Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout01 Project Manual_Cedar River Trestle Bridge RepairsCITY OF RENTON COMMUNITY SERVICES DEPARTMENT
PARKS PLANNING AND NATURAL RESOURCES DIVISION
1055 SOUTH GRADY WAY
RENTON, WASHINGTON 98057
BID SET
ISSUED: JANUARY 8, 2020
PROJECT NUMBER: CAG-20-006
CEDAR RIVER TRESTLE BRIDGE
REPAIRS
PROJECT MANUAL
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
TABLE OF CONTENTS JANUARY 8, 2020
TC ‐ 1
TITLE PAGES
Table of Contents ................................................................................................................... 1‐2
DIVISION 0 – PROCUREMENT AND CONTRACTING REQUIREMENTS
00 11 13 Advertisement for Bids .................................................................................. 1‐2
00 11 14 Synopsis of Bidding Information .................................................................... 1‐1
00 21 00 Instructions to Bidders ................................................................................... 1‐8
00 42 00 Bid Form ......................................................................................................... 1‐3
00 45 13 Bidder’s Qualification Statement ................................................................... 1‐1
00 72 00 General Conditions ....................................................................................... 1‐66
00 80 00 Forms: ........................................................................................................... 1‐10
Bid Bond Form
Contract Bond Form
Sample Agreement Form
Certification of Compliance with Wage Payment Statutes
Non‐Collusion, Anti‐trust and Minimum Wage Form
DIVISION 1 – GENERAL REQUIREMENTS
01 10 00 Summary ........................................................................................................ 1‐6
01 11 30 Hazardous Materials ...................................................................................... 1‐1
01 14 00 Work Restrictions ........................................................................................... 1‐7
01 20 00 Price and Payment Procedures ...................................................................... 1‐7
01 21 00 Prevailing Wage Rates .................................................................................... 1‐1
01 30 00 Administrative Requirements ........................................................................ 1‐8
01 32 16 Construction Schedule ................................................................................... 1‐3
01 40 00 Quality Requirements .................................................................................... 1‐7
01 42 16 Definitions ...................................................................................................... 1‐4
01 50 00 Temporary Facilities and Controls ................................................................. 1‐4
01 57 00 Environmental Controls ................................................................................. 1‐2
01 58 13 Temporary Project Signage ............................................................................ 1‐3
01 70 00 Execution and Closeout Requirements ........................................................ 1‐10
01 74 19 Construction Waste Management and Disposal ........................................... 1‐5
01 78 00 Closeout Submittals ....................................................................................... 1‐7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
TABLE OF CONTENTS JANUARY 8, 2020
TC ‐ 2
TITLE PAGES
DIVISION 2 – EXISTING CONDITIONS
02 41 00 Demolition ...................................................................................................... 1‐5
DIVISION 3 – CONCRETE
03 10 00 Concrete Forming and Accessories ................................................................ 1‐5
03 20 00 Concrete Reinforcement ................................................................................ 1‐5
03 30 00 Cast‐in‐Place Concrete ................................................................................. 1‐20
DIVISION 5 – METALS
05 50 00 Metal Fabrications .......................................................................................... 1‐5
DIVISION 6 – WOOD, PLASTICS, AND COMPOSITES
06 10 00 Rough Carpentry ............................................................................................ 1‐4
DIVISION 31 – EARTHWORK
31 00 00 Earth Work ..................................................................................................... 1‐6
ADDITIONAL INFORMATION
Appendix A Permits......................................................................................................... 1‐55
CEDAR RIVER TRESTLE BRIDGE REPAIRS CAG-20-006
BID SET
SECTION 00 11 13 JANUARY 8, 2020
ADVERTISEMENT FOR BIDS
SECTION 0011 13
ADVERTISEMENT FOR BIDS
The City of Renton invites interested and qualified contractors to submit sealed bids for the
following project:
TITLE: Cedar River Trestle Bridge Repairs
ENGINEER'S COST ESTIMATE: 441,000.00, including WSST.
SUBMITTAL TIME/DATE/LOCATION: Prior to 3:00 P.M.,January 28, 2020 at the
Office of the City Clerk,Seventh Floor
Renton City Hall
1055 Grady Way, Renton,WA 98057
Public Bid Opening will commence at
approximately 3:10 P.M. in Room 621,
Sixth Floor, Renton City Hall,
1055 South Grady Way, Renton, WA 98057.
PRE-BID CONFERENCE/SITE WALK-THROUGH: 10: 30 A.M.January 14, 2020 at
Cedar River Trail Bridge Parking Lot, 3225 SE
7th St, Renton, WA 98058.
Attendance at the pre-bid conference/site walk-
through is highly encouraged but is not
mandatory.
The work, to be substantially completed by August 31, 2020 under this contract shall include,
but is not be limited to: repair of Cedar River Trestle Bridge and related site work. The
proposed repairs will rebuild the abutment within its current footprint by repairing timber piles,
repairing/replacing timber facing, and replacing lost material behind the facing. Repairs will be
made to existing serviceable facilities and be conducted within the existing footprint of the
facilities, with minimal environmental impacts.
Bid documents will be available January 8, 2020. Plans and specifications may be viewed at
Builder's Exchange of Washington. Free-of-charge access to project bid documents (plans,
specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and
Vendors by going to www.bxwa.com and clicking on "Posted Projects", "Public Works", and
City of Renton". This online plan room provides Bidders with fully usable online documents
00 11 13 - PAGE 1 OF 2
CEDAR RIVER TRESTLE BRIDGE REPAIRS CAG-20-006
BID SET
SECTION 00 11 13 JANUARY 8, 2020
ADVERTISEMENT FOR BIDS
with the ability to: download, view, print, order full/partial plan sets from numerous
reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders
Register" in order to receive automatic e-mail notification of future addenda and to place
themselves on the "Self-Registered Bidders List". Bidders that do not register will not be
automatically notified of addenda and will need to periodically check the on-line plan room for
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
should you require assistance with access or registration.
Published: Daily Journal of Commerce: PO Box 11050, Seattle, WA 98111.
Phone: (206) 622-8272. Website: plancenter.com.
Please direct questions regarding this project to the City of Renton, ATTN: Betsy Severtsen,
Capital Projects Coordinator, phone (425) 430-6611, or email bsevertsen@rentonwa.gov
Document clarification questions must be submitted in writing). Questions are due on January
16, 2020 by 4:30pm.
The City's fair practices/non-discrimination policies and the State of Washington prevailing
wage rates are applicable for this public works project located in King County. Bidders are
responsible to verify and use the most recent prevailing wage rates. The "Effective Date" for
this project is the Bid Form due date above. The applicable prevailing wage rates may be found
on the Department of Labor & Industries website located at
https://fortress.wa.Rov/Ini/wagelookup/prvWagelookup.aspx.
A Bid Bond in the amount of 5% of the total amount of the bid must accompany each bid. The
City reserves the right to reject any and all bids and to waive any informalities or irregularities
in bids received. The City's Fair Practices and Non-Discrimination policies and State Prevailing
Wage Rates apply to this project.
Bids shall be in a sealed envelope marked "CEDAR RIVER TRESTLE BRIDGE REPAIRS".
THE CITY OF RENTON
Jas Se 4'.
City Clerk
Published: Daily Journal of Commerce on JANUARY 8, 2020
00 11 13 - PAGE 2 OF 2
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 11 14 JANUARY 8, 2020
SYNOPSIS OF BIDDING INFORMATION
00 11 14 PAGE 1 OF 1
SECTION 00 11 14
SYNOPSIS OF BIDDING INFORMATION
A. PROJECT: Cedar River Trestle Bridge Repairs
3225 SE 7th St
Renton, WA 98058
B. OWNER: City of Renton
1055 South Grady Way
Renton, WA 98057
C. OWNER’S REPRESENTATIVE:
Betsy Severtsen
Capital Projects Coordinator
1055 South Grady Way, 6th Floor
Renton, WA 98057
Phone (425) 430‐6611
D. CONSULTANT: WSP USA, Inc.
33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003‐2600
E. BIDS DUE: Tuesday, January 28, 2020, 3:00 p.m.
at City Clerk’s Office, 7th Floor
Renton City Hall
Renton, WA 98057
F. NOTICE TO PROCEED:
Approximately April 06, 2020
G. TIME OF CONSTRUCTION:
Substantial Completion of entire work is expected by August 31,
2020 with Final Completion of entire work by September 30,
2020. Final Completion of in‐water work is expected by August
31, 2020 to comply with fish‐window.
H. PERFORMANCE BOND & PAYMENT BOND:
100% of contract amount.
I. WAGES: Pay state prevailing wage rates.
END OF SECTION
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 1 OF 8
SECTION 00 21 00
INSTRUCTIONS TO BIDDERS
1.1 EXPLANATION TO PROSPECTIVE BIDDERS
A. Any prospective Bidder desiring an explanation or interpretation of the solicitation,
drawings, specifications, etc., must submit a request in writing to the Owner’s
Representative twelve (12) calendar days before the bid due date. Oral explanations
or instructions given before the award of a contract will not be binding. Any
information given a prospective Bidder concerning a solicitation will be furnished
promptly to all other prospective Bidders by addendum to the solicitation, if that
information is necessary in submitting bids or if the lack of it would be prejudicial to
other prospective Bidders.
B. In accordance with the legislative findings and policies set forth in Chapter 39.19
RCW the City of Renton encourages participation in all of its contracts by MWBE
firms certified by the Office of Minority and Women’s Business Enterprises
(OMWBE). Participation may be either on a direct basis in response to this invitation
or as a subcontractor to a bidder. However, unless required by federal statutes,
regulations, grants, or contract terms referenced in the contract documents, no
preference will be included in the evaluation of bids, no minimum level of MWBE
participation shall be required as a condition for receiving an award, and bids will
not be rejected or considered nonresponsive on that basis. Any affirmative action
requirements set forth in federal regulations or statutes included or referenced in
the contract documents will apply.
C. The City of Renton encourages participation in all of its contracts by Veteran‐owned
businesses (defined in RCW 43.60.010) and located at
http://www.dva.wa.gov/program/certified‐veteran‐and‐servicemember‐owned‐
businesses and Small, Mini and Micro businesses (defined in RCW 39.26.010) which
have registered in WEBS at https://fortress.wa.gov/ga/webs/.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 2 OF 8
1.2 PREPARATION OF BIDS – CONSTRUCTION
A. Bids must be: (1) submitted on the Bid Form, or copies of forms, furnished by the
Owner or the Owner’s agent, and (2) signed in ink. The person signing a bid must
initial each change appearing on any Bid Form. If the bid is made by a corporation, it
shall be signed by the corporation’s authorized designee. The address of the Bidder
shall be typed or printed on the Bid Form in the space provided.
B. The Bid Form may require Bidders to submit bid prices for one or more items on
various bases, including: (1) lump sum base bid; (2) lump sum bid alternate prices;
(3) unit prices; or (4) any combination of items 1 through 3 above.
C. If the solicitation includes alternate bid items, failure to bid on the alternates may
disqualify the bid. If bidding on all items is not required, Bidders should insert the
words “no bid” in the space provided for any item on which no price is submitted.
D. Substitute bid forms will not be considered unless this solicitation authorizes their
submission.
1.3 BID GUARANTEE
A. When the sum of the base bid plus all additive bid alternates is $35,000.00 or less, bid
security is not required.
B. When the sum of the base bid plus all additive alternates is greater than $35,000.00,
a bid guarantee in the amount of 5% of the base bid amount is required. Failure of
the Bidder to provide bid guarantee when required shall render the bid non‐
responsive.
C. Acceptable forms of bid guarantee are: A bid bond or postal money order, or
certified check or cashier’s check made payable to the City of Renton Treasurer.
D. The Owner will return bid guarantees (other than bid bond) to unsuccessful Bidders
as soon as practicable, but not sooner than the execution of a contract with the
successful Bidder. The successful Bidder’s bid guarantee will be returned to the
successful Bidder with its official notice to proceed with the work of the contract.
E. The Bidder will allow 60 days from bid opening date for acceptance of its bid by the
Owner.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 3 OF 8
F. The Bidder will return to the Owner a signed contract, insurance certificate and
bond or bond waiver within 15 days after receipt of the contract. If the apparent
successful Bidder fails to sign all contractual documents or provide the bond and
insurance as required or return the documents within 15 days after receipt of the
contract, the Owner may terminate the award of the contract.
G. In the event a Bidder discovers an error in its bid following the bid opening, the
Bidder may request to withdraw its bid under the following conditions:
1. Written notification is received by the Owner within 24 hours following bid
opening.
2. The Bidder provides written documentation of the claimed error to the
satisfaction of the Owner within 72 hours following the bid opening.
The Owner will approve or disapprove the request for withdrawal of the bid in
writing. If the Bidder’s request for withdrawal of its bid is approved, the Bidder will
be released from further obligation to the Owner without penalty. If it is
disapproved, the Owner may retain the Bidder’s bid guarantee.
1.4 ADDITIVE OR DEDUCTIVE BID ITEMS
The low Bidder, for purposes of award, shall be the responsive Bidder offering the low
aggregate amount for the base bid item, plus additive or deductive bid alternates
selected by the Owner, and within funds available for the project.
The Bidder agrees to hold all bid alternate prices for sixty (60) days from date of bid
opening.
1.5 ACKNOWLEDGEMENT OF ADDENDA
Bidders shall acknowledge receipt of all addenda to this solicitation by identifying the
addenda numbers in the space provided for this purpose on the Bid Form. Failure to do
so may result in the bid being declared non‐responsive.
1.6 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK
The Bidder acknowledges that it has taken steps necessary to ascertain the nature and
location of the work, and that it has investigated and satisfied itself as to the general
and local conditions which can affect the work or its cost, including but not limited to;
(1) conditions bearing upon transportation, disposal, handling, and storage of materials;
(2) the availability of labor, water, electric power, and road; (3) uncertainties of
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 4 OF 8
weather, river stages, tides, or similar physical conditions at the site; (4) the
conformation and conditions of the ground; and (5) the character of equipment and
facilities needed preliminary to and during the work. The Bidder also acknowledges that
it has satisfied itself as to character, quality, and quantity of surface and subsurface
materials or obstacles to be encountered insofar as this information is reasonably
ascertainable from an inspection of the site, including exploratory work done by the
Owner, as well as from the drawings and specifications made a part of this contract. Any
failure of the Bidder to take the actions described and acknowledged in this paragraph
will not relieve the Bidder from responsibility for estimating properly the difficulty and
cost of successfully performing the work.
1.7 BID AMOUNTS
A. The bid prices shown for each item on the Bid Form shall include all labor, material,
equipment, overhead and compensation to complete all of the work for that item.
B. Permits obtained by the Owner are provided in Appendix A. All other permits and
fees required to execute the work shall be obtained and paid for by the Contractor.
C. The Bidder agrees to hold the base bid prices for sixty (60) days from date of bid
opening.
1.8 TAXES
All bid amounts shall include Washington Sales Tax (WSST) based on the City of Renton
rate (currently 10%) entered on the appropriate location on the Bid Form. All other
taxes imposed by law shall be included in the bid amount. The Owner will include WSST
in progress payments. The Contractor shall pay the WSST to the Department of Revenue
and shall furnish proof of payment to the Owner if requested.
[NOTE: Contractor must bond for contract amount plus the WSST.]
1.9 SUBMISSION OF BIDS
A. Bids must be submitted on or before the time specified in the Advertisement for
Bids.
B. The Bid Form shall be submitted in a sealed envelope addressed to the office
specified in the Advertisement for Bids. The envelope shall have printed on the
outside:
1. The project number and description.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 5 OF 8
2. The name and address of the Bidder
3. Identification as Bid Form.
C. Prior to the bid opening, the Owner’s representative will designate the official bid
clock. Any part of the Bid Form, or in the rare situation of a bid modification, not
received prior to the times specified, per the designated bid clock, will not be
considered and the bid will be returned to the Bidder unopened.
D. A bid may be withdrawn in person by a Bidder’s authorized representative before
the opening of the bids. Bidder(s) representative will be required to show ID and sign
on bid summary sheet before it will be released.
E. People with disabilities who wish to request special accommodation, (e.g., sign
language interpreters, braille, etc.) need to contact the Owner twelve (12) calendar
days prior to the scheduled bid opening.
1.10 BID RESULTS
After the Bid Opening, Bidders may obtain bid results from the Owner.
1.11 LOW RESPONSIBLE BIDDER
A. Mandatory Responsibility Criteria: Before award of a public works contract, a
Bidder must meet the following mandatory responsibility criteria under RCW
39.04.350 (1) to be considered a responsible Bidder and qualified to be awarded a public
works project. The Bidder must:
1. At the time of bid submittal, have a certificate of registration in compliance with
chapter 18.27 RCW;
2. Have a current state unified business identifier number;
3. If applicable, have industrial insurance coverage for the Bidder's employees
working in Washington as required in Title 51 RCW; an employment security
department number as required in Title 50 RCW; and a state excise tax
registration number as required in Title 82 RCW;
4. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3); and
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 6 OF 8
5. If bidding on a public works project subject to the apprenticeship utilization
requirements in RCW 39.04.320, not have been found out of compliance by the
City of Renton Apprenticeship and Training Council for working apprentices out
of ratio, without appropriate supervision, or outside their approved work
processes as outlined in their standards of apprenticeship under chapter 49.04
RCW for the one‐year period immediately preceding the date of the bid
solicitation.
6. Within the three‐year period immediately preceding the date of the bid
solicitation, not have been 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 to have willfully
violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or
49.52 RCW.
(Before award of a public works contract, a bidder shall submit to the contracting
agency a signed statement in accordance with RCW 9A.72.085 verifying under
penalty of perjury that the bidder is in compliance with the responsible bidder
criteria requirements. A contracting agency may award a contract in reasonable
reliance upon such a sworn statement.)
B. Supplemental Responsibility Criteria: In addition to the mandatory Bidder
responsibility, the Owner has adopted relevant supplemental criteria for determining Bidder
responsibility which the Bidder must meet (RCW 39.04.350 (3)).
1. The Owner shall consider an overall accounting of the attached supplemental
criteria for determining Bidder responsibility “DIVISION 00 4513 BIDDER’S
QUALIFICATION STATEMENT”.
2. At least twelve (12) calendar days prior to the bid submittal deadline, a potential
Bidder may request that the Owner modify the supplemental responsibility
criteria. The Owner will evaluate the information submitted by the potential
Bidder and respond before the bid submittal deadline. If the evaluation results
in a change of the criteria, the Owner will issue an addendum to the bidding
documents identifying the new criteria.
3. If the Owner determines that the apparent low Bidder is not responsible, the
Owner will notify the Bidder of its preliminary determination in writing.
4. Within three (3) days after receipt of the preliminary determination, the Bidder
may withdraw its bid or request a hearing where the Bidder may appeal the
preliminary determination and present additional information to the Owner.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 7 OF 8
5. The Owner will schedule a hearing within three (3) working days of receipt of the
Bidder’s request.
6. The Owner will issue a Final Determination after reviewing information
presented at the hearing.
7. If the Owner determines a Bidder to be not responsible, the Owner will provide,
in writing, the reasons for the determination. If the final determination affirms
that the Bidder is not responsible, the Owner will not execute a contract with
any other Bidder until two (2) business days after the Bidder determined to be
not responsible has received the final determination.
8. The Owner’s Final Determination is specific to this project, and will have no effect
on other or future projects.
1.12 CONTRACT AWARD
A. The Owner will evaluate bid responsiveness and responsibility.
1. A bid will be considered responsive if it meets the following requirements:
a. It is received at the proper time and place.
b. It meets the stated requirements of the Bid Form.
c. It is submitted by a licensed/registered contractor within the state of
Washington at the time of bid opening and is not banned from bidding by the
Department of Labor and Industries.
d. It is accompanied by a bid guarantee, if required.
2. A bid will be considered responsible if it meets the following requirements:
a. It meets the mandatory responsibility criteria established in RCW 39.04.350
and an overall accounting of the supplemental responsibility criteria
established for the project.
B. The Owner reserves the right to accept or reject any or all bids and to waive
informalities.
C. The apparent low Bidder, for purpose of award, shall be the responsive and
responsible Bidder offering the low aggregate amount for the base bid plus selected
additive or deductive bid alternates and meeting all other bid submittal
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 21 00 JANUARY 8, 2020
INSTRUCTIONS TO BIDDERS
00 21 00 – PAGE 8 OF 8
requirements.
1.13 DOCUMENTS (ATTACHED)
A. Advertisement for Bids
B. Bid Form
C. Bidder’s Qualification Statement
D. General Conditions for Construction
E. Bonds ‐ Bid and performance
F. Sample contract
G. Certification of Compliance with Wage Payment Statutes
H. Non‐Collusion, Anti‐trust and Minimum Wage Form
Note: Payment Bond and Performance Bond are required. These forms will be provided
by the Owner.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 42 00 JANUARY 8, 2020
BID FORM
00 42 00 – PAGE 1 OF 3
CITY OF RENTON
MAIL TO: CITY CLERK 1055 GRADY WAY, RENTON, WA, 98057
HAND DELIVER TO: OFFICE OF THE CITY CLERK
SEVENTH FLOOR, RENTON CITY HALL
1055 GRADY WAY, RENTON, WA, 98057
for the
CEDAR RIVER TRESTLE BRIDGE REPAIRS
Cedar River Trail
3225 SE 7th Street, Renton, WA 98058
Bids Due: 3:00 p.m. Thursday, January 28, 2020
The undersigned herby certifies that they have carefully examined the Contract Documents as defined in the
General Conditions and have examined the site of the Work, and fully understands the manner in which payment
is proposed to be made for the cost thereof, hereby proposed to furnish all materials and to perform all labor
which may be required to complete said work within the time fixed, and upon the terms and conditions provided
in said Contract Documents for consideration of the following amount:
A. BASE BID
1a) BASE BID:
$ ________________
(Written) (Numeric)
1b) SALES TAX ON BASE BID (The combined sales tax rate for Renton, WA is 10%):
$ ___________________
(Written) (Numeric)
1c) TOTAL BASE BID
$ ___________________
(Written) (Numeric)
B I D F O R M
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 42 00 JANUARY 8, 2020
BID FORM
00 42 00 – PAGE 2 OF 3
B. CONDITIONS OF PROPOSAL
1. Determination of Low Bidder:
a. The City of Renton, ‘Owner/City’ reserves the right to ‘Award a Contract’ based on the
Contractor’s Proposal Amount for Base Bid and/or Breakdown, in whatever manner is in the
City’s best interest.
2. Overhead and Profit:
a. All of the above Bid Prices shall include overhead and profit.
C. PERIOD OF BID VALIDITY/ACCEPTANCE OF BID
1. Base Bid
The undersigned hereby agrees that this BID as described in paragraph “A” shall be valid and firm
offering for the period sixty (60) days from closing time for the “Receipt of Bids.”
Acceptance of Bid: Within sixty (60) days after the opening of Form of Proposal, the City will act
either to accept the Proposal from the lowest responsive, responsible Bidder, or to reject all Bids.
The City reserves the right to request extensions of such Bid acceptance period.
The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the
Bidder whose Bid is under consideration for acceptance, together with a request to furnish a bond
(if required), evidence of insurance to execute the agreement set forth in the Contract Documents,
and other designated documents.
D. EXECUTION OF CONTRACT
If written “Notice of Intent to Award Contract” is mailed, telegraphed, facsimile, or delivered to the
undersigned within the “period of Bid Validity” noted above, or any time thereafter before this Bid is
withdrawn, the undersigned will, within ten (10) days after the date of such notification, execute a Contract
in the form of “City of Renton Standard Form of Agreement.”
E. TIME FOR COMPLETION
Contract Time ‐ The undersigned hereby agrees to Substantially Complete all the work under the Base
Bid (and accepted Alternates) no later than August 31, 2020.
Final Completion – All the Work shall be fully and finally completed in accordance with the contract
documents within 30 calendar days after the date of Substantial Completion. Final Completion of in‐
water work shall be by August 31, 2020 to comply with fish‐window.
F. LIQUIDATED DAMAGES
The undersigned agrees to pay the Owner as liquidated damages the sum of $250.00 for each
consecutive calendar day that is in default after the Contract Time. Liquidated damages shall be
deducted from the contract invoice after taxes and retainage.
G. NONDISCRIMINATIONAL COMPLIANCE
During the performance of the Agreement, the Contractor agrees to comply with all federal and state
non‐discrimination laws, regulations, and policies.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 42 00 JANUARY 8, 2020
BID FORM
00 42 00 – PAGE 3 OF 3
H. RECEIPT OF ADDENDA
Receipt of the following addenda is acknowledged:
Addendum No. Addendum No.
Addendum No. Addendum No.
Name of Firm
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Signed by Official Capacity
Print Name
Address
City State Zip Code Date
Telephone FAX
State of Washington Contractor's License No. Federal Tax ID #
E‐mail address:
Employment Security Department No.
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 45 13 JANUARY 8, 2020
BIDDER’S QUALIFICATION STATEMENT
00 45 13 – PAGE 1 OF 1
SECTION 00 45 13
BIDDER’S QUALIFICATION STATEMENT
Each Bidder submitting a proposal on work included in these contract drawings and
specifications shall prepare and submit as part of his bid, the following information:
1. Name of Bidder:
2. Business Address:
3. Telephone:
4. How many years has said Bidder been engaged in the contracting business under the present
firm name:
5. Contracts now in hand (Gross Amount): $
6. Experience with similar projects (scope of work, size, complexity, value, location): List at least
three (3) projects accomplished within the last seven (7) years in which the Bidder
constructed comparable projects. Include the project name and location, contract amount,
completion date, and the telephone number and email address of the Owner or Owner’s
Representative responsible for the project. Describe how the project met customer
satisfaction. We will discuss performance with the named references. Limit 3 pages.
7. Work Plan: Provide a description of how the work will be done within the time window
allowed. Include a schedule of activities planned. Indicate planned working hours and days.
Limit 3 pages.
8. Assigned Key Personnel: Provide a resume for the Project Manager, Superintendent, and
other key personnel that will be assigned and committed to this project. Include role for this
contract, years of experience in the proposed role, overall years of experience,
training/education, and relevant projects with names of project Owner and Engineer. Limit 3
pages.
