE,
ALL ESC BMPS SHALL BE REMOVED, AND STORMWATER CONVEYANCE SYSTEMS, FACILITIES, AND ON-SITE BMPS SHALL BE RESTORED TO THEIR FULLY
FUNCTIONING CONDITION. ALL DISTURBED AREAS OF THE PROJECT SITE SHALL BE VEGETATED OR OTHERWISE PERMANENTLY STABILIZED. AT A MINIMUM,
DISTURBED AREAS SHALL BE SODDED OR SEEDED AND MULCHED TO ENSURE THAT SUFFICIENT COVER WILL DEVELOP SHORTLY AFTER FINAL APPROVAL. MULCH
WITHOUT SEEDING IS ADEQUATE FOR AREAS TO BE LANDSCAPED BEFORE OCTOBER 1ST.
22.ROCKERIES ARE CONSIDERED TO BE A METHOD OF BANK STABILIZATION AND EROSION CONTROL. ROCKERIES SHALL NOT BE CONSTRUCTED TO SERVE AS
RETAINING WALLS. ALL ROCKERIES IN CITY ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH CITY STANDARDS. ROCKERIES OUTSIDE OF
ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE.
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 PDT
THIS PAGE INTENTIONALLY LEFT BLANK