9. List of company’s major equipment.
00 72 00 – PAGE 1 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
SECTION 00 72 00
GENERAL CONDITIONS
PART 1 – GENERAL PROVISIONS
1.1 Definitions ................................................................................................. 4
1.2 Order of Precedence ................................................................................. 6
1.3 Execution and Intent ................................................................................. 7
PART 2 – INSURANCE AND BONDS
2.1 Contractor’s Liability Insurance ................................................................ 7
2.2 Coverage Limits ......................................................................................... 9
2.3 Insurance Coverage Certificates ............................................................... 10
2.4 Payment and Performance Bonds ............................................................ 10
2.5 Alternative Surety ..................................................................................... 10
2.6 Builder’s Risk ............................................................................................. 11
PART 3 – TIME AND SCHEDULE
3.1 Progress and Completion .......................................................................... 11
3.2 Construction Schedule .............................................................................. 12
3.3 Owner’s Right to Suspend the Work for Convenience ............................. 13
3.4 Owner’s Right to Suspend the Work for Cause ........................................ 14
3.5 Delay.......................................................................................................... 14
3.6 Notice to Owner of Labor Disputes .......................................................... 15
3.7 Damages for Failure to Achieve Timely Completion ................................ 15
PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.1 Discrepancies and Contract Document Review ........................................ 16
4.2 Project Record ........................................................................................... 17
4.3 Shop Drawings .......................................................................................... 18
4.4 Organization of Specifications .................................................................. 19
4.5 Ownership and Use of Drawings, Specifications, and Other Documents . 19
PART 5 – PERFORMANCE
5.1 Contractor Control and Supervision ......................................................... 20
5.2 Permits, Fees, and Notices ........................................................................ 21
00 72 00 – PAGE 2 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5.3 Patents and Royalties ................................................................................ 21
5.4 Prevailing Wages ....................................................................................... 22
5.5 Hours of Labor ........................................................................................... 23
5.6 Nondiscrimination ..................................................................................... 24
5.7 Safety Precautions .................................................................................... 25
5.8 Operations, Material Handling, and Storage Areas .................................. 28
5.9 Prior Notice of Excavation ......................................................................... 29
5.10 Unforeseen Physical Conditions ............................................................... 29
5.11 Protection of Existing Structures, Equipment, Vegetation, Utilities &
Improvements ...........................................................................................
29
5.12 Layout of Work .......................................................................................... 29
5.13 Material and Equipment ........................................................................... 30
5.14 Availability and Use of Utility Services ...................................................... 30
5.15 Tests and Inspections ................................................................................ 30
5.16 Correction of Nonconforming Work ......................................................... 32
5.17 Clean‐up .................................................................................................... 34
5.18 Access to Work .......................................................................................... 34
5.19 Subcontractors and Supplier ..................................................................... 34
5.20 Warranty of Construction ......................................................................... 37
5.21 Indemnification ......................................................................................... 37
PART 6 – PAYMENTS AND COMPLETION
6.1 Contract Sum ............................................................................................. 38
6.2 Schedule of Value ...................................................................................... 38
6.3 Application for Payment ........................................................................... 39
6.4 Progress Payments .................................................................................... 40
6.5 Payments Withheld ................................................................................... 41
6.6 Retainage and Bond Claim Rights ............................................................. 41
6.7 Substantial Completion ............................................................................. 41
6.8 Prior Occupancy ........................................................................................ 42
6.9 Final Completion, Acceptance, and Payment ........................................... 42
PART 7 – CHANGES
7.1 Change in the Work .................................................................................. 43
7.2 Change in the Contract Sum ..................................................................... 45
7.3 Change in the Contract Time .................................................................... 54
PART 8 – CLAIMS AND DISPUTE RESOLUTION
8.1 Claims Procedure ...................................................................................... 56
00 72 00 – PAGE 3 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
8.2 Arbitration ................................................................................................. 58
8.3 Claims Audits ............................................................................................. 58
PART 9 – TERMINATION OF THE WORK
9.1 Termination by Owner for Cause .............................................................. 60
9.2 Termination by Owner for Convenience .................................................. 62
PART 10 – MISCELLANEOUS PROVISIONS
10.1 Governing Law .......................................................................................... 63
10.2 Successors and Assigns ............................................................................. 63
10.3 Meaning of Words .................................................................................... 64
10.4 Rights and Remedies ................................................................................. 64
10.5 Contractor Registration ............................................................................. 64
10.6 Time Computations ................................................................................... 64
10.7 Records Retention/Public Records Requests ............................................ 65
10.8 Third‐Party Agreements ............................................................................ 65
10.9 Antitrust Assignments ............................................................................... 65
10.10 Headings and Captions .............................................................................. 66
10.11 Diverse Business Participation .................................................................. 66
10.12 Apprenticeship Participation .................................................................... 66
00 72 00 – PAGE 4 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
PART 1 – GENERAL PROVISIONS
1.1 DEFINITIONS
A. “Application for Payment” means a written request submitted by Contractor to Owner
for payment of Work completed in accordance with the Contract Documents and
approved Schedule of Values, supported by such substantiating data as Owner or A/E
may require.
B. “Architect,” “Engineer,” or “A/E” means a person or entity lawfully entitled to practice
architecture or engineering, representing Owner within the limits of its delegated
authority.
C. “Change Order” means a written instrument signed by Owner and Contractor stating
their agreement upon all of the following: (1) a change in the Work; (2) the amount of
the adjustment in the Contract Sum, if any, and (3) the extent of the adjustment in the
Contract Time, if any.
D. “Claim” means Contractor’s exclusive remedy for resolving disputes with Owner
regarding the terms of a Change Order or a request for equitable adjustment, as more
fully set forth in Part 8.
E. “Contract Award Amount” is the sum of the Base Bid and any accepted Alternates.
F. “Contract Documents” means the Advertisement for Bids, Instructions for Bidders,
completed Bid Form, General Conditions, Modifications to the General Conditions,
Supplemental Conditions, Public Works Contract, other Special Forms, Drawings and
Specifications, and all addenda and modifications thereof.
G. “Contract Sum” is the total amount payable by Owner to Contractor, for performance
of the Work in accordance with the Contract Documents, including all taxes imposed
by law and properly chargeable to the Work, except Washington State sales tax.
H. “Contract Time” is the number of calendar days allotted in the Contract Documents
for achieving Substantial Completion of the Work.
I. “Contractor” means the person or entity who has agreed with Owner to perform the
Work in accordance with the Contract Documents.
J. “Day(s): Unless otherwise specified, day(s) shall mean calendar day(s).”
00 72 00 – PAGE 5 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
K. “Drawings” are the graphic and pictorial portions of the Contract Documents showing
the design, location, and dimensions of the Work, and may include plans, elevations,
sections, details, schedules, and diagrams.
L. “Final Acceptance” means the written acceptance issued to Contractor by Owner after
Contractor has completed the requirements of the Contract Documents, as more fully
set forth in Section 6.9 B.
M. “Final Completion” means that the Work is fully and finally complete in accordance
with the Contract Documents, as more fully set forth in Section 6.9 A.
N. “Force Majeure” means those acts entitling Contractor to request an equitable
adjustment in the Contract Time, as more fully set forth in paragraph 3.5A.
O. “Notice” means a written notice which has been delivered in person to the individual
or a member of the firm or entity or to an officer of the corporation for which it was
intended or, if delivered or sent by registered or certified mail, to the last business
address known to the party giving notice.
P. “Notice to Proceed” means a notice from Owner to Contractor that defines the date
on which the Contract Time begins.
Q. “Owner” means the City of Renton, or its authorized representative with the authority
to enter into, administer, and/or terminate the Work in accordance with the Contract
Documents and make related determinations and findings.
R. “Person” means a corporation, partnership, business association of any kind, trust,
company, or individual.
S. “Prior Occupancy” means Owner’s use of all or parts of the Project before Substantial
Completion, as more fully set forth in Section 6.8 A.
T. “Progress Schedule” means a schedule of the Work, in a form satisfactory to Owner,
as further set forth in Section 3.2.
U. “Project” means the total construction of which the Work performed in accordance
with the Contract Documents may be the whole or a part and which may include
construction by Owner or by separate contractors.
00 72 00 – PAGE 6 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
V. “Project Record” means the separate set of Drawings and Specifications as further set
forth in paragraph 4.2.
W. “Schedule of Values” means a written breakdown allocating the total Contract Sum to
each principal category of Work, in such detail as requested by Owner.
X. “Specifications” are that portion of the Contract Documents consisting of the written
requirements for materials, equipment, construction systems, standards and
workmanship for the Work, and performance of related services.
Y. “Subcontract” means a contract entered into by Subcontractor for the purpose of
obtaining supplies, materials, equipment, or services of any kind for or in connection
with the Work.
Z. “Subcontractor” means any person, other than Contractor, who agrees to furnish or
furnishes any supplies, materials, equipment, or services of any kind in connection
with the Work.
AA. “Substantial Completion” means that stage in the progress of the Work when the
construction is sufficiently complete, as more fully set forth in Section 6.7.
AB. “Work” means the construction and services required by the Contract Documents, and
includes, but is not limited to, labor, materials, supplies, equipment, services, permits,
and the manufacture and fabrication of components, performed, furnished, or provided
in accordance with the Contract Documents.
1.2 ORDER OF PRECEDENCE
Any conflict or inconsistency in the Contract Documents shall be resolved by giving the
documents precedence in the following order:
1. Signed Agreement, including any Change Orders.
2. Supplemental Conditions.
3. Modifications to the General Conditions.
4. General Conditions.
5. Specifications. Provisions in Division 1 shall take precedence over provisions of any
other Division.
00 72 00 – PAGE 7 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
6. Drawings. In case of conflict within the Drawings, large scale drawings shall take
precedence over small scale drawings.
7. Signed and Completed Bid Form.
8. Instructions to Bidders.
9. Advertisement for Bids.
1.3 EXECUTION AND INTENT
1. Contractor Representations: Contractor makes the following representations to
Owner:
2. Contract Sum reasonable: The Contract Sum is reasonable compensation for the Work
and the Contract Time is adequate for the performance of the Work, as represented
by the Contract Documents;
3. Contractor familiar with project: Contractor has carefully reviewed the Contract
Documents, visited and examined the Project site, become familiar with the local
conditions in which the Work is to be performed, and satisfied itself as to the nature,
location, character, quality and quantity of the Work, the labor, materials, equipment,
goods, supplies, work, services and other items to be furnished and all other
requirements of the Contract Documents, as well as the surface and subsurface
conditions, and other matters that may be encountered at the Project site or affect
performance of the Work or the cost or difficulty thereof;
4. Contractor financially capable: Contractor is financially solvent, able to pay its debts
as they mature, and possesses sufficient working capital to complete the Work and
perform Contractor’s obligations required by the Contract Documents; and
5. Contractor can complete Work: Contractor is able to furnish the plant, tools,
materials, supplies, equipment and labor required to complete the Work and perform
the obligations required by the Contract Documents and has sufficient experience and
competence to do so.
PART 2 – INSURANCE AND BONDS
2.1 CONTRACTOR’S LIABILITY INSURANCE
General insurance requirements: Prior to commencement of the Work, Contractor shall
00 72 00 – PAGE 8 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
obtain all the insurance required by the Contract Documents and provide evidence
satisfactory to Owner that such insurance has been procured. Review of the Contractor’s
insurance by Owner shall not relieve or decrease the liability of Contractor. Companies
writing the insurance to be obtained by this part shall be licensed to do business under
Chapter 48 RCW or comply with the Surplus Lines Law of the City of Renton. Contractor
shall include in its bid the cost of all insurance and bond costs required to complete the
base bid work and accepted alternates. Insurance carriers providing insurance in
accordance with the Contract Documents shall be acceptable to Owner.
A. Term of insurance coverage: Contractor shall maintain the following insurance
coverage during the Work and for one year after Final Acceptance, with the exception
of Professional Liability insurance, when required, which shall be maintained for a
minimum of three years. Contractor shall also maintain the following insurance
coverage during the performance of any corrective Work required by Section 5.16.
1. Commercial General Liability Insurance: Commercial General Liability (CGL) on an
Occurrence Form. Coverage shall include, but not be limited to:
a. Completed operations/products liability;
b. Explosion, collapse, and underground, when applicable to the work being
performed; and
c. Stop loss coverage applicable to the State of Washington.
2. Commercial Automobile Liability Insurance: Required if a commercial vehicle will
be used in performance of work or delivery of products by the contractor, beyond
normal commutes.
3. Professional Liability: Required if professional services (e.g. architect, engineering,
surveying, legal, or medical) are being provided to the Owner and if those
professional services are excluded from the CGL policy. Coverage may be on a
Claims Made basis, if coverage is maintain at least 3‐years beyond the conclusion
of work.
4. Excess Liability or Umbrella: Required if needed to reach minimum CGL or auto
liability coverage limits.
5. Builders Risk: When applicable to the work being performed, is required up to the
amount of the completed value of a new building or major construction project,
with no coinsurance provisions. See section 2.6.
00 72 00 – PAGE 9 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
6. Pollution Liability: Required if work involves a pollution risk to the environment.
Coverage may be included in other required policies.
B. Industrial Insurance compliance (Workers’ Compensation): Contractor shall comply
with the Washington State Industrial Insurance Act and, if applicable, the Federal
Longshoremen’s and Harbor Workers’ Act and the Jones Act.
C. Insurance to protect for the following: All insurance coverages shall protect against
claims for damages for personal and bodily injury or death, as well as claims for
property damage, which may arise from operations in connection with the Work
whether such operations are by Contractor or any Subcontractor.
D. Owner as Additional Insured: Name the City of Renton as a Primary and Non‐
contributory Additional Insured on the policy (only applies to Commercial General,
Auto Liability, and Excess/Umbrella, when applicable).
E. Insurance certificate requirements and minimum limits may be waived or modified by
the Risk Manager or with Risk Manager approval.
2.2 COVERAGE LIMITS
Insurance amounts: The minimum coverage limits shall be as follows for applicable
required insurance:
A. Limits of General Liability shall not be less than $1,000,000 per each Occurrence;
including Personal Injury and Advertising Liability for Each Occurence and $2,000,000
Annual Aggregate.
B. $1,000,000 Combined Single Limit for Automobile Bodily Injury and Property Damage
Liability, Each Accident or Loss.
C. $1,000,000 for Professional Liability.
D. $1,000,000 for Pollution Liability.
E. The Owner does not represent that the minimum required insurance coverage or limits
00 72 00 – PAGE 10 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
are adequate to protect the vendor/contractor/consultant from all liabilities.
2.3 INSURANCE COVERAGE CERTIFICATES
A. Certificate required: Prior to commencement of the Work, Contractor shall furnish to
Owner a completed and acceptable certificate of insurance coverage showing all
required insurance coverage.
B. List Project info: All insurance certificates shall name Owner as the certificate holder.
The certificate holder should read:
CITY OF RENTON
ATTN: KELSEY TERNES, RISK MANAGER
1055 SOUTH GRADY WAY, RENTON, WA 98057
C. Cancellation provisions: The Owner shall be provided with written notice of any policy
cancellation within a minimum of two (2) business days of receipt of such notice by the
policy holder.
2.4 PAYMENT AND PERFORMANCE BONDS
Conditions for bonds: Payment and performance bonds for 100% of the Contract Award
Amount, plus state sales tax, shall be furnished for the Work, using the City of Renton
Contract Bond Form provided. Prior to execution of a Change Order that, cumulatively with
previous Change Orders, increases the Contract Award Amount by 15% or more, the
Contractor shall provide either new payment and performance bonds for the revised
Contract Sum, or riders to the existing payment and performance bonds increasing the
amount of the bonds. The Contractor shall likewise provide additional bonds or riders when
subsequent Change Orders increase the Contract Sum by 15% or more. No payment or
performance bond is required if the Contract Sum is $35,000 or less and Contractor agrees
that Owner may, in lieu of the bond, retain 50% of the Contract Sum for the period allowed
by RCW 39.08.010.
2.5 ALTERNATIVE SURETY
When alternative surety is required: Contractor shall promptly furnish payment and
performance bonds from an alternative surety as required to protect Owner and persons
00 72 00 – PAGE 11 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
supplying labor or materials required by the Contract Documents if:
A. Owner has a reasonable objection to the surety; or
B. Any surety fails to furnish reports on its financial condition if required by Owner.
2.6 BUILDER’S RISK
A. Contractor to buy Builders Risk Insurance: When the project involves substantial new
building construction, as determined by the Owner, Contractor shall purchase and
maintain Builders Risk insurance in the amount of the Contract Sum including all
Change Orders for the Work on a replacement cost basis until Substantial Completion.
For projects not involving New Building Construction, “Installation Floater” is an
acceptable substitute for the Builder’s Risk Insurance. The insurance shall cover the
interest of Owner, Contractor, and any Subcontractors, as their interests may appear.
B. Losses covered: Contractor property insurance shall be placed on an “all risk” basis
and insure against the perils of fire and extended coverage and physical loss or
damage including theft, vandalism, malicious mischief, collapse, false work, temporary
buildings, debris removal including demolition occasioned by enforcement of any
applicable legal requirements, and shall cover reasonable compensation for A/E’s
services and expenses required as a result of an insured loss.
C. Waiver of subrogation rights: Owner and Contractor waive all subrogation rights
against each other, any Subcontractors, A/E, A/E’s sub‐consultants, separate
contractors, if any, and any of their subcontractors, for damages caused by fire or
other perils to the extent covered by property insurance obtained pursuant to this
section or other property insurance applicable to the Work, except such rights as they
have to proceeds of such insurance held by Owner as fiduciary. The policies shall
provide such waivers of subrogation by endorsement or otherwise. A waiver of
subrogation shall be effective to a person or entity even though that person or entity
would otherwise have a duty of indemnification, contractual or otherwise, did not pay
the insurance premium directly or indirectly, and whether or not the person or entity
had an insurable interest in the property damaged.
PART 3 – TIME AND SCHEDULE
3.1 PROGRESS AND COMPLETION
00 72 00 – PAGE 12 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
Contractor to meet schedule: Contractor shall diligently prosecute the Work, with adequate
forces, achieve Substantial Completion within the Contract Time, and achieve Final
Completion within a reasonable period thereafter.
3.2 CONSTRUCTION SCHEDULE
A. Preliminary Progress Schedule: Unless otherwise provided in Division 1, Contractor
shall, within fourteen (14) calendar Days after issuance of the Notice to Proceed,
submit a preliminary Progress Schedule. The Progress Schedule shall show the
sequence in which Contractor proposes to perform the Work, and the dates on which
Contractor plans to start and finish major portions of the Work, including dates for
shop drawings and other submittals, and for acquiring materials and equipment.
1. The Schedule Duration shall be based on the Contract Time of Completion listed
on the Bid Form. The Owner shall not be obligated to accept any Early Completion
Schedule suggested by the Contractor. The Contract Time for Completion shall
establish the Schedule Completion Date.
2. If the Contractor feels that the work can be completed in less than the Specified
Contract Time, then the Surplus Time shall be considered Project Float. This Float
time shall be shown on the Project Schedule. It shall be available to accommodate
changes in the work and unforeseen conditions. Neither the Contractor nor the
Owner have exclusive right to this Float Time. It belongs to the project.
3. Form of Progress Schedule: Unless otherwise provided in Division 1, the Progress
Schedule shall be in the form of a bar chart, or a critical path method analysis, as
specified by Owner. The preliminary Progress Schedule may be general, showing
the major portions of the Work, with a more detailed Progress Schedule submitted
as directed by Owner.
4. Owner comments on Progress Schedule: Owner shall return comments on the
preliminary Progress Schedule to Contractor within 14 calendar Days of receipt.
Review by Owner of Contractor’s schedule does not constitute an approval or
acceptance of Contractor’s construction means, methods, or sequencing, or its
ability to complete the Work within the Contract Time. Contractor shall revise and
resubmit its schedule, as necessary. Owner may withhold a portion of progress
payments until a Progress Schedule has been submitted which meets the
requirements of this section.
5. Monthly updates and compliance with Progress Schedule: Contractor shall utilize
and comply with the Progress Schedule. On a monthly basis, or as otherwise
directed by Owner, Contractor shall submit an updated Progress Schedule at its
00 72 00 – PAGE 13 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
own expense to Owner indicating actual progress. If, in the opinion of Owner,
Contractor is not in conformance with the Progress Schedule for reasons other
than acts of Force Majeure as identified in Section 3.5, Contractor shall take such
steps as are necessary to bring the actual completion dates of its work activities
into conformance with the Progress Schedule, and if directed by Owner,
Contractor shall submit a corrective action plan or revise the Progress Schedule to
reconcile with the actual progress of the Work.
6. Contractor to notify Owner of delays: Contractor shall promptly notify Owner in
writing of any actual or anticipated event which is delaying or could delay
achievement of any milestone or performance of any critical path activity of the
Work. Contractor shall indicate the expected duration of the delay, the anticipated
effect of the delay on the Progress Schedule, and the action being or to be taken
to correct the problem. Provision of such notice does not relieve Contractor of its
obligation to complete the Work within the Contract Time.
3.3 OWNER’S RIGHT TO SUSPEND THE WORK FOR CONVENIENCE
A. Owner may suspend Work: Owner may, at its sole discretion, order Contractor, in
writing, to suspend all or any part of the Work for up to 90 Days, or for such longer
period as mutually agreed.
B. Compliance with suspension; Owner’s options: Upon receipt of a written notice
suspending the Work, Contractor shall immediately comply with its terms and take all
reasonable steps to minimize the incurrence of cost of performance directly attributable to such
suspension. Within a period up to 90 Days after the notice is delivered to Contractor, or within any
extension of that period to which the parties shall have agreed, Owner shall either:
1. Cancel the written notice suspending the Work; or
2. Terminate the Work covered by the notice as provided in the termination
provisions of Part 9.
C. Resumption of Work: If a written notice suspending the Work is cancelled or the
period of the notice or any extension thereof expires, Contractor shall resume Work.
D. Equitable Adjustment for suspensions: Contractor shall be entitled to an equitable
adjustment in the Contract Time, or Contract Sum, or both, for increases in the time
or cost of performance directly attributable to such suspension, provided Contractor
complies with all requirements set forth in Part 7.
00 72 00 – PAGE 14 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
3.4 OWNER’S RIGHT TO STOP THE WORK FOR CAUSE
A. Owner may stop Work for Contractor’s failure to perform: If Contractor fails or
refuses to perform its obligations in accordance with the Contract Documents, Owner
may order Contractor, in writing, to stop the Work, or any portion thereof, until
satisfactory corrective action has been taken.
B. No Equitable Adjustment for Contractor’s failure to perform: Contractor shall not be
entitled to an equitable adjustment in the Contract Time or Contract Sum for any
increased cost or time of performance attributable to Contractor’s failure or refusal to
perform or from any reasonable remedial action taken by Owner based upon such
failure.
3.5 DELAY
A. Force Majeure actions not a default; Force Majeure defined: Any delay in or failure of
performance by Owner or Contractor, other than the payment of money, shall not
constitute a default hereunder if and to the extent the cause for such delay or failure
of performance was unforeseeable and beyond the control of the party (“Force
Majeure”). Acts of Force Majeure include, but are not limited to:
1. Acts of God or the public enemy;
2. Acts or omissions of any government entity;
3. Fire or other casualty for which Contractor is not responsible;
4. Quarantine or epidemic;
5. Strike or defensive lockout;
6. Unusually severe weather conditions which could not have been reasonably
anticipated; and
7. Unusual delay in receipt of supplies or products which were ordered and
expedited and for which no substitute reasonably acceptable to Owner was
available.
B. Contract Time adjustment for Force Majeure: Contractor shall be entitled to an
equitable adjustment in the Contract Time for changes in the time of performance
directly attributable to an act of Force Majeure, provided it makes a request for
equitable adjustment according to Section 7.3. Contractor shall not be entitled to an
adjustment in the Contract Sum resulting from an act of Force Majeure.
C. Contract Time or Contract Sum adjustment if Owner at fault: Contractor shall be
00 72 00 – PAGE 15 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
entitled to an equitable adjustment in Contract Time, and may be entitled to an
equitable adjustment in Contract Sum, if the cost or time of Contractor’s performance
is changed due to the fault or negligence of Owner, provided the Contractor makes a
request according to Sections 7.2 and 7.3.
D. No Contract Time or Contract Sum adjustment if Contractor at fault: Contractor shall
not be entitled to an adjustment in Contract Time or in the Contract Sum for any delay
or failure of performance to the extent such delay or failure was caused by Contractor
or anyone for whose acts Contractor is responsible.
E. Contract Time adjustment only for concurrent fault: To the extent any delay or failure
of performance was concurrently caused by the Owner and Contractor, Contractor
shall be entitled to an adjustment in the Contract Time for that portion of the delay or
failure of performance that was concurrently caused, provided it makes a request for
equitable adjustment according to Section 7.3, but shall not be entitled to an
adjustment in Contract Sum.
F. Contractor to mitigate delay impacts: Contractor shall make all reasonable efforts to
prevent and mitigate the effects of any delay, whether occasioned by an act of Force Majeure
or otherwise.
3.6 NOTICE TO OWNER OF LABOR DISPUTES
A. Contractor to notify Owner of labor disputes: If Contractor has knowledge that any
actual or potential labor dispute is delaying or threatens to delay timely performance
in accordance with the Contract Documents, Contractor shall immediately give notice,
including all relevant information, to Owner.
B. Pass through notification provisions to Subcontractors: Contractor agrees to insert a
provision in its Subcontracts and to require insertion in all sub‐subcontracts, that in
the event timely performance of any such contract is delayed or threatened by delay
by any actual or potential labor dispute, the Subcontractor or Sub‐subcontractor shall
immediately notify the next higher tier Subcontractor or Contractor, as the case may
be, of all relevant information concerning the dispute.
3.7 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION
A. Liquidated Damages
1. Reason for Liquidated Damages: Timely performance and completion of the Work
is essential to Owner and time limits stated in the Contract Documents are of the
essence. Owner will incur serious and substantial damages if Substantial
00 72 00 – PAGE 16 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
Completion of the Work does not occur within the Contract Time. However, it
would be difficult if not impossible to determine the exact amount of such
damages. Consequently, provisions for liquidated damages are included in the
Contract Documents.
2. Calculation of Liquidated Damages amount: The liquidated damage amounts set
forth in the Contract Documents will be assessed not as a penalty, but as
liquidated damages for breach of the Contract Documents. This amount is fixed
and agreed upon by and between the Contractor and Owner because of the
impracticability and extreme difficulty of fixing and ascertaining the actual
damages the Owner would in such event sustain. This amount shall be construed
as the actual amount of damages sustained by the Owner, and may be retained by
the Owner and deducted from periodic payments to the Contractor.
3. Contractor responsible even if Liquidated Damages assessed: Assessment of
liquidated damages shall not release Contractor from any further obligations or
liabilities pursuant to the Contract Documents.
B. Actual Damages
Calculation of Actual Damages: Actual damages will be assessed for failure to achieve
Final Completion within the time provided. Actual damages will be calculated on the
basis of direct architectural, administrative, and other related costs attributable to the
Project from the date when Final Completion should have been achieved, based on
the date Substantial Completion is actually achieved, to the date Final Completion is
actually achieved. Owner may offset these costs against any payment due Contractor.
PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.1 DISCREPANCIES AND CONTRACT DOCUMENT REVIEW
A. Specifications and Drawings are basis of the Work: The intent of the Specifications
and Drawings is to describe a complete Project to be constructed in accordance with
the Contract Documents. Contractor shall furnish all labor, materials, equipment,
tools, transportation, permits, and supplies, and perform the Work required in
accordance with the Drawings, Specifications, and other provisions of the Contract
Documents.
B. Parts of the Contract Documents are complementary: The Contract Documents are
complementary. What is required by one part of the Contract Documents shall be
binding as if required by all. Anything mentioned in the Specifications and not shown
on the Drawings, or shown on the Drawings and not mentioned in the Specifications,
shall be of like effect as if shown or mentioned in both.
00 72 00 – PAGE 17 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
C. Contractor to report discrepancies in Contract Documents: Contractor shall carefully
study and compare the Contract Documents with each other and with information
furnished by Owner. If, during the performance of the Work, Contractor finds a
conflict, error, inconsistency, or omission in the Contract Documents, it shall promptly
and before proceeding with the Work affected thereby, report such conflict, error,
inconsistency, or omission to Owner in writing.
D. Contractor knowledge of discrepancy in documents – responsibility: Contractor shall
do no Work without applicable Drawings, Specifications, or written modifications, or
Shop Drawings where required, unless instructed to do so in writing by Owner. If
Contractor performs any construction activity, and it knows or reasonably should have
known that any of the Contract Documents contain a conflict, error, inconsistency, or
omission, Contractor shall be responsible for the performance and shall bear the cost for its
correction.
E. Contractor to perform Work implied by Contract Documents: Contractor shall provide
any work or materials the provision of which is clearly implied and is within the scope
of the Contract Documents even if the Contract Documents do not mention them
specifically.
F. Interpretation questions referred to Owner: Questions regarding interpretation of the
requirements of the Contract Documents shall be referred to the Owner.
4.2 PROJECT RECORD
A. Contractor to maintain Project Record Drawings and Specifications: Contractor shall
legibly mark in ink on a separate set of the Drawings and Specifications all actual
construction, including horizontal and vertical locations of sub‐structural materials
referenced to permanent visible and accessible surface improvements, field changes
of dimensions and details, actual suppliers, manufacturers and trade names, models
of installed equipment, and Change Order Proposals (COP). This separate set of
Drawings and Specifications shall be the “Project Record.”
B. Update Project Record weekly and keep on site: The Project Record shall be
maintained on the project site throughout the construction and shall be clearly
labeled “PROJECT RECORD.” The Project Record shall be updated at least weekly
noting all changes and shall be available to Owner at all times.
C. Final Project Record to Owner before Final Acceptance: Contractor shall submit the
completed and finalized Project Record to Owner prior to Final Acceptance
00 72 00 – PAGE 18 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
4.3 SHOP DRAWINGS
A. Definition of Shop Drawings: “Shop Drawings” means documents and other
information required to be submitted to Owner by Contractor pursuant to the
Contract Documents, showing in detail: the proposed fabrication and assembly of
structural elements; and the installation (i.e. form, fit, and attachment details) of
materials and equipment. Shop Drawings include, but are not limited to, drawings,
diagrams, layouts, schematics, descriptive literature, illustrations, schedules,
performance and test data, samples, and similar materials furnished by Contractor to
explain in detail specific portions of the Work required by the Contract Documents.
For materials and equipment to be incorporated into the Work, Contractor submittal
shall include the name of the manufacturer, the model number, and other information
concerning the performance, capacity, nature, and rating of the item. When directed,
Contractor shall submit all samples at its own expense. Owner may duplicate, use, and
disclose Shop Drawings provided in accordance with the Contract Documents.
B. Approval of Shop Drawings by Contractor and A/E: Contractor shall coordinate all
Shop Drawings, and review them for accuracy, completeness, and compliance with the
Contract Documents and shall indicate its approval thereon as evidence of such
coordination and review. Where required by law, Shop Drawings shall be stamped by
an appropriate professional licensed by the City of Renton. Shop Drawings submitted
to A/E without evidence of Contractor’s approval shall be returned for resubmission.
Contractor shall review, approve, and submit Shop Drawings with reasonable
promptness and in such sequence as to cause no delay in the Work or in the activities
of Owner or separate contractors. Contractor’s submittal schedule shall allow a
reasonable time for A/E review. A/E will review, approve, or take other appropriate
action on the Shop Drawings. Contractor shall perform no portion of the Work
requiring submittal and review of Shop Drawings until the respective submittal has
been reviewed and the A/E has approved or taken other appropriate action. A/E shall
respond to Shop Drawing submittals with reasonable promptness. Any Work by
Contractor shall be in accordance with reviewed Shop Drawings. Submittals made by
Contractor which are not required by the Contract Documents may be returned
without action.
C. Contractor not relieved of responsibility when Shop Drawings approved: Approval, or
other appropriate action with regard to Shop Drawings, A/E shall not relieve
Contractor of responsibility for any errors or omissions in such Shop Drawings, nor
from responsibility for compliance with the requirements of the Contract Documents.
Unless specified in the Contract Documents, review by A/E shall not constitute an
approval of the safety precautions employed by Contractor during construction, or
constitute an approval of Contractor’s means or methods of construction. If
Contractor fails to obtain approval before installation and the item or work is
subsequently rejected, Contractor shall be responsible for all costs of correction.
00 72 00 – PAGE 19 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
D. Variations between Shop Drawings and Contract Documents: If Shop Drawings show
variations from the requirements of the Contract Documents, Contractor shall
describe such variations in writing, separate from the Shop Drawings, at the time it
submits the Shop Drawings containing such variations. If A/E approves any such
variation, an appropriate Change Order will be issued. If the variation is minor and
does not involve an adjustment in the Contract Sum or Contract Time, a Change Order
need not be issued; however, the modification shall be recorded upon the Project
Record.
E. Contractor to submit electronic files of Shop Drawings: Unless otherwise provided in
Division 1, Contractor shall submit to Owner for approval electronic files of all Shop Drawings.
Unless otherwise indicated, a reviewed electronic file shall be returned to Contractor.
4.4 ORGANIZATION OF SPECIFICATIONS
Specification organization by trade: Specifications are prepared in sections which conform
generally to trade practices. These sections are for Owner and Contractor convenience and
shall not control Contractor in dividing the Work among the Subcontractors or in
establishing the extent of the Work to be performed by any trade.
4.5 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS
A. The City/Owner not Contractor, owns Copyright of Drawings and Specifications: The
Drawings, Specifications, and other documents prepared by A/E are instruments of
A/E’s contracted service to the City through which the Work to be executed by
Contractor is described. Neither Contractor nor any Subcontractor shall own or claim a
copyright in the Drawings, Specifications, and other documents prepared by A/E, and
A/E shall be deemed the author of them and will, along with any rights of Owner,
retain all common law, statutory, and other reserved rights, in addition to the
copyright. All copies of these documents, except Contractor’s set, shall be returned or
suitably accounted for to A/E, on request, upon completion of the Work.
B. Drawings and Specifications to be used only for this Project: The Drawings,
Specifications, and other documents prepared by the A/E, and copies thereof
furnished to Contractor, are for use solely with respect to this Project. They are not to
be used by Contractor or any Subcontractor on other projects or for additions to this
Project outside the scope of the Work without the specific written consent of Owner
and A/E. Contractor and Subcontractors are granted a limited license to use and
reproduce applicable portions of the Drawings, Specifications, and other documents
prepared by A/E appropriate to and for use in the execution of their Work.
00 72 00 – PAGE 20 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
C. Shop Drawing license granted to Owner: Contractor and all Subcontractors grant a
non‐ exclusive license to Owner, without additional cost or royalty, to use for its own
purposes (including reproduction) all Shop Drawings, together with the information
and diagrams contained therein, prepared by Contractor or any Subcontractor. In
providing Shop Drawings, Contractor and all Subcontractors warrant that they have
authority to grant to Owner a license to use the Shop Drawings, and that such license
is not in violation of any copyright or other intellectual property right. Contractor
agrees to defend and indemnify Owner pursuant to the indemnity provisions in
Section 5.3 and 5.20 from any violations of copyright or other intellectual property rights
arising out of Owner’s use of the Shop Drawings hereunder, or to secure for Owner, at
Contractor’s own cost, licenses in conformity with this section.
D. Shop Drawings to be used only for this Project: The Shop Drawings and other
submittals prepared by Contractor, Subcontractors of any tier, or its or their
equipment or material suppliers, and copies thereof furnished to Contractor, are for
use solely with respect to this Project. They are not to be used by Contractor or any
Subcontractor of any tier, or material or equipment supplier, on other projects or for
additions to this Project outside the scope of the Work without the specific written
consent of Owner. The Contractor, Subcontractors of any tier, and material or
equipment suppliers are granted a limited license to use and reproduce applicable
portions of the Shop Drawings and other submittals appropriate to and for use in the
execution of their Work under the Contract Documents.
PART 5 – PERFORMANCE
5.1 CONTRACTOR CONTROL AND SUPERVISION
A. Contractor responsible for Means and Methods of construction: Contractor shall
supervise and direct the Work, using its best skill and attention, and shall perform the
Work in a skillful manner. Contractor shall be solely responsible for and have control
over construction means, methods, techniques, sequences, and procedures and for
coordinating all portions of the Work, unless the Contract Documents give other
specific instructions concerning these matters. Contractor shall disclose its means and
methods of construction when requested by Owner.
B. Competent Superintendent required: Performance of the Work shall be directly
supervised by a competent superintendent who has authority to act for Contractor.
The superintendent must be satisfactory to the Owner and shall not be changed
without the prior written consent of Owner. Owner may require Contractor to remove
the superintendent from the Work or Project site, if Owner reasonably deems the
superintendent incompetent, careless, or otherwise objectionable, provided Owner
has first notified Contractor in writing and allowed a reasonable period for transition.
00 72 00 – PAGE 21 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
C. Contractor responsible for acts and omissions of self and agents: Contractor shall be
responsible to Owner for acts and omissions of Contractor, Subcontractors, and their
employees and agents.
D. Contractor to employ competent and disciplined workforce: Contractor shall enforce
strict discipline and good order among all of the Contractor’s employees and other
persons performing the Work. Contractor shall not permit employment of persons not
skilled in tasks assigned to them. Contractor’s employees shall at all times conduct
business in a manner which assures fair, equal, and nondiscriminatory treatment of all
persons. Owner may, by written notice, request Contractor to remove from the Work
or Project site any employee Owner reasonably deems incompetent, careless, or
otherwise objectionable.
E. Contractor to keep project documents on site: Contractor shall keep on the Project site
a copy of the Drawings, Specifications, addenda, reviewed Shop Drawings, and permits
and permit drawings.
F. Contractor to comply with ethical standards: Contractor shall ensure that its owner(s)
and employees, and those of its Subcontractors, comply with the Ethics in Public
Service Act RCW 42.52, which, among other things, prohibits state employees from
having an economic interest in any public works contract that was made by, or
supervised by, that employee. Contractor shall remove, at its sole cost and expense,
any of its, or its Subcontractors’ employees, if they are in violation of this act.
5.2 PERMITS, FEES, AND NOTICES
A. Permits: Owner will obtain and pay for the Land Use Permit, General Building Permit,
Civil Construction Permit and Signage permit. All other permits and fees required to
execute the work shall be obtained and paid for by the Contractor. Prior to Final
Acceptance, the approved, signed permits shall be delivered to Owner.
B. Contractor to comply with all applicable laws: Contractor shall comply with and give
notices required by all federal, state, and local laws, ordinances, rules, regulations,
and lawful orders of public authorities applicable to performance of the Work.
5.3 PATENTS AND ROYALTIES
Payment, indemnification, and notice: Contractor is responsible for, and shall pay, all
royalties and license fees. Contractor shall defend, indemnify, and hold Owner harmless from
any costs, expenses, and liabilities arising out of the infringement by Contractor of any patent,
copyright, or other intellectual property right used in the Work; however, provided that
Contractor gives prompt notice, Contractor shall not be responsible for such defense or
00 72 00 – PAGE 22 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
indemnity when a particular design, process, or product of a particular manufacturer or
manufacturers is required by the Contract Documents. If Contractor has reason to believe
that use of the required design, process, or product constitutes an infringement of a patent
or copyright, it shall promptly notify Owner of such potential infringement.
5.4 PREVAILING WAGES
A. Contractor to pay Prevailing Wages: Contractor shall pay the prevailing rate of wages
to all workers, laborers, or mechanics employed in the performance of any part of the
Work in accordance with RCW 39.12 and the rules and regulations of the Washington
Department of Labor and Industries or the federal Davis‐Bacon Act Prevailing Wage
Rates, as amended (40 U.S.C. 3141 – 3148); whichever is the greater. The schedule of
prevailing wage rates for the locality or localities of the Work, is determined by the
Industrial Statistician of the Department of Labor and Industries. The State of
Washington prevailing wage rates applicable for this public works project, which is in
King County, may be found at the following website address of the Department of
Labor and Industries: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates.
Pursuant to WAC 296‐127‐011, the applicable effective date for prevailing wage rates
paid for the duration of this contract shall be the date final bid proposals for the
services were due to be submitted.
Upon request, the City will provide a copy of the applicable prevailing wages for this project.
Alternatively, the rates may be viewed at the City of Renton City Hall by making an
appointment with the contact person identified herein or prior to contract award with
the contact person identified in the solicitation for bids.
B. Statement of Intent to Pay Prevailing Wages: Before payment is made by the Owner
to the Contractor for any work performed by the Contractor and subcontractors
whose work is included in the application for payment, the Contractor shall submit, or
shall have previously submitted to the Owner for the Project, a Statement of Intent to
Pay Prevailing Wages, approved by the Department of Labor and Industries, certifying
the rate of hourly wage paid and to be paid each classification of laborers, workers, or
mechanics employed upon the Work by Contractor and Subcontractors. Such rates of
hourly wage shall not be less than the prevailing wage rate.
C. Affidavit of Wages Paid: Prior to release of retainage, the Contractor shall submit to
the Owner an Affidavit of Wages Paid, approved by the Department of Labor and
Industries, for the Contractor and every subcontractor, of any tier, that performed
work on the Project.
D. Disputes: Disputes regarding prevailing wage rates shall be referred for arbitration to
00 72 00 – PAGE 23 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
the Director of the Department of Labor and Industries. The arbitration decision shall
be final and conclusive and binding on all parties involved in the dispute as provided
for by RCW 39.12.060.
E. Statement with pay application; Post Statements of Intent at job site: Each
Application for Payment submitted by Contractor shall state that prevailing wages
have been paid in accordance with the pre‐filed statement(s) of intent, as approved. Copies
of the approved intent statement(s) shall be posted on the job site with the address and
telephone number of the Industrial Statistician of the Department of Labor and Industries
where a complaint or inquiry concerning prevailing wages may be made.
F. Contractor to pay for Statements of Intent and Affidavits: In compliance with chapter
296‐127 WAC, Contractor shall pay to the Department of Labor and Industries the
currently established fee(s) for each statement of intent and/or affidavit of wages paid
submitted to the Department of Labor and Industries for certification.
G. Certified Payrolls: Consistent with WAC 296‐127‐320, the Contractor and any
subcontractor shall submit a certified copy of payroll records if requested.
5.5 HOURS OF LABOR
A. Overtime: Contractor shall comply with all applicable provisions of RCW 49.28 and
they are incorporated herein by reference. Pursuant to that statute, no laborer,
worker, or mechanic employed by Contractor, any Subcontractor, or any other person
performing or contracting to do the whole or any part of the Work, shall be permitted
or required to work more than eight hours in any one calendar day, provided, that in
cases of extraordinary emergency, such as danger to life or property, the hours of
work may be extended, but in such cases the rate of pay for time employed in excess
of eight hours of each calendar day shall be not less than one and one‐half times the
rate allowed for this same amount of time during eight hours of service.
B. 4‐10 Agreements: Notwithstanding the preceding paragraph, RCW 49.28 permits a
contractor or subcontractor in any public works contract subject to those provisions,
to enter into an agreement with its employees in which the employees work up to ten
hours in a calendar day. No such agreement may provide that the employees work
ten‐ hour days for more than four calendar days a week. Any such agreement is
subject to approval by the employees. The overtime provisions of RCW 49.28 shall not
apply to the hours, up to forty hours per week, worked pursuant to any such
agreement.
00 72 00 – PAGE 24 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5.6 NONDISCRIMINATION
A. Discrimination prohibited by applicable laws: The Contractor and all Subcontractors
shall comply with all applicable federal and state non‐discrimination laws, regulations, and
policies and the City of Renton Summary of Fair Practices Policy Adopted by Resolution
4085. No person shall, on the grounds of age, race, creed, color, sex, sexual orientation,
religion, national origin, marital status, honorably discharged veteran or military status, or
disability (physical, mental, or sensory) be denied the benefits of, or otherwise be subjected to
discrimination under any project, program, or activity, funded, in whole or in part, under this
Agreement.
B. During performance of the Work:
1. Protected Classes: Contractor shall not discriminate against any employee or
applicant for employment because of race, creed, color, national origin, sex, age,
marital status, or the presence of any physical, sensory, or mental disability,
Vietnam era veteran status, or disabled veteran status, nor commit any other
unfair practices as defined in RCW 49.60.
2. Advertisements to state nondiscrimination: Contractor shall, in all solicitations or
advertisements for employees placed by or for it, state that all qualified applicants
will be considered for employment, without regard to race, creed, color, national
origin, sex, age, marital status, or the presence of any physical, sensory, or mental
disability.
3. Contractor to notify unions and others of nondiscrimination: Contractor shall send
to each labor union, employment agency, or representative of workers with which
it has a collective bargaining agreement or other contract or understanding, a
notice advising the labor union, employment agency, or workers’ representative of
Contractor’s obligations according to the Contract Documents and RCW 49.60.
4. Owner and State access to Contractor records: Contractor shall permit access to
its books, records, and accounts, and to its premises by Owner, and by the
Washington State Human Rights Commission, for the purpose of investigation to
ascertain compliance with this section of the Contract Documents.
5. Pass through provisions to Subcontractors: Contractor shall include the provisions
of this section in every Subcontract.
00 72 00 – PAGE 25 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5.7 SAFETY PRECAUTIONS
A. In performing this contract, the Contractor shall provide for protecting the lives and
health of employees and other persons; preventing damage to property, materials,
supplies, and equipment; and avoid work interruptions. For these purposes, the
Contractor shall:
1. Follow Washington Industrial Safety and Health Act (WISHA) regional directives
and provide a site‐specific safety program that will require an accident
prevention and hazard analysis plan for the contractor and each subcontractor
on the work site. The Contractor shall submit a site‐specific safety plan to the
Owner’s representative prior to the initial scheduled construction meeting.
2. Provide adequate safety devices and measures including, but not limited to, the
appropriate safety literature, notice, training, permits, placement and use of
barricades, signs, signal lights, ladders, scaffolding, staging, runways, hoist,
construction elevators, shoring, temporary lighting, grounded outlets, wiring,
hazardous materials, vehicles, construction processes, and equipment required
by all applicable state, federal, and local laws and regulations.
3. Comply with the State Environmental Policy Act (SEPA), Clean Air Act, Shoreline
Management Act, and other applicable federal, state, and local statutes and
regulations dealing with the prevention of environmental pollution and the
preservation of public natural resources.
4. Post all permits, notices, and/or approvals in a conspicuous location at the
construction site.
B. Provide any additional measures that the Owner determines to be reasonable and
necessary for ensuring a safe environment in areas open to the public. Nothing in this
part shall be construed as imposing a duty upon the Owner or A/E to prescribe safety
conditions relating to employees, public, or agents of the Contractors.
C. Contractor safety responsibilities: In carrying out its responsibilities according to the
Contract Documents, Contractor shall protect the lives and health of employees
performing the Work and other persons who may be affected by the Work; prevent
damage to materials, supplies, and equipment whether on site or stored off‐site; and
prevent damage to other property at the site or adjacent thereto. Contractor shall
comply with all applicable laws, ordinances, rules, regulations, and orders of any
public body having jurisdiction for the safety of persons or property or to protect
them from damage, injury, or loss; shall erect and maintain all necessary safeguards
00 72 00 – PAGE 26 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
for such safety and protection; and shall notify owners of adjacent property and
utilities when prosecution of the Work may affect them.
D. Contractor to maintain safety records: Contractor shall maintain an accurate record of
exposure data on all incidents relating to the Work resulting in death, traumatic injury,
occupational disease, or damage to property, materials, supplies, or equipment.
Contractor shall immediately report any such incident to Owner. Owner shall, at all
times, have a right of access to all records of exposure.
E. Contractor to provide HazMat training: Contractor shall provide all persons working
on the Project site with information and training on hazardous chemicals in their work
at the time of their initial assignment, and whenever a new hazard is introduced into
their work area.
1. Information. At a minimum, Contractor shall inform persons working on the
Project site of:
a. WAC: The requirements of chapter 296‐62 WAC, General Occupational Health
Standards;
b. Presence of hazardous chemicals: Any operations in their work area where
hazardous chemicals are present; and
c. Hazard communications program: The location and availability of written
hazard communication programs, including the required list(s) of hazardous
chemicals and material safety data sheets required by chapter 296‐62 WAC.
2. Training. At a minimum, Contractor shall provide training for persons working on
the Project site which includes:
a. Detecting hazardous chemicals: Methods and observations that may be used
to detect the presence or release of a hazardous chemical in the work area
(such as monitoring conducted by the employer, continuous monitoring
devices, visual appearance or odor of hazardous chemicals when being
released, etc.);
b. Hazards of chemicals: The physical and health hazards of the chemicals in the
work area;
c. Protection from hazards: The measures such persons can take to protect
themselves from these hazards, including specific procedures Contractor, or its
Subcontractors, or others have implemented to protect those on the Project
site from exposure to hazardous chemicals, such as appropriate work practices,
00 72 00 – PAGE 27 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
emergency procedures, and personal protective equipment to be used; and
d. Hazard communications program: The details of the hazard communications
program developed by Contractor, or its Subcontractors, including an explanation of
the labeling system and the material safety data sheet, and how employees can obtain
and use the appropriate hazard information.
F. Hazardous, toxic or harmful substances: Contractor’s responsibility for hazardous,
toxic, or harmful substances shall include the following duties:
1. Illegal use of dangerous substances: Contractor shall not keep, use, dispose,
transport, generate, or sell on or about the Project site, any substances now or
hereafter designated as, or which are subject to regulation as, hazardous, toxic,
dangerous, or harmful by any federal, state or local law, regulation, statute or
ordinance (hereinafter collectively referred to as “hazardous substances”), in
violation of any such law, regulation, statute, or ordinance, but in no case shall any
such hazardous substance be stored more than 90 Days on the Project site.
2. Contractor notifications of spills, failures, inspections, and fines: Contractor shall
promptly notify Owner of all spills or releases of any hazardous substances which
are otherwise required to be reported to any regulatory agency and pay the cost
of cleanup. Contractor shall promptly notify Owner of all failures to comply with
any federal, state, or local law, regulation, or ordinance; all inspections of the
Project site by any regulatory entity concerning the same; all regulatory orders or
fines; and all responses or interim cleanup actions taken by or proposed to be
taken by any government entity or private party on the Project site.
G. Public safety and traffic: All Work shall be performed with due regard for the safety of
the public. Contractor shall perform the Work so as to cause a minimum of
interruption of vehicular traffic or inconvenience to pedestrians. All arrangements to
care for such traffic shall be Contractor’s responsibilities. All expenses involved in the
maintenance of traffic by way of detours shall be borne by Contractor.
H. Contractor to act in an emergency: In an emergency affecting the safety of life or the
Work or of adjoining property, Contractor is permitted to act, at its discretion, to
prevent such threatened loss or injury, and Contractor shall so act if so authorized or
instructed.
I. No duty of safety by Owner or A/E: Nothing provided in this section shall be construed
as imposing any duty upon Owner or A/E with regard to, or as constituting any express
or implied assumption of control or responsibility over, Project site safety, or over any
other safety conditions relating to employees or agents of Contractor or any of its
Subcontractors, or the public.
00 72 00 – PAGE 28 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5.8 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS
A. Limited storage areas: Contractor shall confine all operations, including storage of
materials, to Owner‐approved areas.
B. Temporary buildings and utilities at Contractor expense: Temporary buildings (e.g.,
storage sheds, shops, offices) and utilities may be provided by Contractor only with
the consent of Owner and without expense to Owner. The temporary buildings and
utilities shall be removed by Contractor at its expense upon completion of the Work.
C. Roads and vehicle loads: Contractor shall use only established roadways or temporary
roadways authorized by Owner. When materials are transported in prosecuting the
Work, vehicles shall not be loaded beyond the loading capacity recommended by the
manufacturer of the vehicle or prescribed by federal, state, or local law or regulation.
D. Ownership and reporting by Contractor of demolished materials: Ownership and
control of all materials or facility components to be demolished or removed from the
Project site by Contractor shall immediately vest in Contractor upon severance of the
component from the facility or severance of the material from the Project site.
Contractor shall be responsible for compliance with all laws governing the storage and
ultimate disposal. Contractor shall provide Owner with a copy of all manifests and
receipts evidencing proper disposal when required by Owner or applicable law.
E. Contractor responsible for care of materials and equipment on‐site: Contractor shall
be responsible for the proper care and protection of its materials and equipment
delivered to the Project site. Materials and equipment may be stored on the premises
subject to approval of the Owner. When Contractor uses any portion of the Project
site as a shop, Contractor shall be responsible for any repairs, patching, or cleaning
arising from such use.
F. Contractor responsible for loss of materials and equipment: Contractor shall protect
and be responsible for any damage or loss to the Work, or to the materials or
equipment until the date of Substantial Completion, and shall repair or replace
without cost to Owner any damage or loss that may occur, except damages or loss
caused by the acts or omissions of Owner. Contractor shall also protect and be
responsible for any damage or loss to the Work, or to the materials or equipment,
after the date of Substantial Completion, and shall repair or replace without cost to
Owner any such damage or loss that might occur, to the extent such damages or loss
are caused by the acts or omissions of Contractor, or any Subcontractor.
00 72 00 – PAGE 29 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5.9 PRIOR NOTICE OF EXCAVATION
A. Excavation defined; Use of locator services: “Excavation” means an operation in
which earth, rock, or other material on or below the ground is moved or otherwise
displaced by any means, except the tilling of soil less than 12 inches in depth for
agricultural purposes, or road ditch maintenance that does not change the original
road grade or ditch flow line. Before commencing any excavation, Contractor shall
provide notice of the scheduled commencement of excavation to all owners of
underground facilities or utilities, through locator services.
5.10 UNFORESEEN PHYSICAL CONDITIONS
A. Notice requirement for concealed or unknown conditions: If Contractor encounters
conditions at the site which are subsurface or otherwise concealed physical conditions
which differ materially from those indicated in the Contract Documents, or unknown
physical conditions of an unusual nature which differ materially from those ordinarily
found to exist and generally recognized as inherent in construction activities of the
character provided for in the Contract Documents, then Contractor shall give written
notice to Owner promptly and in no event later than 7 Days after the first observance
of the conditions. Conditions shall not be disturbed prior to such notice.
B. Adjustment in Contract Time and Contract Sum: If such conditions differ materially
and cause a change in Contractor’s cost of, or time required for, performance of any
part of the Work, the Contractor may be entitled to an equitable adjustment in the
Contract Time or Contract Sum, or both, provided it makes a request therefore as
provided in Part 7.
5.11 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES AND
IMPROVEMENTS
A. Contractor to protect and repair property: Contractor shall protect from damage all existing
structures, equipment, improvements, utilities, and vegetation: at or near the Project site.
Contractor shall repair any damage resulting from failure to comply with the requirements of
the Contract Documents or failure to exercise reasonable care in performing the Work. If
Contractor fails or refuses to repair the damage promptly, Owner may have the necessary
work performed and charge the cost to Contractor.
5.12 LAYOUT OF WORK
A. Advanced planning of the Work: Contractor shall plan and lay out the Work in
00 72 00 – PAGE 30 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
advance of operations so as to coordinate all work without delay or revision.
B. Layout responsibilities: Contractor shall lay out the Work from Owner‐established
baselines and bench marks indicated on the Drawings, and shall be responsible for all
field measurements about the layout. Contractor shall furnish, at its own expense, all
stakes, templates, platforms, equipment, tools, materials, and labor required to lay
out any part of the Work. Contractor shall be responsible for executing the Work to
the lines and grades that may be established. Contractor shall be responsible for
maintaining or restoring all stakes and other marks established.
5.13 MATERIAL AND EQUIPMENT
A. Contractor to provide new and equivalent equipment and materials: All equipment,
material, and articles incorporated into the Work shall be new and of the most suitable
grade for the purpose intended, unless otherwise specifically provided in the Contract
Documents. References in the Specifications to equipment, material, articles, or patented
processes by trade name, make, or catalog number, shall be regarded as establishing a
standard quality and shall not be construed as limiting competition. Contractor may, at its
option, use any equipment, material, article, or process that, in the judgment of A/E, is
equal to that named in the specifications, unless otherwise specifically provided in the
Contract Documents.
B. Contractor responsible for fitting parts together: Contractor shall do all cutting,
fitting, or patching that may be required to make its several parts fit together
properly, or receive or be received by work of others set forth in, or reasonably
implied by, the Contract Documents. Contractor shall not endanger any work by
cutting, excavating, or otherwise altering the Work and shall not cut or alter the work
of any other contractor unless approved in advance by Owner.
C. Owner may reject defective Work: Should any of the Work be found defective, or in
any way not in accordance with the Contract Documents, this work, in whatever stage
of completion, may be rejected by Owner.
5.14 AVAILABILITY AND USE OF UTILITY SERVICES
A. Owner to provide and charge for utilities: Owner shall make all reasonable utilities
available to Contractor from existing outlets and supplies, as specified in the Contract
Documents, at no cost to the Contractor.
5.15 TESTS AND INSPECTION
A. Contractor to provide for all testing and inspection of Work: Contractor shall maintain
an adequate testing and inspection program and perform such tests and inspections
00 72 00 – PAGE 31 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
as are necessary or required to ensure that the Work conforms to the requirements of
the Contract Documents. Contractor shall be responsible for inspection and quality
surveillance of all its Work and all Work performed by any Subcontractor. Unless
otherwise provided, Contractor shall make arrangements for such tests, inspections,
and approvals with an independent testing laboratory or entity acceptable to Owner,
or with the appropriate public authority, and shall bear all related costs of tests,
inspections, and approvals. Contractor shall give Owner timely notice of when and
where tests and inspections are to be made. Contractor shall maintain complete
inspection records and make them available to Owner.
B. Owner may conduct tests and inspections: Owner may, at any reasonable time,
conduct such inspections and tests as it deems necessary to ensure that the Work is in
accordance with the Contract Documents. Owner shall promptly notify Contractor if
an inspection or test reveals that the Work is not in accordance with the Contract
Documents. Unless the subject items are expressly accepted by Owner, such Owner
inspection and tests are for the sole benefit of Owner and do not:
1. Constitute or imply acceptance;
2. Relieve Contractor of responsibility for providing adequate quality control
measures;
3. Relieve Contractor of responsibility for risk of loss or damage to the Work,
materials, or equipment;
4. Relieve Contractor of its responsibility to comply with the requirements of the
Contract Documents; or
5. Impair Owner’s right to reject defective or nonconforming items, or to avail itself
of any other remedy to which it may be entitled.
C. Inspections or inspectors do not modify Contract Documents: Neither observations by
an inspector retained by Owner, the presence or absence of such inspector on the
site, nor inspections, tests, or approvals by others, shall relieve Contractor from any
requirement of the Contract Documents, nor is any such inspector authorized to
change any term or condition of the Contract Documents.
D. Contractor responsibilities on inspections: Contractor shall promptly furnish, without
additional charge, all facilities, labor, material and equipment reasonably needed for
performing such safe and convenient inspections and tests as may be required by
Owner. Owner may charge Contractor any additional cost of inspection or testing
when Work is not ready at the time specified by Contractor for inspection or testing,
or when prior rejection makes re‐inspection or retest necessary. Owner shall perform
00 72 00 – PAGE 32 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
its inspections and tests in a manner that will cause no undue delay in the Work.
5.16 CORRECTION OF NONCONFORMING WORK
A. Work covered by Contractor without inspection: If a portion of the Work is covered
contrary to the requirements in the Contract Documents, it must, if required in writing
by Owner, be uncovered for Owner’s observation and be replaced at the Contractor’s
expense and without change in the Contract Time.
B. Payment provisions for uncovering covered Work: If, at any time prior to Final
Completion, Owner desires to examine the Work, or any portion of it, which has been
covered, Owner may request to see such Work and it shall be uncovered by
Contractor. If such Work is in accordance with the Contract Documents, the
Contractor shall be entitled to an adjustment in the Contract Sum for the costs of
uncovering and replacement, and, if completion of the Work is thereby delayed, an
adjustment in the Contract Time, provided it makes such a request as provided in Part
7. If such Work is not in accordance with the Contract Documents, the Contractor shall
pay the costs of examination and reconstruction.
C. Contractor to correct and pay for non‐conforming Work: Contractor shall promptly
correct Work found by Owner not to conform to the requirements of the Contract
Documents, whether observed before or after Substantial Completion and whether or
not fabricated, installed, or completed. Contractor shall bear all costs of correcting
such nonconforming Work, including additional testing and inspections.
D. Contractor’s compliance with warranty provisions: If, within one year after the date of Final
Completion of the Work or designated portion thereof, or within one year after the date for
commencement of any system warranties established under Section 5.20, or within the terms
of any applicable special warranty required by the Contract Documents, any of the Work is
found to be not in accordance with the requirements of the Contract Documents, Contractor
shall correct it promptly after receipt of written notice from Owner to do so. Owner shall give
such notice promptly after discovery of the condition. This period of one year shall be
extended, with respect to portions of Work first performed after Final Completion, by the
period of time between Final Completion and the actual performance of the Work.
Contractor’s duty to correct with respect to Work repaired or replaced shall run for one year
from the date of repair or replacement. Obligations under this paragraph shall survive Final
Completion.
E. Contractor to remove non‐conforming Work: Contractor shall remove from the
Project site portions of the Work which are not in accordance with the requirements
of the Contract Documents and are neither corrected by Contractor nor accepted by
Owner.
00 72 00 – PAGE 33 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
F. Owner may charge Contractor for non‐conforming Work: If Contractor fails to correct
nonconforming Work within a reasonable time after written notice to do so, Owner
may replace, correct, or remove the nonconforming Work and charge the cost thereof to the
Contractor.
G. Contractor to pay for damaged Work during correction: Contractor shall bear the cost
of correcting destroyed or damaged Work, whether completed or partially completed,
caused by Contractor’s correction or removal of Work which is not in accordance with
the requirements of the Contract Documents.
H. No Period of limitation on other requirements: Nothing contained in this section shall
be construed to establish a period of limitation with respect to other obligations which
Contractor might have according to the Contract Documents. Establishment of the
time period of one year as described in Section 5.15D relates only to the specific
obligation of Contractor to correct the Work, and has no relationship to the time
within which the Contractor’s obligation to comply with the Contract Documents may
be sought to be enforced, including the time within which such proceedings may be
commenced.
I. Owner may accept non‐conforming Work and charge Contractor: If Owner prefers to
accept Work which is not in accordance with the requirements of the Contract
Documents, Owner may do so instead of requiring its removal and correction, in which
case the Contract Sum may be reduced as appropriate and equitable.
5.17 CLEAN UP
Contractor to keep site clean and leave it clean: Contractor shall at all times keep the
Project site, including hauling routes, infrastructures, utilities, and storage areas, free from
accumulations of waste materials. Before completing the Work, Contractor shall remove
from the premises its rubbish, tools, scaffolding, equipment, and materials.
Upon completing the Work, Contractor shall leave the Project site in a clean, neat, and
orderly condition satisfactory to Owner. If Contractor fails to clean up as provided herein,
and after reasonable notice from Owner, Owner may do so and the cost thereof shall be
charged to Contractor.
5.18 ACCESS TO WORK
Owner and A/E access to Work site: Contractor shall provide Owner and A/E access to the
Work in progress wherever located.
00 72 00 – PAGE 34 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5.19 SUBCONTRACTORS AND SUPPLIERS
A. Subcontractor Responsibility: The Contractor shall include the language of this
paragraph in each of its first‐tier subcontracts, and shall require each of its
subcontractors to include the same language of this section in each of their
subcontracts, adjusting only as necessary the terms used for the contracting parties.
Upon request of the Owner, the Contractor shall promptly provide documentation to
the Owner demonstrating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this paragraph apply to all
subcontractors regardless of tier. At the time of subcontract execution, the Contractor
shall verify that each of its first‐tier subcontractors meets the following bidder
responsibility criteria:
1. Have a current certificate of registration as a contractor in compliance with
chapter 18.27 RCW, which must have been in effect at the time of subcontract bid
submittal;
2. Have a current Washington Unified Business Identifier (UBI) number;
3. If applicable, have:
a. Industrial Insurance (workers’ compensation) coverage for the subcontractor’s
employees working in Washington, as required in Title 51 RCW;
b. A Washington Employment Security Department number, as required in Title
50 RCW;
c. A Washington Department of Revenue state excise tax registration number, as
required in Title 82 RCW;
d. An electrical contractor license, if required by Chapter 19.28 RCW;
4. Not be disqualified from bidding on any public works contract under
RCW 39.06.010 or 39.12.065 (3).
5. On a project subject to the apprenticeship utilization requirements in RCW
39.04.320, not have been found out of compliance by the Washington state
apprenticeship and training council for working apprentices out of ratio, without
appropriate supervision, or outside their approved work processes as outlined in
their standards of apprenticeship under chapter 49.04 RCW for the one‐year
period immediately preceding the date of the Owner’s first advertisement of the
project.
00 72 00 – PAGE 35 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
6. Within the three‐year period immediately preceding the date of the bid
solicitation, not have been 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 to have willfully
violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or
49.52 RCW.
B. Provide names of Subcontractors and use qualified firms: Before submitting the first
Application for Payment, Contractor shall furnish in writing to Owner the names,
addresses, and telephone numbers of all Subcontractors, as well as suppliers providing
materials in excess of $2,500. Contractor shall utilize Subcontractors and suppliers
which are experienced and qualified, and meet the requirements of the Contract
Documents, if any. Contractor shall not utilize any Subcontractor or supplier to whom
the Owner has a reasonable objection, and shall obtain Owner’s written consent
before making any substitutions or additions.
C. Subcontracts in writing and pass through provision: All Subcontracts must be in
writing. By appropriate written agreement, Contractor shall require each
Subcontractor, so far as applicable to the Work to be performed by the Subcontractor,
to be bound to Contractor by terms of the Contract Documents, and to assume
toward Contractor all the obligations and responsibilities which Contractor assumes
toward Owner in accordance with the Contract Documents. Each Subcontract shall
preserve and protect the rights of Owner in accordance with the Contract Documents
with respect to the Work to be performed by the Subcontractor so that subcontracting
thereof will not prejudice such rights. Where appropriate, Contractor shall require
each Subcontractor to enter into similar agreements with Sub‐subcontractors.
However, nothing in this paragraph shall be construed to alter the contractual
relations between Contractor and its Subcontractors with respect to insurance or
bonds.
D. Coordination of Subcontractors; Contractor responsible for Work: Contractor shall
schedule, supervise, and coordinate the operations of all Subcontractors. No
Subcontracting of any of the Work shall relieve Contractor from its responsibility for
the performance of the Work in accordance with the Contract Documents or any
other obligations of the Contract Documents.
E. Automatic assignment of subcontracts: Each subcontract agreement for a portion of
the Work is hereby assigned by Contractor to Owner provided that:
1. Effective only after termination and Owner approval: The assignment is effective
only after termination by Owner for cause pursuant to Section 9.1 and only for
those Subcontracts which Owner accepts by notifying the Subcontractor in
writing; and
00 72 00 – PAGE 36 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
2. Owner assumes Contractor’s responsibilities: After the assignment is effective,
Owner will assume all future duties and obligations toward the Subcontractor
which Contractor assumed in the Subcontract.
3. Impact of bond: The assignment is subject to the prior rights of the surety, if
any, obligated under any bond provided in accordance with the Contract
Documents.
5.20 WARRANTY OF CONSTRUCTION
A. Contractor warranty of Work: In addition to any special warranties provided
elsewhere in the Contract Documents, Contractor warrants that all Work conforms to
the requirements of the Contract Documents and is free of any defect in equipment,
material, or design furnished, or workmanship performed by Contractor.
B. Contractor responsibilities: With respect to all warranties, express or implied, for
Work performed or materials furnished according to the Contract Documents,
Contractor shall:
1. Obtain warranties: Obtain all warranties that would be given in normal
commercial practice;
2. Warranties for benefit of Owner: Require all warranties to be executed, in
writing, for the benefit of Owner;
3. Enforcement of warranties: Enforce all warranties for the benefit of Owner, if
directed by Owner; and
4. Contractor responsibility for subcontractor warranties: Be responsible to enforce
any subcontractor’s, manufacturers’, or supplier’s warranties should they extend
beyond the period specified in the Contract Documents.
C. Warranties beyond Final Acceptance: The obligations under this section shall survive
Final Acceptance.
5.21 INDEMNIFICATION
Contractor shall indemnify, defend and hold harmless Renton, its elected officials, officers,
agents, employees and volunteers, from and against any and all claims, losses or liability, or
any portion of the same, including but not limited to reasonable attorneys’ fees, legal
expenses and litigation costs, arising from injury or death to persons, including injuries,
sickness, disease or death of Contractor’s own employees, agents and volunteers, or
00 72 00 – PAGE 37 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
damage to property caused by Contractor’s negligent act or omission, except for those acts
caused by or resulting from a negligent act or omission by Renton and its officers, agents,
employees and volunteers.
Including Patent infringement: The use of any design, process, or equipment which
constitutes an infringement of any United States patent presently issued, or violates any
other proprietary interest, including copyright, trademark, and trade secret. Should a court
of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity
of agreement to indemnify against liability for negligence relative to construction, alteration,
improvement, etc., of structure or improvement attached to real estate…) then, in the event
of liability for damages arising out of bodily injury to persons or damages to property caused
by or resulting from the concurrent negligence of the contractor and Renton, its officers,
officials, employees and volunteers, Contractor’s liability shall be only to the extent of
Contractor’s negligence.
It is further specifically and expressly understood that the indemnification provided in this
Agreement constitute Contractor’s waiver of immunity under the Industrial Insurance Act,
RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually
negotiated and agreed to this waiver. The provisions of this section shall survive the
expiration or termination of this Agreement.
PART 6 – PAYMENTS AND COMPLETION
6.1 CONTRACT SUM
Owner shall pay Contract Sum: Owner shall pay Contractor the Contract Sum plus state
sales tax for performance of the Work, in accordance with the Contract Documents.
6.2 SCHEDULE OF VALUES
Contractor to submit Schedule of Values: Before submitting its first Application for
Payment, Contractor shall submit to Owner for approval a breakdown allocating the total
Contract Sum to each principal category of work, in such detail as requested by Owner
(“Schedule of Values”).
The approved Schedule of Values shall include appropriate amounts for demobilization,
record drawings, O&M manuals, and any other requirements for Project closeout, and shall
be used by Owner as the basis for progress payments. Payment for Work shall be made only
for and in accordance with those items included in the Schedule of Values.
00 72 00 – PAGE 38 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
6.3 APPLICATION FOR PAYMENT
A. Monthly Application for Payment with substantiation: At monthly intervals, unless
determined otherwise by Owner, Contractor shall submit to Owner an itemized
Application for Payment for Work completed in accordance with the Contract
Documents and the approved Schedule of Values. Each application shall be supported
by such substantiating data as Owner may require.
B. Contractor certifies Subcontractors paid: By submitting an Application for Payment,
Contractor is certifying that all Subcontractors have been paid, less earned retainage
in accordance with RCW 60.28.011, as their interests appeared in the last preceding
certificate of payment. By submitting an Application for Payment, Contractor is
recertifying that the representations set forth in Section 1.3, are true and correct, to
the best of Contractor’s knowledge, as of the date of the Application for Payment.
C. Reconciliation of Work with Progress Schedule: At the time, it submits an Application
for Payment, Contractor shall analyze and reconcile, to the satisfaction of Owner, the
actual progress of the Work with the Progress Schedule.
D. Payment for material delivered to site or stored off‐site: If authorized by Owner, the
Application for Payment may include request for payment for material delivered to the
Project site and suitably stored, or for completed preparatory work. Payment may
similarly be requested for material stored off the Project site, provided Contractor
complies with or furnishes satisfactory evidence of the following:
1. Suitable facility or location: The material will be placed in a facility or location
that is structurally sound, dry, lighted and suitable for the materials to be stored;
2. Facility or location within 10 miles of Project: The facility or location is located
within a 10‐mile radius of the Project. Other locations may be utilized, if
approved in writing, by Owner;
3. Facility or location exclusive to Project’s materials: Only materials for the Project
are stored within the facility or location (or a secure portion of a facility or
location set aside for the Project);
4. Insurance provided on materials in facility or location: Contractor furnishes
Owner a certificate of insurance extending Contractor’s insurance coverage for
damage, fire, and theft to cover the full value of all materials stored, or in transit;
00 72 00 – PAGE 39 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5. Facility or location locked and secure: The facility or location (or secure portion
thereof) is continuously under lock and key, and only Contractor’s authorized
personnel shall have access;
6. Owner right of access to facility or location: Owner shall have the right of access
in company of Contractor;
7. Contractor assumes total responsibility for stored materials: Contractor and its
surety assume total responsibility for the stored materials; and
8. Contractor provides documentation and Notice when materials moved to site:
Contractor furnishes to Owner certified lists of materials stored, bills of lading,
invoices, and other information as may be required, and shall also furnish Notice
to Owner when materials are moved from storage to the Project site.
6.4 PROGRESS PAYMENTS
A. Owner to pay within 30 Days: Owner shall make progress payments, in such amounts
as Owner determines are properly due, within 30 Days after receipt of a properly
executed Application for Payment. Owner shall notify Contractor in accordance with
chapter 39.76 RCW if the Application for Payment does not comply with the
requirements of the Contract Documents.
B. Withholding retainage; Options for retainage: Owner shall retain 5% of the amount of
each progress payment until 45 Days after Final Acceptance and receipt of all
documents required by law or the Contract Documents, including, at Owner’s request,
consent of surety to release of the retainage. In accordance with chapter 60.28 RCW,
Contractor may request that monies reserved be retained in a fund by Owner,
deposited by Owner in a bank or savings and loan, or placed in escrow with a bank or
trust company to be converted into bonds and securities to be held in escrow with
interest to be paid to Contractor. Owner may permit Contractor to provide an
appropriate bond in lieu of the retained funds.
C. Title passes to Owner upon payment: Title to all Work and materials covered by a
progress payment shall pass to Owner at the time of such payment free and clear of
all liens, claims, security interests, and encumbrances. Passage of title shall not,
however, relieve Contractor from any of its duties and responsibilities for the Work or
materials, or waive any rights of Owner to insist on full compliance by Contractor with
the Contract Documents.
00 72 00 – PAGE 40 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
D. Interest on unpaid balances: Payments due and unpaid in accordance with the
Contract Documents shall bear interest as specified in chapter 39.76 RCW.
6.5 PAYMENTS WITHHELD
A. Owner’s right to withhold payment: Owner may withhold or, on account of
subsequently discovered evidence, nullify the whole or part of any payment to such
extent as may be necessary to protect Owner from loss or damage for reasons
including but not limited to:
1. Non‐compliant Work: Work not in accordance with the Contract Documents;
2. Remaining Work to cost more than unpaid balance: Reasonable evidence that the
Work required by the Contract Documents cannot be completed for the unpaid
balance of the Contract Sum;
3. Owner correction or completion Work: Work by Owner to correct defective Work
or complete the Work in accordance with Section 5.19;
4. Contractor’s failure to perform: Contractor’s failure to perform in accordance with
the Contract Documents; or
5. Contractor’s negligent acts or omissions: Cost or liability that may occur to Owner
as the result of Contractor’s fault or negligent acts or omissions.
B. Owner to notify Contractor of withholding for unsatisfactory performance: In any case
where part or all of a payment is going to be withheld for unsatisfactory performance,
Owner shall notify Contractor in accordance with chapter 39.76 RCW.
6.6 RETAINAGE AND BOND CLAIM RIGHTS
Chapters 39.08 RCW and 60.28 RCW incorporated by reference: Chapters 39.08 RCW and
60.28 RCW, concerning the rights and responsibilities of Contractor and Owner with regard
to the performance and payment bonds and retainage, are made a part of the Contract
Documents by reference as though fully set forth herein.
6.7 SUBSTANTIAL COMPLETION
Substantial Completion defined: Substantial Completion is the stage in the progress of the
Work (or portion thereof designated and approved by Owner) when the construction is
sufficiently complete, in accordance with the Contract Documents, so Owner has full and
00 72 00 – PAGE 41 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
unrestricted use and benefit of the facilities (or portion thereof designated and approved by
Owner) for the use for which it is intended. All Work other than incidental corrective or
punch list work shall be completed. Substantial Completion shall not have been achieved if
all systems and parts are not functional, if utilities are not connected and operating
normally, if all required occupancy permits have not been issued, or if the Work is not
accessible by normal vehicular and pedestrian traffic routes. The date Substantial
Completion is achieved shall be established in writing by Owner. Contractor may request an
early date of Substantial Completion which must be approved by Change Order. Owner’s
occupancy of the Work or designated portion thereof does not necessarily indicate that
Substantial Completion has been achieved.
6.8 PRIOR OCCUPANCY
A. Prior Occupancy defined; Restrictions: Owner may, upon written notice thereof to
Contractor, take possession of or use any completed or partially completed portion of
the Work (“Prior Occupancy”) at any time prior to Substantial Completion. Unless
otherwise agreed in writing, Prior Occupancy shall not: be deemed an acceptance of
any portion of the Work; accelerate the time for any payment to Contractor; prejudice
any rights of Owner provided by any insurance, bond, guaranty, or the Contract
Documents; relieve Contractor of the risk of loss or any of the obligations established
by the Contract Documents; establish a date for termination or partial termination of
the assessment of liquidated damages; or constitute a waiver of claims.
B. Damage; Duty to repair and warranties: Notwithstanding anything in the preceding
paragraph, Owner shall be responsible for loss of or damage to the Work resulting
from Prior Occupancy. Contractor’s one‐year duty to repair any system warranties
shall begin on building systems activated and used by Owner as agreed in writing by
Owner and Contractor.
6.9 FINAL COMPLETION, ACCEPTANCE, AND PAYMENT
A. Final Completion defined: Final Completion shall be achieved when the Work is fully
and finally complete in accordance with the Contract Documents. The date Final
Completion is achieved shall be established by Owner in writing, but in no case, shall
constitute Final Acceptance which is a subsequent, separate, and distinct action.
B. Final Acceptance defined: Final Acceptance shall be achieved when the Contractor
has completed the requirements of the Contract Documents. The date Final
Acceptance is achieved shall be established by Owner in writing. Prior to Final
Acceptance, Contractor shall, in addition to all other requirements in the Contract
Documents, submit to Owner a written notice of any outstanding disputes or claims
between Contractor and any of its Subcontractors, including the amounts and other
details thereof. Neither Final Acceptance, nor final payment, shall release Contractor
00 72 00 – PAGE 42 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
or its sureties from any obligations of these Contract Documents or the payment and
performance bonds, or constitute a waiver of any claims by Owner arising from
Contractor’s failure to perform the Work in accordance with the Contract Documents.
C. Final payment waives Claim rights: Acceptance of final payment by Contractor, or any
Subcontractor, shall constitute a waiver and release to Owner of all claims by
Contractor, or any such Subcontractor, for an increase in the Contract Sum or the
Contract Time, and for every act or omission of Owner relating to or arising out of the
Work, except for those Claims made in accordance with the procedures, including the
time limits, set forth in Part 8.
PART 7 – CHANGES
7.1 CHANGE IN THE WORK
A. Changes in Work, Contract Sum, and Contract Time by Change Order: Owner may, at
any time and without notice to Contractor’s surety, order additions, deletions,
revisions, or other changes in the Work. These changes in the Work shall be
incorporated into the Contract Documents through the execution of Change Orders. If
any change in the Work ordered by Owner causes an increase or decrease in the
Contract Sum or the Contract Time, an equitable adjustment shall be made as
provided in Section 7.2 or 7.3, respectively, and such adjustment(s) shall be
incorporated into a Change Order.
B. Owner may request COP from Contractor: If Owner desires to order a change in the
Work, it may request a written Change Order Proposal (COP) from Contractor.
Contractor shall submit a Change Order Proposal within 14 Days of the request from
Owner, or within such other period as mutually agreed. Contractor’s Change Order
Proposal shall be full compensation for implementing the proposed change in the
Work, including any adjustment in the Contract Sum or Contract Time, and including
compensation for all delays in connection with such change in the Work and for any
expense or inconvenience, disruption of schedule, or loss of efficiency or productivity
occasioned by the change in the Work.
C. COP negotiations: Upon receipt of the Change Order Proposal, or a request for
equitable adjustment in the Contract Sum or Contract Time, or both, as provided in
Sections 7.2 and 7.3, Owner may accept or reject the proposal, request further
documentation, or negotiate acceptable terms with Contractor. Pending agreement
on the terms of the Change Order, Owner may direct Contractor to proceed
immediately with the Change Order Work. Contractor shall not proceed with any
change in the Work until it has obtained Owner’s approval. All Work done pursuant to
any Owner‐directed change in the Work shall be executed in accordance with the
Contract Documents.
00 72 00 – PAGE 43 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
D. Change Order as full payment and final settlement: If Owner and Contractor reach
agreement on the terms of any change in the Work, including any adjustment in the
Contract Sum or Contract Time, such agreement shall be incorporated in a Change
Order. The Change Order shall constitute full payment and final settlement of all
claims for time and for direct, indirect, and consequential costs, including costs of
delays, inconvenience, disruption of schedule, or loss of efficiency or productivity,
related to any Work either covered or affected by the Change Order, or related to the
events giving rise to the request for equitable adjustment.
E. Failure to agree upon terms of Change Order; Final offer and Claims: If Owner and
Contractor are unable to reach agreement on the terms of any change in the Work,
including any adjustment in the Contract Sum or Contract Time, Contractor may at any
time in writing, request a final offer from Owner. Owner shall provide Contractor with
its written response within 30 Days of Contractor’s request. Owner may also provide
Contractor with a final offer at any time. If Contractor rejects Owner’s final offer, or
the parties are otherwise unable to reach agreement, Contractor’s only remedy shall
be to file a Claim as provided in Part 8.
F. Field Authorizations: The Owner may direct the Contractor to proceed with a change in
the work through a written Field Authorization (also referred to as a Field Order) when
the time required to price and execute a Change Order would impact the Project.
The Field Authorization shall describe and include the following:
1. The scope of work;
2. An agreed upon maximum not‐to‐exceed amount;
3. Any estimated change to the Contract Time;
4. The method of final cost determination in accordance with the requirements of
Part 7 of the General Conditions; and
5. The supporting cost data to be submitted in accordance with the requirements of
Part 7 of the General Conditions.
Upon satisfactory submittal by the Contractor and approval by the Owner of
supporting cost data, a Change Order will be executed. The Owner will not make
payment to the Contractor for Field Authorization work until that work has been
incorporated into an executed Change Order.
00 72 00 – PAGE 44 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
7.2 CHANGE IN THE CONTRACT SUM
A. General Application
1. Contract Sum changes only by Change Order: The Contract Sum shall only be
changed by a Change Order. Contractor shall include any request for a change in
the Contract Sum in its Change Order Proposal.
2. Owner fault or negligence as basis for change in Contract Sum: If the cost of
Contractor’s performance is changed due to the fault or negligence of Owner, or
anyone for whose acts Owner is responsible, Contractor shall be entitled to make a
request for an equitable adjustment in the Contract Sum in accordance with the
following procedure. No change in the Contract Sum shall be allowed to the
extent: Contractor’s changed cost of performance is due to the fault or negligence
of Contractor, or anyone for whose acts Contractor is responsible; the change is
concurrently caused by Contractor and Owner; or the change is caused by an act of
Force Majeure as defined in Section 3.5.
a. Notice and record keeping for equitable adjustment: A request for an
equitable adjustment in the Contract Sum shall be based on written notice
delivered to Owner within 7 Days of the occurrence of the event giving rise to
the request. For purposes of this part, “occurrence” means when Contractor
knew, or in its diligent prosecution of the Work should have known, of the
event giving rise to the request. If Contractor believes it is entitled to an
adjustment in the Contract Sum, Contractor shall immediately notify Owner
and begin to keep and maintain complete, accurate, and specific daily records.
Contractor shall give Owner access to any such records and, if requested shall
promptly furnish copies of such records to Owner.
b. Content of notice for equitable adjustment; Failure to comply: Contractor shall
not be entitled to any adjustment in the Contract Sum for any occurrence of
events or costs that occurred more than 7 Days before Contractor’s written
notice to Owner. The written notice shall set forth, at a minimum, a description
of: the event giving rise to the request for an equitable adjustment in the
Contract Sum; the nature of the impacts to Contractor and its Subcontractors
of any tier, if any; and to the extent possible the amount of the adjustment in
Contract Sum requested. Failure to properly give such written notice shall, to
the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s
right to an equitable adjustment.
c. Contractor to provide supplemental information: Within 30 Days of the
occurrence of the event giving rise to the request, unless Owner agrees in
00 72 00 – PAGE 45 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
writing to allow an additional period of time to ascertain more accurate data,
Contractor shall supplement the written notice provided in accordance with
subparagraph a. above with additional supporting data. Such additional data
shall include, at a minimum: the amount of compensation requested, itemized
in accordance with the procedure set forth herein; specific facts,
circumstances, and analysis that confirms not only that Contractor suffered the
damages claimed, but that the damages claimed were actually a result of the
act, event, or condition complained of and that the Contract Documents
provide entitlement to an equitable adjustment to Contractor for such act,
event, or condition; and documentation sufficiently detailed to permit an
informed analysis of the request by Owner. When the request for
compensation relates to a delay, or other change in Contract Time, Contractor
shall demonstrate the impact on the critical path, in accordance with Section
7.3C. Failure to provide such additional information and documentation within
the time allowed or within the format required shall, to the extent Owner’s
interests are prejudiced, constitute a waiver of Contractor’s right to an
equitable adjustment.
d. Contractor to proceed with Work as directed: Pending final resolution of any
request made in accordance with this paragraph, unless otherwise agreed in
writing, Contractor shall proceed diligently with performance of the Work.
e. Contractor to combine requests for same event together: Any requests by
Contractor for an equitable adjustment in the Contract Sum and in the
Contract Time that arise out of the same event(s) shall be submitted together.
3. Methods for calculating Change Order amount: The value of any Work covered by
a Change Order, or of any request for an equitable adjustment in the Contract
Sum, shall be determined by one of the following methods:
a. Fixed Price: On the basis of a fixed price as determined in paragraph 7.2B.
b. Unit Prices: By application of unit prices to the quantities of the items involved
as determined in paragraph 7.2C.
c. Time and Materials: On the basis of time and material as determined
inparagraph 7.2D.
4. Fixed price method is default; Owner may direct otherwise: When Owner has
requested Contractor to submit a Change Order Proposal, Owner may direct
Contractor as to which method in subparagraph 3 above to use when submitting
its proposal. Otherwise, Contractor shall determine the value of the Work, or of a
request for an equitable adjustment, on the basis of the fixed price method.
00 72 00 – PAGE 46 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
B. Change Order Pricing – Fixed Price
Procedures: When the fixed price method is used to determine the value of any Work
covered by a Change Order, or of a request for an equitable adjustment in the
Contract Sum, the following procedures shall apply:
1. Breakdown and itemization of details on COP: Contractor’s Change Order
Proposal, or request for adjustment in the Contract Sum, shall be accompanied by
a complete itemization of the costs, including labor, material, subcontractor costs,
and overhead and profit. The costs shall be itemized in the manner set forth
below, and shall be submitted on breakdown sheets in a form approved by Owner.
2. Use of industry standards in calculating costs: All costs shall be calculated based
upon appropriate industry standard methods of calculating labor, material
quantities, and equipment costs such as R.S. Means or other standards acceptable
to the Owner and Contractor.
3. Costs contingent on Owner’s actions: If any of Contractor’s pricing assumptions are
contingent upon anticipated actions of Owner, Contractor shall clearly state them
in the proposal or request for an equitable adjustment.
4. Markups on additive and deductive Work: The cost of any additive or deductive
changes in the Work shall be calculated as set forth below, except that overhead
and profit shall not be included on deductive changes in the Work. Where a
change in the Work involves additive and deductive work by the same Contractor
or Subcontractor, small tools, overhead, profit, bond and insurance markups will
apply to the net difference.
5. Breakdown not required if change less than $1,000: If the total cost of the change
in the Work or request for equitable adjustment does not exceed $1,000, Contractor
shall not be required to submit a breakdown if the description of the change in the
Work or request for equitable adjustment is sufficiently definitive for Owner to
determine fair value.
6. Breakdown required if change between $1,000 and $2,500: If the total cost of the
change in the Work or request for equitable adjustment is between $1,000 and
$2,500, Contractor may submit a breakdown in the following level of detail if the
description of the change in the Work or if the request for equitable adjustment is
sufficiently definitive to permit the Owner to determine fair value:
a. lump sum labor;
00 72 00 – PAGE 47 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
b. lump sum material;
c. lump sum equipment usage;
d. overhead and profit as set forth below; and
e. insurance and bond costs as set forth below.
7. Components of increased cost: Any request for adjustment of Contract Sum based
upon the fixed price method shall include only the following items:
a. Craft labor costs: These are the labor costs determined by multiplying the
estimated or actual additional number of craft hours needed to perform
the change in the Work by the hourly labor costs. Craft hours should cover
direct labor, as well as indirect labor due to trade inefficiencies. The hourly
costs shall be based on the following:
(1) Basic wages and benefits: Hourly rates and benefits as stated on the
Department of Labor and Industries approved “statement of intent to
pay prevailing wages” or a higher amount if approved by the Owner.
Direct supervision shall be a reasonable percentage not to exceed 15%
of the cost of direct labor. No supervision markup shall be allowed for
a working supervisor’s hours.
(2) Worker’s insurance: Direct contributions to the City of Renton for
industrial insurance; medical aid; and supplemental pension, by the
class and rates established by the Department of Labor and Industries.
(3) Federal insurance: Direct contributions required by the Federal
Insurance Compensation Act; Federal Unemployment Tax Act; and the
State Unemployment Compensation Act.
(4) Travel allowance: Travel allowance and/or subsistence, if applicable,
not exceeding those allowances established by regional labor union
agreements, which are itemized and identified separately.
(5) Safety: Cost incurred due to the Washington Industrial Safety and
Health Act, which shall be a reasonable percentage not to exceed 2% of
the sum of the amounts calculated in (1), (2), and (3) above.
b. Material costs: This is an itemization of the quantity and cost of materials
needed to perform the change in the Work. Material costs shall be
developed first from actual known costs, second from supplier quotations
00 72 00 – PAGE 48 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
or if these are not available, from standard industry pricing guides. Material
costs shall consider all available discounts. Freight costs, express charges,
or special delivery charges, shall be itemized.
c. Equipment costs: This is an itemization of the type of equipment and the
estimated or actual length of time the construction equipment appropriate
for the Work is or will be used on the change in the Work. Costs will be
allowed for construction equipment only if used solely for the changed
Work, or for additional rental costs actually incurred by the Contractor.
Equipment charges shall be computed on the basis of actual invoice costs
or if owned, from the current edition of one of the following sources:
(1) The Equipment Watch Fleet Manager Estimator Package (digital). The
maximum rate for standby equipment shall not exceed that shown in
the Associated General Contractors Washington State Department of
Transportation (AGC WSDOT) Equipment Rental Agreement, current
edition on the Contract execution date.
(2) The National Electrical Contractors Association for equipment used on
electrical work.
(3) The Mechanical Contractors Association of America for equipment used
on mechanical work.
The Equipment Watch Rental Rate Blue Book shall be used as a basis for
establishing rental rates of equipment not listed in the above sources. The
maximum rate for standby equipment shall not exceed that shown in the
AGC WSDOT Equipment Rental Agreement, current edition on the Contract
execution date.
d. Allowance for small tools, expendables & consumable supplies: Small tools
consist of tools which cost $250 or less and are normally furnished by the
performing contractor. The maximum rate for small tools shall not exceed
the following:
(1) 3% for Contractor: For Contractor, 3% of direct labor costs.
(2) 5% for Subcontractors: For Subcontractors, 5% of direct labor costs.
Expendables and consumables supplies directly associated with the change
in Work must be itemized.
00 72 00 – PAGE 49 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
e. Subcontractor costs: This is defined as payments Contractor makes to
Subcontractors for changed Work performed by Subcontractors of any tier.
The Subcontractors’ cost of Work shall be calculated and itemized in the
same manner as prescribed herein for Contractor.
f. Allowance for overhead: This is defined as costs of any kind attributable to
direct and indirect delay, acceleration, or impact, added to the total cost to
Owner of any change in the Contract Sum. If the Contractor is
compensated under Section 7.3D, the amount of such compensation shall
be reduced by the amount Contractor is otherwise entitled to under this
subsection (f). This allowance shall compensate Contractor for all non‐craft
labor, temporary construction facilities, field engineering, schedule
updating, as‐built drawings, home office cost, B&O taxes, office
engineering, estimating costs, additional overhead because of extended
time, and any other cost incidental to the change in the Work. It shall be
strictly limited in all cases to a reasonable amount, mutually acceptable, or
if none can be agreed upon to an amount not to exceed the rates below:
(1) Projects less than $3 million: For projects where the Contract Award
Amount is under $3 million, the following shall apply:
(a) Contractor markup on Contractor Work: For Contractor, for any
Work actually performed by Contractor’s own forces, 16% of the
first $50,000 of the cost, and 4% of the remaining cost, if any.
(b) Subcontractor markup for Subcontractor Work: For each
Subcontractor (including lower tier subcontractors), for any Work
actually performed by its own forces, 16% of the first $50,000 of the
cost, and 4% of the remaining cost, if any.
(c) Contractor markup for Subcontractor Work: For Contractor, for any
work performed by its Subcontractor(s) 6% of the first $50,000 of
the amount due each Subcontractor, and 4% of the remaining
amount if any.
(d) Subcontractor markup for lower tier Subcontractor Work: For each
Subcontractor, for any Work performed by its Subcontractor(s) of
any lower tier, 4% of the first $50,000 of the amount due the sub‐
Subcontractor, and 2% of the remaining amount if any.
(e) Basis of cost applicable for markup: The cost to which overhead is
to be applied shall be developed in accordance with Section 7.2B
7a. – e.
00 72 00 – PAGE 50 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
(2) Projects more than $3 million: For projects where the Contract Award
Amount is equal to or exceeds $3 million, the following shall apply:
(a) Contractor markup on Contractor Work: For Contractor, for any
Work actually performed by Contractor’s own forces, 12% of the
first $50,000 of the cost, and 4% of the remaining cost, if any.
(b) Subcontractor markup for Subcontractor Work: For each
Subcontractor (including lower tier subcontractors), for any Work
actually performed by its own forces, 12% of the first $50,000 of the
cost, and 4% of the remaining cost, if any.
(c) Contractor markup for Subcontractor Work: For Contractor, for any
Work performed by its Subcontractor(s), 4% of the first $50,000 of
the amount due each Subcontractor, and 2% of the remaining
amount if any.
(d) Subcontractor markup for lower tier Subcontractor Work: For each
Subcontractor, for any Work performed by its Subcontractor(s) of
any lower tier, 4% of the first $50,000 of the amount due the sub‐
Subcontractor, and 2% of the remaining amount if any.
(e) Basis of cost applicable for markup: The cost to which overhead is
to be applied shall be developed in accordance with Section 7.2B
7a. – e.
g. Allowance for profit: Allowance for profit is an amount to be added to the
cost of any change in contract sum, but not to the cost of change in
Contract Time for which contractor has been compensated pursuant to the
conditions set forth in Section 7.3. It shall be limited to a reasonable
amount, mutually acceptable, or if none can be agreed upon, to an amount
not to exceed the rates below:
(1) Contractor / Subcontractor markup for self‐performed Work: For
Contractor or Subcontractor of any tier for work performed by
theirforces, 6% of the cost developed in accordance with Section 7.2B 7a. – e.
(2) Contractor / Subcontractor markup for Work performed at lower tier:
For Contractor or Subcontractor of any tier for work performed by a
subcontractor of a lower tier, 4% of the subcontract cost developed in
accordance with Section 7.2B 7a. – h.
00 72 00 – PAGE 51 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
h. Insurance and bond premiums: Cost of change in insurance or bond
premium: This is defined as:
(1) Contractor’s liability insurance: The cost of any changes in Contractor’s
liability insurance arising directly from execution of the Change Order;
and,
(2) Payment and Performance Bond: The cost of the additional premium
for Contractor’s bond arising directly from the changed Work.
The cost of any change in insurance or bond premium shall be added after
overhead and allowance for profit are calculated in accordance with
subparagraph f and g above.
C. Change Order Pricing – Unit Prices
1. Content of Owner authorization: Whenever Owner authorizes Contractor to
perform Work on a unit‐price basis, Owner’s authorization shall clearly state:
a. Scope: Scope of work to be performed;
b. Reimbursement basis: Type of reimbursement including pre‐agreed rates for
material quantities; and
c. Reimbursement limit: Cost limit of reimbursement.
2. Contractor responsibilities: Contractor shall:
a. Cooperate with Owner and assist in monitoring the Work being performed. As
requested by Owner, Contractor shall identify workers assigned to the Change
Order Work and areas in which they are working;
b. Leave access as appropriate for quantity measurement; and
c. Not exceed any cost limit(s) without Owner’s prior written approval.
3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit
costs in accordance with paragraph 7.2B and satisfy the following requirements:
a. Unit prices must include overhead, profit, bond and insurance premiums: Unit
prices shall include reimbursement for all direct and indirect costs of the Work,
including overhead, profit, bond, and insurance costs; and
00 72 00 – PAGE 52 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
b. Owner verification of quantities: Quantities must be supported by field
measurement statements signed by Owner.
D. Change Order Pricing – Time‐and‐Material Prices
1. Content of Owner authorization: Whenever Owner authorizes Contractor to
perform Work on a time‐and‐material basis, Owner’s authorization shall clearly
state:
a. Scope: Scope of Work to be performed;
b. Reimbursement basis: Type of reimbursement including pre‐agreed rates, if any,
for material quantities or labor; and
c. Reimbursement limit: Cost limit of reimbursement.
2. Contractor responsibilities: Contractor shall:
a. Identify workers assigned: Cooperate with Owner and assist in monitoring the
Work being performed. As requested by Owner, identify workers assigned to
the Change Order Work and areas in which they are working;
b. Provide daily timesheets: Identify on daily time sheets all labor performed in
accordance with this authorization. Submit copies of daily time sheets within 2
working days for Owner’s review.
c. Allow Owner to measure quantities: Leave access as appropriate for quantity
measurement;
d. Perform Work efficiently: Perform all Work in accordance with this section as
efficiently as possible; and
e. Not exceed Owner’s cost limit: Not exceed any cost limit(s) without Owner’s
prior written approval.
3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit
costs in accordance with paragraph 7.2B and additional verification supported by:
a. Timesheets: Labor detailed on daily time sheets; and
b. Invoices: Invoices for material.
00 72 00 – PAGE 53 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
7.3 CHANGE IN THE CONTRACT TIME
A. COP requests for Contract Time: The Contract Time shall only be changed by a Change
Order. Contractor shall include any request for a change in the Contract Time in its
Change Order Proposal.
B. Time extension permitted if not Contractor’s fault: If the time of Contractor’s
performance is changed due to an act of Force Majeure, or due to the fault or
negligence of Owner or anyone for whose acts Owner is responsible, Contractor shall
be entitled to make a request for an equitable adjustment in the Contract Time in
accordance with the following procedure. No adjustment in the Contract Time shall be
allowed to the extent Contractor’s changed time of performance is due to the fault or
negligence of Contractor, or anyone for whose acts Contractor is responsible.
1. Notice and record keeping for Contract Time request: A request for an equitable
adjustment in the Contract Time shall be based on written notice delivered within
7 Days of the occurrence of the event giving rise to the request. If Contractor
believes it is entitled to adjustment of Contract Time, Contractor shall immediately
notify Owner and begin to keep and maintain complete, accurate, and specific
daily records. Contractor shall give Owner access to any such record and if
requested, shall promptly furnish copies of such record to Owner.
2. Timing and content of Contractor’s Notice: Contractor shall not be entitled to an
adjustment in the Contract Time for any events that occurred more than 7 Days
before Contractor’s written notice to Owner. The written notice shall set forth, at
a minimum, a description of: the event giving rise to the request for an
equitable adjustment in the Contract Time; the nature of the impacts to Contractor and its
Subcontractors of any tier, if any; and to the extent possible the amount of the
adjustment in Contract Time requested. Failure to properly give such written notice shall,
to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to
an equitable adjustment.
3. Contractor to provide supplemental information: Within 30 Days of the
occurrence of the event giving rise to the request, unless Owner agrees in writing
to allow an additional period of time to ascertain more accurate data, Contractor
shall supplement the written notice provided in accordance with subparagraph
7.3B.2 with additional supporting data. Such additional data shall include, at a
minimum: the amount of delay claimed, itemized in accordance with the
procedure set forth herein; specific facts, circumstances, and analysis that
confirms not only that Contractor suffered the delay claimed, but that the delay
claimed was actually a result of the act, event, or condition complained of, and
that the Contract Documents provide entitlement to an equitable adjustment in
00 72 00 – PAGE 54 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
Contract Time for such act, event, or condition; and supporting documentation
sufficiently detailed to permit an informed analysis of the request by Owner.
Failure to provide such additional information and documentation within the time
allowed or within the format required shall, to the extent Owner’s interests are
prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment.
4. Contractor to proceed with Work as directed: Pending final resolution of any
request in accordance with this paragraph, unless otherwise agreed in writing,
Contractor shall proceed diligently with performance of the Work.
C. Contractor to demonstrate impact on critical path of schedule: Any change in the
Contract Time covered by a Change Order, or based on a request for an equitable
adjustment in the Contract Time, shall be limited to the change in the critical path of
Contractor’s schedule attributable to the change of Work or event(s) giving rise to the
request for equitable adjustment. Any Change Order Proposal or request for an
adjustment in the Contract Time shall demonstrate the impact on the critical path of
the schedule. Contractor shall be responsible for showing clearly on the Progress
Schedule that the change or event: had a specific impact on the critical path, and
except in case of concurrent delay, was the sole cause of such impact; and could not
have been avoided by resequencing of the Work or other reasonable alternatives.
D. Cost of change in Contract Time: Contractor may request compensation for the cost
of a change in Contract Time in accordance with this paragraph, 7.3D, subject to the
following conditions:
1. Must be solely fault of Owner or A/E: The change in Contract Time shall solely be
caused by the fault or negligence of Owner or A/E;
2. Procedures: Contractor shall follow the procedure set forth in paragraph 7.3B;
3. Demonstrate impact on critical path: Contractor shall establish the extent of the
change in Contract Time in accordance with paragraph 7.3C; and
4. Limitations on daily costs: The daily cost of any change in Contract Time shall be
limited to the items below, less the amount of any change in the Contract Sum the
Contractor may otherwise be entitled to pursuant to Section 7.2B 7f for any
change in the Work that contributed to this change in Contract Time:
a. Non‐productive supervision or labor: cost of nonproductive field supervision
or labor extended because of delay;
b. Weekly meetings and indirect activities: cost of weekly meetings or similar
00 72 00 – PAGE 55 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
indirect activities extended because of the delay;
c. Temporary facilities or equipment rental: cost of temporary facilities or
equipment rental extended because of the delay;
d. Insurance premiums: cost of insurance extended because of the delay;
e. Overhead: general and administrative overhead in an amount to be agreed
upon, but not to exceed 3% of the Contract Award Amount divided by the
originally specified Contract Time for each Day of the delay.
PART 8 – CLAIMS AND DISPUTE RESOLUTION
8.1 CLAIMS PROCEDURE
A. Claim is Contractor’s remedy: If the parties fail to reach agreement on the terms of
any Change Order for Owner‐directed Work as provided in Section 7.1, or on the
resolution of any request for an equitable adjustment in the Contract Sum as provided
in Section 7.2 or the Contract Time as provided in Section 7.3, Contractor’s only
remedy shall be to file a Claim with Owner as provided in this section.
B. Claim filing deadline for Contractor: Contractor shall file its Claim within 120 Days
from Owner’s final offer made in accordance with paragraph 7.1E, or by the date of
Final Acceptance, whichever occurs first.
C. Claim must cover all costs and be documented: The Claim shall be deemed to cover all
changes in cost and time (including direct, indirect, impact, and consequential) to
which Contractor may be entitled. It shall be fully substantiated and documented. At a
minimum, the Claim shall contain the following information:
1. Factual statement of Claim: A detailed factual statement of the Claim for
additional compensation and time, if any, providing all necessary dates, locations,
and items of Work affected by the Claim;
2. Dates: The date on which facts arose which gave rise to the Claim;
3. Owner and A/E employee’s knowledgeable about Claim: The name of each
employee of Owner or A/E knowledgeable about the Claim;
4. Support from Contract Documents: The specific provisions of the Contract
Documents which support the Claim;
00 72 00 – PAGE 56 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
5. Identification of other supporting information: The identification of any
documents and the substance of any oral communications that support the Claim;
6. Copies of supporting documentation: Copies of any identified documents, other
than the Contract Documents, that support the Claim;
7. Details on Claim for Contract Time: If an adjustment in the Contract Time is
sought: the specific days and dates for which it is sought; the specific reasons
Contractor believes an extension in the Contract Time should be granted; and
Contractor’s analysis of its Progress Schedule to demonstrate the reason for the
extension in Contract Time;
8. Details on Claim for adjustment of Contract Sum: If an adjustment in the Contract
Sum is sought, the exact amount sought and a breakdown of that amount into the
categories set forth in, and in the detail as required by Section 7.2; and
9. Statement certifying Claim: A statement certifying, under penalty of perjury, that
the Claim is made in good faith, that the supporting cost and pricing data are true
and accurate to the best of Contractor’s knowledge and belief, that the Claim is
fully supported by the accompanying data, and that the amount requested
accurately reflects the adjustment in the Contract Sum or Contract Time for which
Contractor believes Owner is liable.
D. Owner’s response to Claim filed: After Contractor has submitted a fully documented
Claim that complies with all applicable provisions of Parts 7 and 8, Owner shall
respond, in writing, to Contractor as follows:
1. Response time for Claim less than $50,000: If the Claim amount is less than
$50,000, with a decision within 60 Days from the date the Claim is received; or
2. Response time for Claim of $50,000 or more: If the Claim amount is $50,000 or
more, with a decision within 60 Days from the date the Claim is received, or with
notice to Contractor of the date by which it will render its decision. Owner will
then respond with a written decision in such additional time.
E. Owner’s review of Claim and finality of decision: To assist in the review of
Contractor’s Claim, Owner may visit the Project site, or request additional
information, in order to fully evaluate the issues raised by the Claim. Contractor shall
proceed with performance of the Work pending final resolution of any Claim. Owner’s
written decision as set forth above shall be final and conclusive as to all matters set
forth in the Claim, unless Contractor follows the procedure set forth in Section 8.2.
F. Waiver of Contractor rights for failure to comply with this Section: Any Claim of the
00 72 00 – PAGE 57 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
Contractor against the Owner for damages, additional compensation, or additional
time, shall be conclusively deemed to have been waived by the Contractor unless
made in accordance with the requirements of this Section.
8.2 ARBITRATION
A. Timing of Contractor’s demand for arbitration: If Contractor disagrees with Owner’s
decision rendered in accordance with paragraph 8.1D, Contractor shall provide Owner
with a written demand for arbitration. No demand for arbitration of any such Claim
shall be made later than 30 Days after the date of Owner’s decision on such Claim;
failure to demand arbitration within said 30 Day period shall result in Owner’s decision
being final and binding upon Contractor and its Subcontractors.
B. Filing of Notice for arbitration: Notice of the demand for arbitration shall be filed with
the American Arbitration Association (AAA), with a copy provided to Owner. The
parties shall negotiate or mediate under the Voluntary Construction Mediation Rules
of the AAA, or mutually acceptable service, before seeking arbitration in accordance
with the Construction Industry Arbitration Rules of AAA as follows:
1. Claims less than $30,000: Disputes involving $30,000 or less shall be conducted in
accordance with the Northwest Region Expedited Commercial Arbitration Rules; or
2. Claims greater than $30,000: Disputes over $30,000 shall be conducted in
accordance with the Construction Industry Arbitration Rules of the AAA, unless the
parties agree to use the expedited rules.
C. Arbitration is forum for resolving Claims: All Claims arising out of the Work shall be
resolved by arbitration. The judgment upon the arbitration award may be entered, or
review of the award may occur, in the superior court having jurisdiction thereof. No
independent legal action relating to or arising from the Work shall be maintained.
D. Settlement outside of arbitration to be documented in Change Order: If the parties
resolve the Claim prior to arbitration judgment, the terms of the resolution shall be
incorporated in a Change Order. The Change Order shall constitute full payment and
final settlement of the Claim, including all claims for time and for direct, indirect, or
consequential costs, including costs of delays, inconvenience, disruption of schedule,
or loss of efficiency or productivity.
8.3 CLAIMS AUDITS
A. Owner may audit Claims: All Claims filed against Owner shall be subject to audit at
any time following the filing of the Claim. Failure of Contractor, or Subcontractors of
00 72 00 – PAGE 58 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
any tier, to maintain and retain sufficient records to allow Owner to verify all or a
portion of the Claim or to permit Owner access to the books and records of
Contractor, or Subcontractors of any tier, shall constitute a waiver of the Claim and
shall bar any recovery.
B. Contractor to make documents available: In support of Owner audit of any Claim,
Contractor shall, upon request, promptly make available to Owner the following
documents:
1. Daily time sheets and supervisor’s daily reports;
2. Collective bargaining agreements;
3. Insurance, welfare, and benefits records;
4. Payroll registers;
5. Earnings records;
6. Payroll tax forms;
7. Material invoices, requisitions, and delivery confirmations;
8. Material cost distribution worksheet;
9. Equipment records (list of company equipment, rates, etc.);
10. Vendors’, rental agencies’, Subcontractors’, and agents’ invoices;
11. Contracts between Contractor and each of its Subcontractors, and all lower‐tier
Subcontractor contracts and supplier contracts;
12. Subcontractors’ and agents’ payment certificates;
13. Cancelled checks (payroll and vendors);
14. Job cost report, including monthly totals;
15. Job payroll ledger;
16. Planned resource loading schedules and summaries;
17. General ledger;
00 72 00 – PAGE 59 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
18. Cash disbursements journal;
19. Financial statements for all years reflecting the operations on the Work. In
addition, the Owner may require, if it deems it appropriate, additional financial
statements for 3 years preceding execution of the Work;
20. Depreciation records on all company equipment whether these records are
maintained by the company involved, its accountant, or others;
21. If a source other than depreciation records is used to develop costs for
Contractor’s internal purposes in establishing the actual cost of owning and
operating equipment, all such other source documents;
22. All non‐privileged documents which relate to each and every Claim together with
all documents which support the amount of any adjustment in Contract Sum or
Contract Time sought by each Claim;
23. Work sheets or software used to prepare the Claim establishing the cost
components for items of the Claim including but not limited to labor, benefits and
insurance, materials, equipment, Subcontractors, all documents which establish
the time periods, individuals involved, the hours for the individuals, and the rates
for the individuals; and
24. Work sheets, software, and all other documents used by Contractor to prepare its
bid.
C. Contractor to provide facilities for audit and shall cooperate: The audit may be
performed by employees of Owner or a representative of Owner. Contractor, and
its Subcontractors, shall provide adequate facilities acceptable to Owner, for the
audit during normal business hours. Contractor, and all Subcontractors, shall make
a good faith effort to cooperate with Owner’s auditors.
PART 9 – TERMINATION OF THE WORK
9.1 TERMINATION BY OWNER FOR CAUSE
A. 7 Day Notice to Terminate for Cause: Owner may, upon 7 Days written notice to
Contractor and to its surety, terminate (without prejudice to any right or remedy of
Owner) the Work, or any part of it, for cause upon the occurrence of any one or more
of the following events:
00 72 00 – PAGE 60 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
1. Contractor fails to prosecute Work: Contractor fails to prosecute the Work or any
portion thereof with sufficient diligence to ensure Substantial Completion of the
Work within the Contract Time;
2. Contractor bankrupt: Contractor is adjudged bankrupt, makes a general
assignment for the benefit of its creditors, or a receiver is appointed on account of
its insolvency;
3. Contractor fails to correct Work: Contractor fails in a material way to replace or
correct Work not in conformance with the Contract Documents;
4. Contractor fails to supply workers or materials: Contractor repeatedly fails to
supply skilled workers or proper materials or equipment;
5. Contractor failure to pay Subcontractors or labor: Contractor repeatedly fails to
make prompt payment due to Subcontractors or for labor;
6. Contractor violates laws: Contractor materially disregards or fails to comply with
laws, ordinances, rules, regulations, or orders of any public authority having
jurisdiction; or
7. Contractor in material breach of Contract: Contractor is otherwise in material
breach of any provision of the Contract Documents.
B. Owner’s actions upon termination: Upon termination, Owner may at its option:
1. Take possession of Project site: Take possession of the Project site and take
possession of or use all materials, equipment, tools, and construction equipment
and machinery thereon owned by Contractor to maintain the orderly progress of,
and to finish, the Work;
2. Accept assignment of Subcontracts: Accept assignment of subcontracts pursuant
to Section 5.18; and
3. Finish the Work: Finish the Work by whatever other reasonable method it deems
expedient.
C. Surety’s role: Owner’s rights and duties upon termination are subject to the prior
rights and duties of the surety, if any, obligated under any bond provided in
accordance with the Contract Documents.
D. Contractor’s required actions: When Owner terminates the Work in accordance with
00 72 00 – PAGE 61 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
this section, Contractor shall take the actions set forth in paragraph 9.2B, and shall not
be entitled to receive further payment until the Work is accepted.
E. Contractor to pay for unfinished Work: If the unpaid balance of the Contract Sum
exceeds the cost of finishing the Work, including compensation for A/E’s services and
expenses made necessary thereby and any other extra costs or damages incurred by
Owner in completing the Work, or as a result of Contractor’s actions, such excess shall
be paid to Contractor. If such costs exceed the unpaid balance, Contractor shall pay
the difference to Owner. These obligations for payment shall survive termination.
F. Contractor and Surety still responsible for Work performed: Termination of the Work
in accordance with this section shall not relieve Contractor or its surety of any
responsibilities for Work performed.
G. Conversion of “Termination for Cause” to “Termination for Convenience”: If Owner
terminates Contractor for cause and it is later determined that none of the
circumstances set forth in paragraph 9.1A exist, then such termination shall be
deemed a termination for convenience pursuant to Section 9.2.
9.2 TERMINATION BY OWNER FOR CONVENIENCE
A. Owner Notice of Termination for Convenience: Owner may, upon written notice,
terminate (without prejudice to any right or remedy of Owner) the Work, or any part
of it, for the convenience of Owner.
B. Contractor response to termination Notice: Unless Owner directs otherwise, after
receipt of a written notice of termination for either cause or convenience, Contractor
shall promptly:
1. Cease Work: Stop performing Work on the date and as specified in the notice of
termination;
2. No further orders or Subcontracts: Place no further orders or subcontracts for
materials, equipment, services or facilities, except as may be necessary for
completion of such portion of the Work as is not terminated;
3. Cancel orders and Subcontracts: Cancel all orders and subcontracts, upon terms
acceptable to Owner, to the extent that they relate to the performance of Work
terminated;
00 72 00 – PAGE 62 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
4. Assign orders and Subcontracts to Owner: Assign to Owner all of the right, title,
and interest of Contractor in all orders and subcontracts;
5. Take action to protect the Work: Take such action as may be necessary or as
directed by Owner to preserve and protect the Work, Project site, and any other
property related to this Project in the possession of Contractor in which Owner has
an interest; and
6. Continue performance not terminated: Continue performance only to the extent
not terminated.
C. Terms of adjustment in Contract Sum if Contract terminated: If Owner terminates the
Work or any portion thereof for convenience, Contractor shall be entitled to make a
request for an equitable adjustment for its reasonable direct costs incurred prior to
the effective date of the termination, plus reasonable allowance for overhead and
profit on Work performed prior to termination, plus the reasonable administrative
costs of the termination, but shall not be entitled to any other costs or damages,
whatsoever, provided however, the total sum payable upon termination shall not
exceed the Contract Sum reduced by prior payments. Contractor shall be required to
make its request in accordance with the provisions of Part 7.
D. Owner to determine whether to adjust Contract Time: If Owner terminates the Work or
any portion thereof for convenience, the Contract Time shall be adjusted as determined by
Owner.
PART 10 – MISCELLANEOUS PROVISIONS
10.1 GOVERNING LAW
Applicable law and venue: The Contract Documents and the rights of the parties herein shall
be governed by the laws of the State of Washington and the City of Renton. Venue shall be in
King county.
10.2 SUCCESSORS AND ASSIGNS
Bound to successors; Assignment of Contract: Owner and Contractor respectively bind
themselves, their partners, successors, assigns, and legal representatives to the other party
hereto and to partners, successors, assigns, and legal representatives of such other party in
respect to covenants, agreements, and obligations contained in the Contract Documents.
00 72 00 – PAGE 63 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
Neither party shall assign the Work without written consent of the other, except that
Contractor may assign the Work for security purposes, to a bank or lending institution
authorized to do business in the City of Renton. If either party attempts to make such an
assignment without such consent, that party shall nevertheless remain legally responsible
for all obligations set forth in the Contract Documents.
10.3 MEANING OF WORDS
Meaning of words used in Specifications: Unless otherwise stated in the Contract
Documents, words which have well‐known technical or construction industry meanings
are used in the Contract Documents in accordance with such recognized meanings.
Reference to standard specifications, manuals, or codes of any technical society,
organization, or association, or to the code of any governmental authority, whether
such reference be specific or by implication, shall be to the latest standard specification,
manual, or code in effect on the date for submission of bids, except as may be otherwise
specifically stated. Wherever in these Drawings and Specifications an article, device, or
piece of equipment is referred to in the singular manner, such reference shall apply to
as many such articles as are shown on the drawings, or required to complete the
installation.
10.4 RIGHTS AND REMEDIES
No waiver of rights: No action or failure to act by Owner or A/E shall constitute a waiver
of a right or duty afforded them under the Contract Documents, nor shall action or
failure to act constitute approval or an acquiescence in a breach therein, except as may
be specifically agreed in writing.
10.5 CONTRACTOR REGISTRATION
Contractor must be registered or licensed: Pursuant to RCW 39.06, Contractor shall be
registered or licensed as required by the laws of the City of Renton, including but not
limited to RCW 18.27.
10.6 TIME COMPUTATIONS
Computing time: When computing any period of time, the day of the event from which
the period of time begins shall not be counted. The last day is counted unless it falls on a
weekend or legal holiday, in which event the period runs until the end of the next day
that is not a weekend or holiday. When the period of time allowed is less than 7 days,
intermediate Saturdays, Sundays, and legal holidays are excluded from the
computation.
00 72 00 – PAGE 64 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
10.7 RECORDS RETENTION / PUBLIC RECORDS REQUESTS
A. Six‐year records retention period: The wage, payroll, and cost records of Contractor,
and its Subcontractors, and all records subject to audit in accordance with Section
8.3, shall be retained for a period of not less than 6 years after the date of Final
Acceptance.
B. Record Keeping and Reporting: Contractor shall maintain accounts and records,
which properly reflect all direct and indirect costs expended and Services provided
in the performance of this Agreement. The Contractor agrees to provide access to
and copies of any records related to this Agreement as required by the City to
audit expenditures and charges and/or to comply with the Washington State
Public Records Act (Chapter 42.56 RCW).
C. Public Records Compliance. To the full extent the City determines necessary to
comply with the Washington State Public Records Act, Contractor shall make a due
diligent search of all records in its possession, including, but not limited to, e‐mail,
correspondence, notes, saved telephone messages, recordings, photos, or
drawings and provide them to the City for production. In the event Contractor
believes said records need to be protected from disclosure, it shall, at Contractor’s
own expense, seek judicial protection. Contractor shall indemnify, defend, and
hold harmless the City for all costs, including attorneys’ fees, attendant to any
claim or litigation related to a Public Records Act request for which Contractor has
responsive records and for which Contractor has withheld records or information
contained therein, or not provided them to the City in a timely manner. Contractor
shall produce for distribution any and all records responsive to the Public Records
Act request in a timely manner, unless those records are protected by court order.
10.8 THIRD‐PARTY AGREEMENTS
No third‐party relationships created: The Contract Documents shall not be construed to
create a contractual relationship of any kind between: A/E and Contractor; Owner and
any Subcontractor; or any persons other than Owner and Contractor.
10.9 ANTITRUST ASSIGNMENT
Contractor assigns overcharge amounts to Owner: Owner and Contractor recognize that
in actual economic practice, overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Therefore, Contractor hereby assigns to Owner any and
all claims for such overcharges as to goods, materials, and equipment purchased in
connection with the Work performed in accordance with the Contract Documents,
except as to overcharges which result from antitrust violations commencing after the
Contract Sum is established and which are not passed on to Owner under a Change
Order. Contractor shall put a similar clause in its Subcontracts, and require a similar
00 72 00 – PAGE 65 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
clause in its sub‐ Subcontracts, such that all claims for such overcharges on the Work are
passed to Owner by Contractor.
10.10 HEADINGS AND CAPTIONS
Headings for convenience only: All headings and captions used in these General Conditions
are only for convenience of reference, and shall not be used in any way in connection with
the meaning, effect, interpretation, construction, or enforcement of the General
Conditions, and do not define the limit or describe the scope or intent of any provision of
these General Conditions.
10.11 DIVERSE BUSINESS PARTICIPATION
The City of Renton encourages participation in all of its contracts by Diverse Businesses
as found in RCW Chapters 39, 43, and WAC 326. The voluntary Diverse Business goal of
26%, which is an aggregate of: 10% Minority Business Enterprises (MBE), 6% Women
Business Enterprises (WBE), 5% Veteran‐owned Business, and 5% Washington Small
Businesses self‐ identified in the Washington Electronic Business Solution (WEBS)
http://www.des.wa.gov/services/ContractingPurchasing/Business/Pages/WEBSRegistrat
ion.aspx. Contractors are encouraged to meet or exceed the project goals in the
advertisement by any level of participation, regardless of category.
10.12 APPRENTICESHIP PARTICIPATION
In accordance with RCW 39.04.320, the City of Renton requires 15% apprenticeship
participation for projects estimated to cost one million dollars or more. Apprentice
participation, under this contract, may be counted towards the required percentage (%)
only if the apprentices are from an apprenticeship program registered and approved by
the Washington State Apprenticeship and Training Council (RCW 49.04 and WAC 296‐
05).
A. Bidders may contact the Department of Labor and Industries, Specialty Compliance
Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504‐4530
by phone at (360) 902‐5320, and e‐mail at Apprentice@Lni.wa.gov, to obtain information on
available apprenticeship programs.
00 72 00 – PAGE 66 OF 66
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 72 00 JANUARY 8, 2020
GENERAL CONDITIONS
B. For each project that has apprentice requirements, the contractor shall submit a
“Statement of Apprentice and Journeyman Participation” in a format approved
by the City with every request for progress payment. The Contractor shall submit
consolidated and cumulative data collected by the Contractor and collected from
all subcontractors by the Contractor. The data to be collected and submitted
includes the following:
1. Contractor name and address
2. Contract number
3. Project name
END OF SECTION
00 80 00 – PAGE 1 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
SECTION 00 80 00
FORMS
PART 1 GENERAL
1.1 FORMS
The following forms are included:
A. Bid Bond Form
B. Contract Bond Form
C. Sample Agreement Form
D. Certification for Compliance with Wage Payment Statutes
E. Non‐Collusion, Anti‐trust and Minimum Wage Form
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION ‐ NOT USED
00 80 00 – PAGE 2 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
Bid Bond Form
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 construction, to wit:
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
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]
________________________________
[Phone Number]
00 80 00 – PAGE 3 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
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
_______________________________________; 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
00 80 00 – PAGE 4 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
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 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:
00 80 00 – PAGE 5 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
AGREEMENT
CONTRACT NO. [Enter Contract #]
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
City’s Contract Bid Documents for the Project, including but not limited to Bid package, Instructions
to Bidder, General Conditions Addenda, Proposal Form, Supplemental Conditions, 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 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 [Enter Project name], [Enter Project number], including all changes to the
Work and force account work, in accordance with the Contract Documents.
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.
00 80 00 – PAGE 6 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
5. Independent Contractor: Contractor’s employees, while engaged in the performance of any of
Contractor’s services under this Agreement, shall be considered employees of the Contractor
and not employees, agents, representatives of Renton and as a result, shall not be entitled to
any coverage or benefits from the City of Renton. Contractor’s relation to Renton shall be at all
times as an independent contractor. Any and all Workman’s Compensation Act claims on
behalf of Contractor employees, and any and all claims made by a third‐party as a consequence
of any negligent act or omission on the part of Contractor’s employees, while engaged in
services provided to be rendered under this Agreement, shall be the solely Contractor’s
obligation and responsibility.
6. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret
this Agreement or any of its terms or covenants shall be brought in the King County Superior
Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County,
Washington, or its replacement or successor.
7. Severability. A court of competent jurisdiction’s determination that any provision or part of this
Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this
Agreement, which shall remain in full force and effect.
8. 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 attorneys and expert witness
fees.
9. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this
Agreement, except as expressly provided in this Agreement.
10. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties,
each of which shall for all purposes be deemed an original.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and
year first above‐written.
[Enter Project Name Line 1]
[Enter Project Name Line 2 (if needed)]
[Enter Agreement Name]
[Enter Date]
00 80 00 – PAGE 7 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
CONTRACTOR: CITY OF RENTON:
President/Partner/Owner Armondo Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE: □ Limited Liability Company □ Partnership □ Corporation
STATE OF INCORPORATION: [Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION:
[Address Line 1] City of Renton
[Address Line 2] 1055 South Grady Way
[City, State and Zip] Renton, WA 98057
[Enter Phone Number] [Enter Phone Number]
[Enter Fax Number or Email Address] [Enter Fax Number or Email Address]
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President
and Secretary must sign the contract. OR, if one signature is permitted by corporation by‐laws, a copy of
the by‐laws shall be furnished to the City and made a part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing
business as) and firm or trade name. Any one partner may sign the contract.
If the business is a limited Liability Company, an authorized managing member or manager must sign
followed by his/her title.
[Enter Project Name Line 1]
[Enter Project Name Line 2 (if needed)]
[Enter Agreement Name]
[Enter Date]
00 80 00 – PAGE 8 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
This form must be submitted with the Bid Proposal.
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
The bidder hereby certifies that, within the three‐year period immediately preceding the bid
solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision
of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
___________________________________________
Bidder’s Business Name
___________________________________________
Signature of Authorized Official*
___________________________________________
Printed Name
___________________________________________
Title
______________________ ________________________ ____________________________
Date City State
Check One:
Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co‐partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any
other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be
executed by a partner.
00 80 00 – PAGE 9 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
NON‐COLLUSION, ANTI‐TRUST, AND MINIMUM WAGE FORM
NON‐COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the
forgoing 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 the 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 overcharges 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: that I have read the above and foregoing statement and certificate, know
the contents thereof and the substance as set forth therein is true to my knowledge and
belief.
00 80 00 – PAGE 10 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 00 80 00 JANUARY 8, 2020
FORMS
FOR: NON‐COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI‐TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Name of Project
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this day of , 20 .
Notary Public in and for the State of Washington Residing at:
01 01 00 – PAGE 1 OF 6
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 01 00 JANUARY 8, 2020
SUMMARY
SECTION 01 01 00
SUMMARY
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Description of the Work.
2. Special work requirements.
3. Coordination.
1.2 RELATED DOCUMENTS
A. This Section applies to all Technical Specification Sections, and supplements the
General Conditions.
1.3 DESCRIPTION OF THE WORK:
A. The proposed repairs will rebuild the abutment within its current footprint by
repairing timber piles, repairing/replacing timber facing, and replacing lost
material behind the facing. Repairs will be made to existing serviceable facilities
and be conducted within the existing footprint of the facilities, with minimal
environmental impacts and any existing site restoration for the construction of
Cedar River Trestle Bridge Repairs, for the City of Renton, Washington, all as
shown and described in the Contract Documents prepared by WSP USA, Inc.
Provide for traffic control, project and public safety, temporary erosion and
sediment control.
1.4 CONTRACT TYPE
A. Contract Type: Single General Construction Contract based on a single lump‐sum
price as described in Division 00.
1.5 TIME OF COMPLETION & LIQUIDATED DAMAGES
A. Time is of the essence for commencement and completion of the Work. Overall
time limits for the Project are as follows:
1. Project Time Requirements
a. Start: Upon Notice to Proceed (NTP)
b. Substantial Completion: August 31, 2020
c. Final Acceptance in accordance with the General Conditions
B. Liquidated Damages: Assessed in accordance with the terms of the General
01 01 00 – PAGE 2 OF 6
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 01 00 JANUARY 8, 2020
SUMMARY
Conditions, and in the following amount per calendar day:
a. Project: $250.00
1.6 CONTRACTOR’S WORK & RESPONSIBILITIES
A. Contractor is required to coordinate all related requirements and work specified
throughout the Contract Documents.
B. Unless otherwise indicated, Contractor’s work and responsibilities also include,
but are not limited to the following:
1. Providing and paying for labor, materials, equipment, tools, machines,
facilities, and services necessary for proper execution and completion of
work.
2. Paying taxes.
3. Giving required notices.
4. Maintaining required egress, emergency vehicle access and other
requirements in accordance with governing codes, ordinances and city
policies throughout the work.
5. Maintaining site in secure condition at all times to prevent unauthorized
access.
6. Contractor is responsible for securing and paying for permits, including but
not limited to grading, building, plumbing, mechanical and electrical.
C. Summary of References: Work of the Contract can be summarized by references
to the Contract, General Conditions, Special Conditions, Supplementary
Conditions, Specification Sections, Drawings, addenda and modifications to the
contract documents issued subsequent to the initial printing of the project
manual and including but not necessarily limited to printed material referenced
by any of these. It is recognized that work of the contract is also unavoidably
affected or influenced by governing regulations, natural phenomenon including
weather conditions and other forces outside the contract documents.
D. Compliance with Regulatory Agency Permits and Approvals: Contractor shall
perform Work in accordance to the requirements and conditions of the
regulatory agency permits and approvals.
1.7 CONTRACTOR USE OF PREMISES
01 01 00 – PAGE 3 OF 6
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 01 00 JANUARY 8, 2020
SUMMARY
A. At the pre‐construction meeting, and in conformance with the Contract
Drawings, the Owner shall instruct the Contractor as to the location to be used
by the Contractor for storage and set‐up of material and equipment to be used in
the work. The primary project site access will be via state route 169, Maple Valley
Highway, at 3225 SE 7th Street; Maplewood Roadside Park. Secondary, north
access, shall be coordinated with Owner/Park staff through Cedar River Park and
Trail.
B. General: The Contractor shall limit use of the premises to the work or project
boundary indicated for use.
1. Contractor shall provide and maintain access for residents along SE 7th
Street, southeast side of state route 169, Maple Valley Highway.
2. Contractor staging area for storage and set‐up will be established at the
Maplewood Roadside Park, 3225 SE 7th Street; Renton, WA.
3. Coordinate with Owner/Park staff the access to the Cedar River Trestle
Bridge through Cedar River Park and Trail, if required. Do not access the
Cedar River Trestle Bridge through Riverview Park.
4. Provide alternative routes for pedestrian and bicycle routes during closure
of Cedar River Trestle Bridge. Provide necessary signage and barricades
during closure.
C. Use of the Site: Confine operations at the site to the areas permitted under the
Contract. Portions of the site beyond areas on which work is indicated are not to
be disturbed. Conform to site rules and regulations affecting the work while
engaged in project construction.
1. Do not unreasonably encumber the site with materials or equipment.
Confine stockpiling of materials and location of storage structures to the
staging areas within the work area. If additional storage is necessary, obtain
and pay for such storage off‐site.
2. Lock automotive type vehicles, such as passenger cars and trucks and other
mechanized or motorized construction equipment, when parked and
unattended, so as to prevent unauthorized use. Do not leave vehicles or
equipment unattended with the motor running or the ignition key in place.
3. Smoking or open fires will not be permitted on the premises.
01 01 00 – PAGE 4 OF 6
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 01 00 JANUARY 8, 2020
SUMMARY
4. Assume full responsibility for the protection and safekeeping of tools,
equipment, materials, and products under this Contract, stored on the site.
5. Assume full responsibility for site security and safety.
6. Include barriers, directional signs, no trespassing signs, fencing and security
as needed to prevent unauthorized trespassing into construction areas.
7. The construction limits or work zones indicated on the drawings indicate the
area to which operation in connection with this project shall be confined for
the indicated construction period.
8. Keep work and storage areas in a neat, clean and orderly condition at all
times. Should it be necessary at any time to move materials or sheds,
Contractor shall move same at his expense.
9. Contractor is responsible for damage to existing property adjacent to the
project site and damage must be repaired as work proceeds. Restore/return
existing property to its original condition as it was prior to start of project
work.
10. Provide traffic control measures as required by local ordinances.
1.12 MISCELLANEOUS PROVISIONS
A. Existing Utilities:
1. Utilities of record are shown on the Drawings insofar as is possible to do so.
These, however, are shown for convenience only and the Owner or
Consultants assume no responsibility for improper locations or failure to
show utility locations on the Drawings.
2. Exercise reasonable care to prevent damage to existing utilities. At
Contractor’s expense, immediately repair, restore, or relocate. Contractor
shall not leave site until repairs have been accomplished.
3. See Drawings and Specifications for particular provisions.
B. Objections to Application of Products: All Contractors and Subcontractors
performing work on this project shall thoroughly familiarize themselves with
specified products and installation procedures and submit to Owner any
objections (in writing) no later than ten (10) days prior to Bid Date. Submittal
of Bid constitutes acceptance of products and procedures specified.
01 01 00 – PAGE 5 OF 6
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 01 00 JANUARY 8, 2020
SUMMARY
C. Conflicts and Omissions in Drawings and Specifications: Bring immediately to
Owner’s attention any conflicts and omissions between the Drawings and
Specifications and between Drawings and Specifications and actual site
conditions.
D. Subcontractor Instructions: Require subcontractors to become familiar with
requirements of Division 0, Division 1 and work of Sections related to their own
work. Instruct them that these conditions and requirements apply to their work
in each Section of the technical specifications.
E. Field Verification: It is the Contractor’s responsibility to verify all field
measurements and site conditions. No allowance will be made for any items
incorrectly fabricated or installed due to failure to perform such verification
prior to ordering materials/products or commencing the work. If the Contractor
discovers discrepancies between the Contract Documents and actual field
measurements, notify the Owner, and allow reasonable time for review of the
problem, and response to resolve the problem.
PART 2 PRODUCTS – NOT USED
PART 3 EXECUTION
3.1 PROJECT SIGN
A. Contractor shall provide and install one project sign, as detailed in this project
manual, at location to be determined by the Owner, for the duration of the
project.
3.2 COOPERATION AND COORDINATION
A. The Contractor is responsible for coordinating and scheduling work of the
Subcontractors to expedite progress of the project. General Contractor assumes
all responsibility if his Subcontractors do not perform. When emergencies occur,
the Contractor will take whatever measures are necessary to correct problems at no
expense to the Owner and before leaving the site.
B. Coordinate all uses of premises with the Owner. Use of streets and public rights
of way must be in accordance with City regulations and ordinances. Obtain Right
of Way use permits as the City may require for any in‐street or street frontage
01 01 00 – PAGE 6 OF 6
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 01 00 JANUARY 8, 2020
SUMMARY
work or work that may otherwise block or limit use of the streets.
3.3 SITE ACCESS
A. Construction site access to the project site is shown on Sheet G‐3 of the
Plans at Cedar River Trail Park access, off SR 169 at SE 7th Street,
Maplewood Roadside Park; Renton, WA.
3.4 EXISTING CONDITIONS
A. Utilities of record require field verification and identification. Where unknown
utility lines are encountered, protect from damage and do not assume
abandoned before identification is made by utility company. Notify Owner of
unauthorized cutting or other damage to utility lines resulting from construction
activity and promptly take such measures as directed to make reparation.
B. Surveys and reports of existing topographical and subsurface conditions,
including location of utilities, are provided without warranty as to their accuracy
or completeness and are intended as general reference to probable conditions.
C. Where existing conditions differ from that indicated by Contract Documents:
1. Document and notify Owner immediately of differing conditions.
2. Coordinate and distribute corrections prior to preparing Shop Drawings and
before beginning work dependent upon accurate knowledge of conditions.
END OF SECTION
01 11 30 – PAGE 1 OF 1
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 11 30 JANUARY 8, 2020
HAZARDOUS MATERIALS
SECTION 01 11 30
HAZARDOUS MATERIALS
PART 1 ‐ GENERAL
1.1 SUMMARY
A. This Section includes administrative and procedural requirements for hazardous
materials.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.3 NOT USED
1.4 CONTRACTOR NOTIFICATION
A. Contractor to provide the Owner with a complete list of all hazardous chemicals
and other materials intended to be used during execution of the project,
including storage locations.
1.5 HAZARDOUS MATERIAL
A. The Contractor shall bring to the attention of the Owner any material suspected
of being hazardous which is encountered during execution of the Work. The
Owner will arrange for tests to determine if the material is hazardous. If the
material is found to be hazardous the Owner will initiate the construction
modification procedure for its abatement by the Contractor.
B. Compliance with Regulations: All work shall comply with the applicable laws,
regulations and requirements. The disposal of any hazardous materials
encountered shall also comply with the requirements of applicable federal,
state and municipal safety and health requirements. Where there is a conflict
between applicable regulations, the most stringent shall apply.
PART 2 ‐ PRODUCTS ‐ NOT USED
PART 3 ‐ EXECUTION ‐ NOT USED
01 14 00 – PAGE 1 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
SECTION 01 14 00
WORK RESTRICTIONS
PART 1 – GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
B. Section 01 50 00 – Temporary Facilities and Controls
C. Appendix A: Permits
1.2 USE OF PREMISES
A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb
portions of site beyond areas in which the Work is indicated.
1. Unless otherwise indicated, keep roadways, pathways and sidewalks clear
and available to Owner and emergency vehicles at all times. Do not use these
areas for parking or storage of materials.
1. Maintain access to residents along SE 7th Street through
Maplewood Roadside Park parking lot.
2. Schedule deliveries to minimize use of roadways and to
minimize space and time requirements for storage of materials
and equipment on‐site.
3. Schedule and coordinate with Owner/park staff the closure and
use of the Cedar River Trail and bridge structure.
4. Maintain site fencing. Protect existing conditions and areas to remain.
B. Work Hours:
1. Weekdays (Monday through Friday): 7 a.m. to 8 p.m.
2. Haul Activities: 8:30 a.m. to 3:30 p.m.
3. Weekends:
• Saturday: 9 a.m. to 8 p.m.
• Sunday and Holidays: No work permitted.
01 14 00 – PAGE 2 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
C. Public Access and Use: Public use of the site shall be restricted. Contractor shall
close off the public trail at the eastern end of the Project area that is the main
public access route to the site with temporary fencing as described in Section 01
50 00. A pedestrian/cyclist detour route of the Cedar River Trail shall be provided
as described in Section 1.7.
1.3 IN‐WATER WORK
A. In water work may not begin before the 1st of July of a given year and
shall cease by the 31st of August of the same year in accordance with the
regulatory agencies, Washington Department of Fisheries and Wildlife. In
water work includes any work below the Ordinary High Water Mark
including replacement of piles and timber facing, and riprap placement.
The in‐water work shall not deviate from the work described in the Joint
Aquatic Resources Permit Application (JARPA) prepared for the City of
Renton and dated July 2019.
1.4 PERMITS
A. A copy of all permits must be kept on site at all times. These include:
1. Washington Department of Fish and Wildlife (WDFW) Hydraulic
Project Approval (HPA), dated 23, August 2019
2. City of Renton SEPA Exemption
3. City of Renton Shoreline Exemption
4. City of Renton Land Use Permit, dated 16, June 2019
5. U.S. Army Corps of Engineers (USACE) letter (6 September 2019) citing
no federal action
B. Additional project provisions outlined in the WDFW HPA must be adhered to by
the Contractor. These provisions are replicated below.
1. STAGING, JOB SITE ACCESS, AND EQUIPMENT
2. APPROVED PLANS: You must accomplish the work per plans and specifications
submitted with the application and approved by the Washington Department
of Fish and Wildlife entitled, "CEDAR RIVER TRAIL TRESTLE BRIDGE REPAIRS",
dated July 2019, except as modified by this Hydraulic Project Approval (HPA).
You must have a copy of these plans and this HPA available on site during all
phases of the project construction.
01 14 00 – PAGE 3 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
3. INVASIVE SPECIES CONTROL: Thoroughly clean all equipment and gear before
arriving and leaving the job site to prevent the transport and introduction of
aquatic invasive species. Properly dispose of any water and chemicals used to
clean gear and equipment. You can find additional information in the
Washington Department of Fish and Wildlife's Invasive Species Management
Protocols (November 2012), available online at
http://wdfw.wa.gov/publications/01490/wdfw01490.pdf.
4. FISH KILL/ WATER QUALITY PROBLEM NOTIFICATION: If a fish kill occurs or fish
are observed in distress at the job site, immediately stop all activities causing
harm. Immediately notify the Washington Department of Fish and Wildlife
habitat biologist listed below of the problem by calling 425‐449‐6790. If the
likely cause of the fish kill or fish distress is related to water quality, also notify
the Washington Military Department Emergency Management Division at 1‐
800‐258‐5990. Activities related to the fish kill or fish distress must not resume
until the Washington Department of Fish and Wildlife gives approval. The
Washington Department of Fish and Wildlife may require additional measures
to mitigate impacts.
5. STAGING, JOB SITE ACCESS, AND EQUIPMENT: Establish staging areas (used for
equipment storage, vehicle storage, fueling, servicing, and hazardous material
storage) in a location and manner that will prevent contaminants such as
petroleum products, hydraulic fluid, fresh concrete, sediments, sediment‐laden
water, chemicals, or any other toxic or harmful materials from entering waters
of the state.
6. CONSTRUCTION‐RELATED SEDIMENT, EROSION AND POLLUTION
CONTAINMENT
a. Clearly mark boundaries to establish the limit of work associated with site
access and construction.
b. Check equipment daily for leaks and complete any required repairs in an
upland location before using the equipment near the water.
c. Protect all disturbed areas from erosion. Maintain erosion and sediment
control until all work and cleanup of the job site has been completed.
d. All erosion control materials that will remain onsite must be composed of
100% biodegradable materials.
e. Straw used for erosion and sediment control, must be certified free of
noxious weeds and their seeds.
01 14 00 – PAGE 4 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
f. Stop all hydraulic project activities except those needed to control erosion
and siltation, if flow conditions arise that will result in erosion or siltation of
waters of the state.
g. Prevent project contaminants, such as petroleum products, hydraulic fluid,
fresh concrete, sediments, sediment‐laden water, chemicals, or any other
toxic or harmful materials, from entering or leaching into waters of the
state.
h. Deposit waste material from the project, such as construction debris, silt,
excess dirt, or overburden, in an upland area above the limits of
anticipated floodwater.
i. Deposit all trash from the project at an appropriate upland disposal
location.
7. CONSTRUCTION MATERIALS
a. Store all construction and deconstruction material in a location and
manner that will prevent contaminants such as petroleum products,
hydraulic fluid, fresh cement, sediments, sediment‐laden water, chemicals,
or any other toxic or harmful materials from entering waters of the state.
8. DEMOBILIZATION AND CLEANUP
a. Replace native riparian zone vegetation damaged or destroyed by
construction with native trees and native shrubs. Plant trees 10 feet on
center, and shrubs five feet on center.
b. Upon completion of the project, remove all materials or equipment from
the site and dispose of all excess spoils and waste materials in an upland
area above the limits of anticipated floodwater.
c. Remove temporary erosion and sediment control methods after job site is
stabilized or within three months of project completion, whichever is
sooner.
1.5 DUST CONTROL
A. Execute Work by methods to minimize raising dust from construction
operations.
B. Provide positive means to prevent air‐borne dust from dispersing into
atmosphere and surrounding environment. Cover stockpiled material with
tarps, wet down, and take other measures as appropriate.
1.6 NOISE CONTROL
A. Meet all requirements of WAC 173‐60‐040. Meet all requirements of the City
01 14 00 – PAGE 5 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
of Renton Municipal Code.
B. The Contractor shall give the owner a minimum of seven (7) day’s notice prior
to commencing any activity or operation of machinery from which the noise
may be disturbing to occupants of nearby buildings. Any consequences
resulting from failure to give such notice shall be the sole responsibility of the
Contractor. The Contractor shall comply with any directives the Owner may
issue for the purpose of excluding or mitigating any annoyance or disruption
due to noise to occupants of the buildings, or the public in general, by the
operations under this contract.
C. Maintain the level of construction noise inside Adjacent buildings from
exceeding a dB(A) 60 curve (with windows closed).
D. Outdoor Vehicle and Internal Combustion Engine Noise:
1. The noise level of each piece of equipment shall not be greater than 85 dB(A) at a
distance of 50 feet as measured under noisier operating conditions. Provide
rubber‐tired equipment whenever possible instead of metal‐tracked equipment.
Mufflers for stationary engines shall provide hospital‐area silencing quality.
2. Use electrically driven equipment rather than pneumatically driven equipment
where noise is a concern.
3. Erect temporary noise barriers around noisy equipment where operation cannot
be avoided.
4. Verify and ensure that equipment mufflers and noise shrouds are intact and
operational.
5. Shut off all equipment that is not in use.
E. Air Compressors: Equip air compressors with silencing packages. Electric‐
driven compressors are preferred.
1.7 PEDESTRIAN /TRAFFIC CONTROL
A. A pedestrian and cyclist detour route shall be established, which
connects the Cedar River Trail from the western Maplewood Roadside
Park (SE 5th Street and Route 169) and the continuation of the trail at
Maplewood Ave SE. The existing sidewalk along Route 169 may be used
for this route. A sample Pedestrian Control Plan is shown on Sheet G‐5 of
the Plans.
B. Pedestrian Control Plan:
1. The Contractor shall develop, adopt, and submit to the Owner a specific
pedestrian/traffic control plan for protecting and controlling pedestrian, cyclist,
and vehicle traffic during construction operations.
01 14 00 – PAGE 6 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
2. Submittal shall be made at least 10 Working Days before planned
implementation to allow for evaluation of the proposed routing, flagging,
selection and placement of signage and other traffic control devices.
3. Traffic Control Plans shall indicate:
1. Pedestrian/Cyclist and Vehicular traffic routing
2. Proposed location of barricades, signing, and other traffic control devices in
relation to the Cedar River Trail and roadway edges and markings
3. Proposed number of working hours
4. Arrangements for access to residences adjacent to the construction site
5. Arrangements for temporary bus stop zones (if applicable)
6. Routing of construction traffic
7. Coordination in sequencing traffic control with scheduling of Work and work
locations
C. Protective barricades, fencing, and bridges, together with warning and
guidance devices and signs, shall be utilized so that the passageway for
pedestrians is safe, well defined and accessible. The alternate accessible
pedestrian route shall not have abrupt changes in grade or terrain.
Barriers and channelizing devices shall be detectable to pedestrians who
have visual disabilities.
D. Signs shall meet the following standards:
1. They shall conform in size, shape, color, and message with those in Part VI of
the Manual on Uniform Traffic Control Devices (MUTCD).
E. Traffic control devices and other construction materials and features
shall not intrude into the usable width of the sidewalk, alternate
accessible pedestrian route, or other pedestrian facility.
F. Signs and other devices mounted lower than 84‐inches above the
temporary accessible pedestrian route shall not project more than 4‐
inches into the accessible pedestrian route.
G. Signaling and flaggers shall meet requirements of WAC 296‐155‐305.
H. Temporary ramps shall be provided when an alternate accessible
pedestrian route crosses a curb and no permanent curb ramps are in
place. The width of the curb ramp shall be a minimum of 48‐inches and
the maximum slope of the ramp shall be 8.3%. The maximum cross slope
shall be 2.0%. The bottom of the curb ramp shall be flush with the
Roadway.
I. All costs encountered in the maintenance of traffic, including the
01 14 00 – PAGE 7 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 14 00 JANUARY 8, 2020
WORK RESTRICTIONS
placement of traffic cones, construction signs, detours, etc., and traffic
control within and abutting the project shall generally be considered
incidental to traffic control labor unless otherwise specified and no
compensation shall be allowed.
PART 2 ‐ PRODUCTS ‐ NOT USED
PART 3 – EXECUTION ‐NOT USED
END OF SECTION
01 20 00 – PAGE 1 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
SECTION 01 20 00
PRICE AND PAYMENT PROCEDURES
PART 1 – GENERAL
A. Procedures for preparation and submittal of applications for progress payments.
B. Documentation of changes in Contract Sum and Contract Time.
C. Modification procedures.
D. Procedures for preparation and submittal of application for final payment.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and Division 1 specification sections, apply to this
section.
B. See General Conditions all requirements pertaining to retainage.
1.3 SCHEDULE OF VALUES
A. Format: On 8‐1/2" X 11" paper.
B. Forms filled out by hand will not be accepted.
C. Submit printed schedule on form acceptable to the Owner. Contractor's standard
form or electronic media printout will be considered.
D. Submit for Owner approval, electronic format of Schedule of Values, a minimum
of 15 days before first Application for Payment submittal. Approved Schedule of
Values will be used by the Owner as the basis for progress payments.
E. Format: Schedule of Values shall breakdown the total Contract Sum to each
category of work utilizing the Table of Contents of this Project Manual. Identify
each line item with number and title of the specification Section.
1. Site mobilization shall not exceed 5% of Contract Sum.
2. Construction closeout shall not be less than 3% of Contract Sum.
3. For each line item exceeding 5% of Contract Sum, show breakdown by
major products and operations.
4. Cross reference Schedule of Values amounts to the Construction Progress
01 20 00 – PAGE 2 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
Schedule scheduled tasks with specified in Section 01 32 16.
5. Round figures to nearest dollar amount.
6. Make sum of total scheduled costs equal to Contract Sum.
7. Major cost items, which are not directly a cost of actual work‐in‐place, such
as distinct temporary facilities, may be either shown as items in schedule of
values or included in General Conditions, mobilization and/or demobilization
at Contractor's option.
F. Revise schedule to list approved Change Order Proposals (COP) and Field
Authorizations (FA), with each Application for Payment.
1.4 APPLICATIONS FOR PROGRESS PAYMENTS
A. Payment Period: Submit at intervals stipulated in the Agreement, if not
stipulated, at monthly intervals.
B. Prior to first Application for Payment, submit approved Intent to Pay Prevailing
Wages forms for Contractor and all subcontractors. Without exception,
processing of an Application for Payment will not begin until approved copies
are on file with Owner for each classification of laborers, workers, or
mechanics employed by Contractor or subcontractors included in that
Application.
1. Submit a list of all subcontractors and suppliers.
2. Submit instructions to Owner for the disposition of retainage funds.
a. In accordance with chapter 60.28 of the Revised Code of Washington
(RCW), Owner shall reserve a contract retainage not to exceed Five
percent of the moneys earned by Contractor as trust fund for the
protection and payment of:
1) The claims of any person and Owner arising in accordance
with the Contract Documents.
2) The state with respect to taxes imposed pursuant to Title 82 RCW
which may be due from such Contractor.
b. The funds held in retainage shall be held until forty‐five (45)
days following Final Acceptance subject to the provisions of
chapters 39.12 and 60.28 RCW.
01 20 00 – PAGE 3 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
c. Contractor's written instructions should be addressed to the Owner
with a copy to the Engineer.
d. At the option of Contractor, the moneys reserved by Owner shall be either:
1) Retained in a fund by Owner.
2) Bonded for all or any portion of the contract retainage in a form
acceptable to Owner; or
3) Deposited in an interest‐bearing account in a bank, mutual savings
bank, or savings and loan association,
4) Placed in escrow with a bank or trust company by Owner.
(a) Escrow Agent: If the retained funds are to be placed in escrow,
Contractor will select the escrow agent, subject to approval by
Owner. The selected agent must be a bank or trust company in
the State of Washington.
(b) Pursuant to electing the escrow option, an escrow agreement shall
be executed by Contractor, Owner, and bank. Three copies of the
agreement should be completed and executed by Contractor and
returned to Owner for joint execution, who in turn will forward all
copies to the bank for receipt and acceptance. The bank will retain
one copy and return one copy each to Contractor and Owner. A
completed and signed escrow agreement must be on file with
Owner for payment before Contractor's first application is
processed.
(c) Escrow Payments: As each progress estimate is presented for
payment, Contractor shall make a vouchered request for the
retained funds that are to be placed in escrow. Upon receiving a
retainage invoice, Owner will issue a check payable to
Contractor and the bank jointly. Such checks will be mailed to
the bank and Contractor will receive copies of check transmittal
letters.
(d) Escrow Investments: The bank shall invest the retained funds in
bonds and other securities selected by Contractor from the
following list approved by Owner:
01 20 00 – PAGE 4 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
(1) Bills, certificates, notes or bonds of the United States.
(2) Other obligations of the United States or its agencies.
(3) Obligations of any corporation wholly owned by the
government of the United States.
(4) Indebtedness of the Federal National Mortgage Association.
(5) Time deposits in commercial banks, mutual savings banks,
and savings and loan associations in the State of
Washington.
(e) Deposits in savings accounts in commercial banks, mutual
savings banks, and savings and loan associations in the State
of Washington.
(f) The investments selected must mature on or prior to the date set
for completion of the contract, including extensions thereof or
forty‐five (45) days following the Final Acceptance of the
improvement or work. Interest on such investments shall be paid
to Contractor as it accrues.
(g) Escrow Costs and Fees: All escrow costs and fees shall be paid by
Contractor, in accordance with the Escrow Agreement.
(h) Release of Escrow Investments to Contractor: Upon Final
Acceptance and the expiration of forty‐five (45) days following the
date of Acceptance, and contingent upon Contractor's compliance
with provisions of the public works statutes, Owner will issue
written instructions to the bank to release to Contractor the
investments held in escrow. If there should be either unpaid taxes
or other unsatisfied claims against the retained percentage, the
provisions of the Escrow Agreement will govern.
C. Submit draft Application for Payment to Owner for approval 10 days prior to
submittal of actual Application for Payment.
D. Present required information in digital form.
E. Form: As approved by the Owner
F. Execute certification by signature of authorized officer.
G. Use data from approved Schedule of Values. Provide dollar value in each
01 20 00 – PAGE 5 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
column for each line item for portion of work performed.
H. List each authorized Change Order as a separate line item, listing Change Order
number and dollar amount as for an original item of Work.
I. Submit one signed digital image of each Application for Payment.
J. Include the following with the application:
1. Construction progress schedule, revised and current as specified in
Section 01 32 16.
2. Partial release of liens from major Subcontractors and vendors.
3. Affidavits attesting to off‐site stored products if any.
4. Statements of Intents to Pay Prevailing Wages as documented by the
Washington State Department of Labor and Industries for each contractor or
subcontractor included on the Pay Application.
5. List with Contractor, sub‐contractors, and all sub‐sub‐contractors
invoice amounts, UBI number, and Affidavit of Intent’s number.
K. When Owner requires substantiating information, submit data justifying dollar
amounts in question. Provide one copy of data with cover letter for each copy of
submittal. Show application number and date, and line item by number and
description.
1.5 MODIFICATION PROCEDURES
A. Owner will advise of minor changes in the Work not involving an adjustment to
Contract Sum or Contract Time as authorized by the Conditions of the Contract
by issuing supplemental instructions on Owner's standard form.
B. For other required changes, Owner will issue a Field Authorization (FA) signed
by the Owner, A/E and Contractor instructing Contractor to proceed with the
change, for subsequent inclusion in a Change Order.
1. The document will describe the required changes, will identify an initial
estimate of the probable cost of any changes, and will designate method of
determining any change in Contract Sum or Contract Time.
2. Promptly execute the change.
C. For changes for which advance pricing is desired, Owner will issue a request
for Change Order Proposal (COP) that includes a detailed description of a
01 20 00 – PAGE 6 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
proposed change with supplementary or revised drawings and specifications,
a change in Contract Time for executing the change and the period of time
during which the requested price will be considered valid. Contractor will
prepare and submit a fixed price quotation within 14 days.
D. Contractor may propose a change by submitting a request for change to
Owner, describing the proposed change and its full effect on the Work, with a
statement describing the reason for the change, and the effect on the
Contract Sum and Contract Time with full documentation.
E. Computation of Change in Contract Sum: Will be as specified in the Agreement
and the General Conditions.
1. For change requested by Owner for work falling under a fixed price contract,
the amount will be based on Contractor's price quotation.
2. For change requested by Contractor, the amount will be based on the
Contractor's request for a Change Order as approved by Owner.
3. For change ordered by Owner without a quotation from Contractor, the
amount will be determined by Owner based on the Contractor's substantiation of
costs as specified for Time and Material work.
F. Substantiation of Costs: Provide full information required for evaluation.
1. Provide following data:
a. Quantities of products, labor, and equipment.
b. Taxes, insurance, and bonds.
c. Overhead and profit.
d. Justification for any change in Contract Time.
e. Credit for deletions from Contract, similarly documented.
f. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
g. For Time and Material work, submit itemized account and supporting data
after completion of change, within time limits indicated in the Conditions
of the Contract.
G. Execution of Change Orders: Owner will issue Change Orders for signatures of
parties as provided in the Conditions of the Contract.
H. After execution of Change Order, promptly revise Schedule of Values and
Application for Payment forms to record each authorized Change Order as a separate
01 20 00 – PAGE 7 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 20 00 JANUARY 8, 2020
PRICE AND PAYMENT PROCEDURES
line item and adjust the Contract Price.
I. Promptly revise progress schedules to reflect any change in Contract Time, revise
sub‐schedules to adjust times for other items of work affected by the change, and
resubmit.
J. Promptly enter changes in Project Record Documents.
1.5 APPLICATION FOR FINAL PAYMENT
A. Prepare Application for Final Payment as specified for progress payments,
identifying total adjusted Contract Sum, previous payments, and sum remaining
due.
B. Application for Final Payment will not be considered until the following have been
accomplished:
1. Closeout procedures specified in Section 01 70 00.
2. Contractor's Certification of Payment of Debts Claims.
3. Contractor's Certificate of Release of Liens.
4. Owner's approval of Closeout Submittals specified in Section 01 78 00.
5. Completion of punchlist with Owner’s approval.
6. Completion of all Change Orders.
7. Submittal of Affidavit of wages paid for Contractor and subcontractors.
8. L&I release.
9. Sign‐off of all required permits.
10. Posting of Certificate of Occupancy.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION ‐ NOT USED
END OF SECTION
01 21 00 – PAGE 1 OF 1
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 21 00 JANUARY 8, 2020
PREVAILING WAGE RATES
SECTION 01 21 00
PREVAILING WAGE RATES
PART 1 – GENERAL
1.1 SUMMARY
A. This project, located in King County Washington, is subject to the payment of
prevailing wages to all workers. It is the contractor’s responsibility to determine
and use the applicable rates for the appropriate area of the state, as published
by the Washington State Department of Labor and Industries. These rates are
available on the web at
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx.
1. Contractor must include these provisions in all subcontracts for work
performed under this Contract.
B. The “Effective Date” for prevailing wages for this project is the Bid Form due date
above. Upon written request, the Owner will mail a hard copy of the applicable
prevailing wages for this project.
PART 2 ‐ PRODUCTS (NOT USED)
PART 3 ‐ EXECUTION (NOT USED)
END OF SECTION
01 30 00 – PAGE 1 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
SECTION 01 30 00
ADMINISTRATIVE REQUIREMENTS
PART 1 – GENERAL
1.1 SECTION INCLUDES
A. Administration and supervisory personnel.
B. Communication procedures.
C. Project meetings.
D. Preconstruction meeting.
E. Site mobilization meeting.
F. Progress meetings.
G. Coordination procedures.
H. Submittal Types.
I. Submittals for review and information.
J. Number of copies of submittals.
K. Submittal procedures.
L. Daily Progress reports.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and Division 1 specification sections, apply to this
section.
B. Section 01 10 00 ‐ Summary of Work: Work sequence and Owner occupancy.
C. Section 01 32 16 ‐ Construction Schedule: Form, content, and
administration of schedules.
D. Section 01 40 00 ‐ Quality Requirements: Procedural requirements for
quality assurance and quality control.
E. Section 01 70 00 ‐ Execution and Closeout Requirements:
Additional coordination requirements.
F. Section 01 78 00 ‐ Closeout Submittals: Project record documents.
01 30 00 – PAGE 2 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
1.3 SUBMITTALS
A. Personnel list: For principal staff assignments. Include areas of responsibility,
addresses, and phone numbers for 24‐hour‐contact. Include back‐up
personnel.
B. Coordination drawings.
C. Superintendent Daily Reports: Submit at weekly intervals.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION
3.1 ADMINISTRATION AND SUPERVISORY PERSONNEL
A. Provide designated Project Manager, Superintendent and other administrative
and supervisory personnel as required for proper performance of the Work.
3.2 COMMUNICATION PROCEDURES
A. General
1. Address all Project correspondence through Owner. Do not contact Owner
sub consultants directly, unless directed otherwise. Contractor's
subcontractors will not directly contact the Owner, Engineer, or Engineer’s
sub consultants.
2. Owner will issue all instructions, whether verbal or written. No other
instructions will be recognized. Owner will confirm verbal instructions in
writing to Contractor.
a. Exception: Minor clarifications may be confirmed in site reports or meeting
minutes.
3. Format: Number correspondence sequentially beginning with Serial Letter
No. 1. Include project title and number on all correspondence.
B. Requests for Information
1. When field conditions or Contract Documents require clarification or
verification by the Architect or Architect’s sub consultants, submit a
written Request for Information (RFI) to the Owner.
2. Format: Number RFI's sequentially using a consistent form approved by
Owner, containing the following information:
a. Project name and number.
b. RFI number (three digits, beginning with 001).
c. Date of request.
01 30 00 – PAGE 3 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
d. Date of required response.
e. Subject title.
f. Initiator of request.
g. Contract Document reference (drawing and/or specification).
h. Location on site.
i. Description of issue.
j. Contractor's proposed solution, if known.
k. Cost impacts, if known.
l. Space adequate for Architect's review acknowledgement and reply.
3. Provide only one question per RFI.
4. Route RFI's in same manner as Project correspondence.
5. Allow 10 working days for Owner to issue response.
6. Owner reserves the right to void any RFI whose resolution is already
contained within the Contract Documents.
3.3 PROJECT MEETINGS
A. Preconstruction Meeting
1. Owner will schedule a meeting to take place before or on the date for Notice
to Proceed.
2. Attendance Required:
a. Owner.
b. Engineer and selected consultants.
c. Contractor, including Project Manager, Superintendent, QAM, and
major site related subcontractors.
d. City Parks, Facilities, and Development Services staff.
3. Agenda:
a. Distribution of Contract Documents.
b. Designation of project personnel.
c. Procedures and processing of field decisions, submittals, and
substitutions, applications for payments, proposal request, Change
Orders, Record drawings and Contract closeout.
d. Scheduling, early occupancy.
e. Working hours.
f. Responsibility for temporary facilities and controls.
g. Construction related air quality control procedures.
h. Safety.
i. Security.
j. Site access, traffic control, parking availability.
4. Owner will record minutes and provide copies to Engineer and
01 30 00 – PAGE 4 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
Contractor for their distribution to all parties affected by decisions or
actions resulting from the meeting.
B. Progress Meetings
1. Attend progress meetings at bi‐monthly intervals or as required by the
Owner. Coordinate meeting schedule with preparation of applications for
payment.
2. Owner will prepare agenda and preside at meetings.
3. Attendance Required:
a. Owner.
b. Engineer and required sub consultants.
c. Contractor, including Project Manager, Superintendent.
d. Others as appropriate, such as but not limited to; Major
Subcontractors, Suppliers, Manufacturers Representatives, and
Consultants.
4. Agenda:
a. Safety Report.
b. Review minutes of previous meetings for any discrepancies and correct or
approve.
c. Review of Work progress since previous meeting.
d. Look Ahead Schedule: Provide three (3) week look ahead simplified bar
chart schedule coordinated and interfaced with project CPM schedule.
e. Coordination issues, field observations, problems, and decisions.
f. Identification of problems that impede, will impede, or present the
potential for impeding planned progress. Identify corrective measures to
regain projected schedules.
g. Review Non‐conforming work and status of correction.
h. Review of submittals schedule and status of submittals.
i. Review of off‐site fabrication and delivery schedules.
j. Review Requests for Information status.
k. Review issuance of Supplemental Instructions.
l. Review Contract Modifications status, including any effect on
coordination and progress schedule.
m. Maintenance of quality and work standards.
n. Other business relating to Work.
5. Owner will record minutes and provide copies to Engineer and
Contractor for their distribution to all parties affected by decisions or
actions resulting from the meeting.
01 30 00 – PAGE 5 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
a. Required performance results.
b. Protection of construction and personnel.
3.4 COORDINATION PROCEDURES
A. Coordinate construction operations to ensure orderly and efficient installation of
each part of the Work, with due consideration of those features of the Work
dependent on each other for proper installation, connection, and operation.
Ensure full accessibility for required maintenance, service, and repair. Make
adequate accommodations for items scheduled for installation by others.
B. When necessary to assure coordination, provide memoranda for distribution
to each party involved, describing special coordination procedures. Include
such items as required notices, reports, and meetings.
1. Prepare similar memoranda for Owner and separate contractors if
coordination of their work is required.
C. Coordination Meetings: Superintendent will conduct coordination meetings
at appropriate intervals. Project coordination meetings are in addition to
specific meetings held for other purposes, such as progress and pre‐
installation meetings.
1. Required Attendees:
a. Superintendent
b. Subcontractors
c. Suppliers
d. Other entities concerned with current progress or involved in planning,
coordination, or performance of future activities.
2. Agenda:
a. Scheduling.
b. Interface requirements.
c. Off‐site fabrication.
d. Access requirements.
e. Site utilization.
f. Temporary facilities and controls.
g. Quality standards.
3.5 SUBMITTAL TYPES
A. Product Data: Manufacturer's standard published data. Product data includes,
as applicable, manufacturer's catalog cuts, written recommendations,
specifications, and installation instructions; factory installed wiring diagrams;
printed performance curves; operational range diagrams; compliance with
01 30 00 – PAGE 6 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
recognized standards; testing agency labels, and other standard information.
Mark each copy to identify applicable products, models, options, and other
data.
B. Shop Drawings: Project‐specific information as depicted through fabrication
and installation drawings, dimensions (field and factory), roughing‐in and
setting diagrams, design calculations, coordination requirements, and other
project‐specific information.
C. Samples for Selection: Manufacturer's accurately printed or actual samples
showing full range of available features, options, colors, textures, and patterns.
D. Samples for Verification: Project‐specific samples of actual products, illustrating
functional and aesthetic characteristics and including all integral parts and
attachment devices. Provide actual finishes in selected colors, textures, and
patterns.
E. Schedules: A form of shop drawing, typically presented in tabular form and
summarizing key features of the Work. Not to be confused with construction
progress schedule specified in Section 01 32 16.
H. Qualification Data: Written information demonstrating the capabilities and
experience of a firm or person.
I. Certificates: Written statements certifying compliance with requirements. Submit
product, installer, manufacturer, and material certificates on manufacturer's
letterhead. Submit welding certificates on AWS or WABO forms or as required by
authorities having jurisdiction.
J. Test Reports: Reports written by a qualified testing agency, indicating and
interpreting test results of materials or products for compliance with
requirements.
K. Inspection Reports: Reports written by a qualified inspection agency, indicating
and interpreting inspection results of materials, products, or assemblies for
compliance with requirements.
L. Research/Evaluation Reports: Written evidence, from a model code
organization acceptable to authorities having jurisdiction, that product
complies with building code(s) in effect for Project.
M. Manufacturer's Field Reports: Written information documenting factory‐
authorized service representative's tests and inspections.
N. Project Record Documents, Operation & Maintenance Data, and
Warranties and Bonds: Combination of submittal types, submitted at
project closeout. See Section 01 78 00.
01 30 00 – PAGE 7 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
O. Material Safety Data Sheets: Submit directly to Owner.
P. Others as indicated.
3.6 SUBMITTALS FOR OWNER'S REVIEW
A. When the following are specified in individual sections, submit them for review:
1. Product data.
2. Shop drawings.
3. Samples for selection.
4. Samples for verification.
5. Schedules.
6. Qualification Data.
7. Division 1 submittals (plans, construction progress schedules, lists,
reports, closeout submittals, etc.) specified in individual Division 1
sections.
B. Submit to Owner for review for the limited purpose of checking for
conformance with information given and the design concept
expressed in the Contract Documents.
C. Samples will be reviewed only for aesthetic, color, or finish selection.
D. After review, provide copies and distribute in accordance with SUBMITTAL
PROCEDURES article below and for record documents purposes described in
Section 01 78 00 ‐ CLOSEOUT SUBMITTALS.
3.7 SUBMITTALS FOR PROJECT CLOSEOUT
A. When the following are specified in individual sections, submit them at project
closeout:
1. Project record documents.
2. Operation and maintenance data.
3. Warranties.
4. Bonds.
5. Permits.
6. Other types as indicated.
B. Submit for Owner's benefit during and after project completion.
3.8 NUMBER OF COPIES OF SUBMITTALS
A. Submittals may be submitted electronically in a format or system acceptable to
the Owner. Access to the document shall not require special programming,
software, or other proprietary systems. Shop Drawings may be submitted
electronically but will also require submission of one full‐size printed copy. At
the completion of the project, the contractor shall provide a compiled digital record on
a storage device acceptable to the Owner. Additionally, they shall provide one physical
01 30 00 – PAGE 8 OF 8
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 30 00 JANUARY 8, 2020
ADMINISTRATIVE REQUIREMENTS
copy of all project submittals, organized by specification sections and contained in 3‐
ring binders with tabs, titles, and edge identification.
B. Superintendents Daily Report
1. For each Project calendar day beginning with the date of Notice to Proceed,
prepare a report concerning events at the Project site as follows:
a. List of subcontractors on site.
b. Number of personnel on site, and general responsibilities.
c. Equipment on site.
d. Material deliveries.
e. High and low temperatures and general weather conditions.
f. Accidents.
g. Meetings and significant decisions.
h. Unusual events, as described under Special Reports below.
i. Stoppages, delays, shortages, and losses.
j. Emergency procedures.
k. Orders and requests of authorities having jurisdiction.
l. Supplemental Instructions received and implemented.
m. Change Orders received and implemented.
n. Field Authorizations received, and documentation of activities covered
under same.
o. Services connected and disconnected.
p. Equipment or system tests and startups.
Electronically transmit the daily reports to the Owner on every‐other week
basis.
2. Special Reports: When an event of an unusual and significant nature occurs
at Project site, whether or not directly related to the Work, prepare and
submit a special report directly to the Owner within one day of the
occurrence. List chain of events, persons participating, and response by
Contractor's personnel, evaluation of results or effects, and similar
information. Advise Owner in advance when these events are known or
predictable.
END OF SECTION
01 32 16– PAGE 1 OF 3
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 32 16 JANUARY 8, 2020
CONSTRUCTION SCHEDULE
SECTION 01 32 16 CONSTRUCTION SCHEDULE
PART 1 – GENERAL
1.1 SECTION INCLUDES
A. Construction progress schedule, bar chart type.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions for
Washington State Facility Construction, Supplemental Conditions for Washington
State Facilities Construction, and other Division 1 Specification sections, apply to
this Section.
B. Section 01 00 10 ‐ Summary: For work sequence, Owner occupancy, and Owner‐
furnished items.
C. Section 00 12 00 ‐ Payment Procedures: For schedule of values.
D. Section 01 03 00 – Administrative Requirements: For superintendent's daily
progress reports.
1.3 REFERENCES
A. Comply with AGC (CPSM) ‐ Construction Planning and Scheduling Manual;
Associated General Contractors of America; 2004.
1.4 SUBMITTALS
A. Construction Progress Schedule: Indicate complete construction
sequence, from Notice to Proceed through Final Completion.
1. Submit within 7 days of Notice to Proceed.
2. Include written certification that major contractors have reviewed and
accepted proposed schedule.
3. Submit updated schedule with each Application for Payment.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION
3.1 CONTENT
A. The Schedule format shall be a network analysis of the critical path method (CPM).
Show complete sequence of construction by activity, with dates for beginning and
completion of each element of construction.
1. Break down work so that no activity is longer than 21 days, unless
specifically allowed by Owner.
01 32 16– PAGE 2 OF 3
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 32 16 JANUARY 8, 2020
CONSTRUCTION SCHEDULE
2. List submittals, materials procurement, and installation as separate line items.
3. List all permit submittals showing submittal and anticipated issuance dates
4. List all Owner supplied material delivery dates on schedule
5. List all Work by Owner completion dates on schedule
6. The schedule shall include sufficient time for cleaning, punch list review, and
completion of punch list items prior to the designated substantial completion
date.
B. Identify each activity by specification section number.
C. Show accumulated percentage of completion of each item, and total percentage of
Work completed, as of the first day of each month.
D. Indicate procurement activities for long‐lead and major items, including
submittal, approval, and fabrication activities.
E. Coordinate content with schedule of values.
F. Provide legend for symbols and abbreviations used.
G. Contract Modifications: For each proposed contract modification, and
concurrent with its submission, prepare a time‐impact analysis using the current
approved schedule to demonstrate the effect of the proposed change on the
overall project schedule.
3.2 BAR CHARTS
A. Include a separate bar for each major portion of Work or operation.
B. Identify the first work day of each week.
3.3 REVIEW AND EVALUATION OF SCHEDULE
A. Participate in joint review and evaluation of schedule with Owner at each
submittal.
B. Evaluate project status to determine work behind schedule and work ahead of
schedule.
C. After review, revise as necessary as result of review, and resubmit within 5 days.
3.4 UPDATING SCHEDULE
A. Maintain schedules to record actual start and finish dates of completed
activities.
B. Indicate progress of each activity to date of revision, with projected
completion date of each activity.
C. Annotate diagrams to graphically depict current status of Work.
D. Identify activities modified since previous submittal, major changes in
Work, and other identifiable changes.
01 32 16– PAGE 3 OF 3
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 32 16 JANUARY 8, 2020
CONSTRUCTION SCHEDULE
E. Indicate changes required to maintain Date of Substantial Completion.
F. Submit reports required to support recommended changes.
G. Provide narrative report to define problem areas, anticipated delays,
and impact on the schedule. Report corrective action taken or proposed
and its effect.
3.5 DISTRIBUTION OF SCHEDULE
A. Distribute copies of updated schedules to General Contractor's project site file,
to Subcontractors, suppliers, and Architect/Engineer and to the Owner.
B. Instruct recipients to promptly report, in writing, problems anticipated by
projections shown in schedules.
END OF SECTION
01 40 00 – PAGE 1 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
SECTION 01 40 00
QUALITY REQUIREMENTS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Administrative and procedural requirements for Quality assurance and Quality
control.
B. Mock‐ups.
C. Control of installation.
D. Tolerances.
E. Testing and inspection agencies and services.
F. Control of installation.
G. Tolerances.
H. Manufacturers' field services.
I. Defect Assessment.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and other Division 1 Specification sections,
apply to this Section.
B. Section 01 40 00 – Quality Requirements.
C. Section 01 42 16 ‐ Definitions.
1.3 REFERENCE STANDARDS 01 40 00 – Quality Requirements.
A. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.
B. NVLAP: A testing agency accredited according to NIST's National
Voluntary Laboratory Accreditation Program.
1.4 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed before
and during execution of the Work to guard against defects and deficiencies and
to ensure that proposed construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions
during and after execution of the Work used to evaluate that actual products
incorporated into the Work comply with requirements. Services do not include
Contract enforcement activities performed by Architect.
01 40 00 – PAGE 2 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
1.5 SUBMITTALS
A. See Section 01 30 00 ‐ ADMINISTRATIVE REQUIREMENTS, for submittal procedures.
B. Project Quality Plan (PQP): Submit within 14 days of the Notice to Proceed a
written plan detailing the organization and procedures proposed to achieve
quality assurance and quality control so that materials, products, workmanship,
on‐site and off‐site fabrication, construction, and operations are in compliance
with the Contract Documents and within generally accepted quality standards
for similar work. Demonstrate a thorough knowledge of Contract requirements.
The PQP is intended to function as a "living document," anticipating
requirements and documenting results. At minimum, the PQP will include the
following:
1. Qualification Data: For Contractor‐provided testing agencies, to demonstrate
their capabilities and experience, include proof of qualifications in the form
of a recent agency inspection report performed by a recognized authority.
2. Schedule of Tests and Inspections: For all required tests and
inspections. Prepare in tabular form and include the following:
a. Specification Section number and title.
b. Description of test or inspection.
c. Identification of applicable standards.
d. Identification of test and inspection methods.
e. Number/frequency of tests and inspections required.
f. Time schedule (or time span) for tests and inspections.
g. Entity responsible for performing tests and inspections.
h. Requirements for obtaining samples.
i. Unique characteristics of each quality control service.
3. Test and Inspection Log: For use in Part 3 of this Section.
C. Superintendent Daily Reports: Submit at bi‐monthly intervals.
D. Permits, Licenses, and Certificates: For Owner's records, submit copies of
permits, licenses, certifications, inspection reports, releases, jurisdictional
settlements, notices, receipts for fee payments, judgments, correspondence,
records, and similar documents, established for compliance with standards and
regulations bearing on performance of the Work.
1.6 QUALITY ASSURANCE
A. Delegated Design: Where professional design services or certifications by a
design professional are specifically required of Contractor, provide products and
01 40 00 – PAGE 3 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
systems complying with indicated performance and design criteria, or where not
indicated, with performance and design criteria of authorities having jurisdiction.
In addition to shop drawings, product data, and other required submittals,
submit a statement, signed and sealed by the responsible design professional, for
each product and system specifically assigned to Contractor to be designed or
certified by a design professional, indicating that the products and systems are in
compliance with performance and design criteria indicated. Include the list of
codes, loads, and other factors used in performing these services.
1. Professional Engineer Qualifications: A professional legally qualified to
practice in the State of Washington and experienced in providing
engineering services of the kind indicated.
B. Basic Quality Assurance Qualifications: Wherever the Specifications refer to
installers, manufacturers, fabricators, specialists, or factory‐authorized service
representatives, provide entities with the following qualifications:
1. Installer Qualifications: A firm or individual experienced in installing,
erecting, or assembling work similar in material, design, and extent to that
indicated for this Project, whose work has resulted in construction with a
record of successful in‐service performance.
2. Manufacturer Qualifications: A firm experienced in manufacturing products
or systems similar to those indicated for this Project and with a record of
successful in‐service performance.
3. Fabricator Qualifications: A firm experienced in producing products similar
to those indicated for this Project and with a record of successful in‐service
performance, as well as sufficient production capacity to produce required
units.
4. Specialists: Certain sections of the Specifications require that specific
construction activities be performed by recognized experts in those
operations. Specialists shall satisfy qualification requirements indicated and
shall be engaged for the activities indicated.
a. Requirements for specialists shall not supersede building codes and
regulations governing the Work.
5. Factory‐Authorized Service Representative Qualifications: An authorized
representative of manufacturer who is trained and approved by
manufacturer to inspect installation of manufacturer's products similar in
material, design, and extent to those indicated for this Project.
01 40 00 – PAGE 4 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
1.7 QUALITY CONTROL
A. Owner will employ and pay for services of an independent Testing Agency
to perform construction materials testing and inspections services as
indicated under the Structural General Notes in the drawings.
B. Employment of agency in no way relieves Contractor of obligation to
perform Work in accordance with requirements of Contract Documents.
C. Preconstruction Testing: Where approval of materials, products, or equipment
depends on existing test results or preconstruction testing not specifically
assigned to the Owner's Testing Agency, Contractor shall provide evidence of test
results or, if necessary, shall arrange and pay for testing agency services.
1. Testing Agency Qualifications: An NRTL‐recognized, NVLAP‐accredited, or
independent agency with the experience and capability to conduct testing
and inspecting indicated, as documented according to ASTM E 548, and with
additional qualifications specified in individual sections and as required by
authorities having jurisdiction.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION
3.1 CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site
conditions, and workmanship, to produce Work of specified quality.
B. Comply with manufacturers' instructions, including each step‐in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request
clarification from Owner before proceeding.
D. Comply with specified standards as minimum quality for the Work except
where more stringent tolerances, codes, or specified requirements indicate
higher standards or more precise workmanship.
E. Have Work performed by persons qualified to produce required and specified
quality.
F. Verify that field measurements are as indicated on shop drawings or as
instructed by the manufacturer.
G. Secure products in place with positive anchorage devices designed and sized
to withstand stresses, vibration, physical distortion, and disfigurement.
01 40 00 – PAGE 5 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
3.2 MOCK‐UPS
A. Before installing portions of the Work where mock‐ups are required, construct
mock‐ups in location and size indicated for each form of construction and finish
required to comply with the following requirements, using materials indicated
for the completed Work. The purpose of mock‐up is to demonstrate the
proposed range of aesthetic effects and workmanship.
B. Provide supervisory personnel who will oversee mock‐up construction. Provide
workers that will be employed during the construction at Project.
C. Assemble and erect Mock‐ups with specified materials, components,
attachments, anchorage devices, flashings, seals, and finishes.
D. Obtain Owner's approval of mock‐ups before starting work, fabrication, or
construction.
1. Owner will issue written comments within seven (7) working days of initial
review and each subsequent follow up review of each mock‐up.
2. Make corrections as necessary until Owner's approval is issued.
E. Accepted mock‐ups shall be a comparison standard for the remaining Work.
F. Mock‐ups will be removed at completion of construction unless specified to
remain. Where allowed to remain, protect from all damage.
G. Where possible salvage and recycle the demolished mock‐up materials.
3.3 TOLERANCES
A. Monitor fabrication and installation tolerance control of products to
produce acceptable Work. Tolerances will not be cumulative.
B. Comply with manufacturers' tolerances. Should manufacturers' tolerances
conflict with Contract Documents, request clarification from Owner before
proceeding.
C. Adjust products to appropriate dimensions; position before securing products in
place.
3.4 TEST AND INSPECTION LOG
A. Prepare and maintain a record of tests and inspections. Include the following:
1. Date of test or inspection.
2. Description of Work tested or inspected.
3. Identification of testing agency or special inspector conducting test or
inspection.
4. Test or inspection results.
5. Date test or inspection results were transmitted to Owner.
01 40 00 – PAGE 6 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
B. Maintain log at Project site. Post additions and modifications as they occur.
Provide access to test and inspection log for Owner's reference during normal
working hours and prior to each Application for Payment.
3.5 TESTING AND INSPECTION
A. Testing Agency Duties:
1. Provide qualified personnel at site. Cooperate with Owner and
Contractor in performance of services.
2. Perform specified sampling and testing of products in accordance
with specified standards.
3. Ascertain compliance of materials and mixes with requirements of Contract
Documents.
4. Promptly notify Owner and Contractor of observed irregularities or non‐
conformance of Work or products.
5. Perform additional tests and inspections required by Owner.
6. Attend preconstruction meetings.
7. Submit reports of all tests/inspections specified.
B. Limits on Testing/Inspection Agency Authority:
1. Agency may not release, revoke, alter, or enlarge on requirements
of Contract Documents.
2. Agency may not approve or accept any portion of the Work.
3. Agency may not assume any duties of Contractor.
4. Agency has no authority to stop the Work.
C. Contractor Responsibilities:
1. Cooperate with laboratory personnel, and provide access to the Work.
2. Provide incidental labor and facilities:
a. To provide access to Work to be tested/inspected.
b. To obtain and handle samples at the site or at source of Products to be
tested/inspected.
c. To facilitate tests/inspections.
d. To provide storage and curing of test samples.
3. Schedule tests and inspections with Testing Agency. Notify Architect and
laboratory 24 hours prior to expected time for operations requiring
testing/inspection services.
4. Employ services of an independent qualified testing laboratory and pay for
additional samples, tests, and inspections required by Contractor beyond
specified requirements.
5. Arrange with Owner's agency and pay for additional samples, tests, and
inspections required by Contractor beyond specified requirements.
D. Re‐testing required because of non‐conformance to specified
01 40 00 – PAGE 7 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 40 00 JANUARY 8, 2020
QUALITY REQUIREMENTS
requirements shall be performed by the same agency on instructions
by Owner.
E. Re‐testing required because of non‐conformance to specified requirements
shall be paid for by Contractor by deducting testing charges from the Contract
Sum.
3.6 MANUFACTURERS' FIELD SERVICES
A. When specified in individual specification sections, require material or product
suppliers or manufacturers to provide qualified staff personnel to observe site
conditions, conditions of surfaces and installation, quality of workmanship, as
applicable, and to initiate instructions when necessary.
B. Report observations and site decisions or instructions given to applicators or
installers that are supplemental or contrary to manufacturers' written
instructions.
3.7 DEFECT ASSESSMENT
A. Replace Work or portions of the Work not conforming to contract document
requirements.
B. If, in the opinion of Owner, it is not practical to remove and replace the
Work, Owner will direct an appropriate remedy or adjust payment.
C. Maintain a Log of Non‐conforming work, tracking items from instance of
identification to resolution.
3.8 SUPERINDENDENT DAILY REPORTS
A. Write daily reports for each calendar day, beginning with date of Notice to
Proceed, on form(s) approved by Owner. Daily Reports will be factual records
containing numerical data of the Work and quality assurance and control
activities. Identify deficiencies in daily reports and in Non‐Conforming Work Log
as they occur and as they are resolved. Do not address production issues unless
they impact quality assurance or quality control.
B. Superintendent shall sign and date all reports. Verification shall include a
statement that all materials and products incorporated into the Work are in
compliance with the terms of the Contract except as noted.
C. Submit copies of daily reports at each Progress Meeting.
END OF SECTION
01 42 16 – PAGE 1 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 42 16 JANUARY 8, 2020
DEFINITIONS
SECTION 01 42 16
DEFINITIONS
PART 1 – GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and other Division 1 Specification sections, apply to
this Section.
1.2 SUMMARY
A. This section supplements the definitions contained in the General Conditions. In
case of conflict, the General Conditions will take precedence.
B. Other definitions are included in individual specification sections.
1.3 SPECIFICATION FORMAT AND CONTENT
A. Specifications Format: These Specifications are organized into Divisions and
Sections based on the Construction Specifications Institute's 2016
MasterFormat.
B. Specification Content:
1. Language: This specification uses certain conventions in the use of language
and the intended meaning of certain terms, words and phrases when used
in particular situations or circumstances. These conventions are explained
as follows:
a. Wording of the contract documents is abbreviated or streamlined and
frequently includes incomplete sentences.
1) Abbreviated word and terms shall be interpolated as sense requires.
Singular words shall be interpreted as plural and plural words
interpreted as singular where applicable to the context indicated.
b. These specifications are written in imperative mood. This
imperative phraseology is directed to the Contractor, unless
specifically noted otherwise.
c. The terms "Shall", "Shall be", "Will", and "Will be" and similar
words and phrases are defined to have compulsory meaning.
2. Assignment of Specialists:
a. The specification requires that certain specific construction activities shall
be performed by specialists who are recognized experts in the operations
to be performed. The specialist must be engaged for those activities, and
their assignments are requirements over which the Contractor has no
choice or option. However, the responsibility for fulfilling Contract
requirements remains with the Contractor.
01 42 16 – PAGE 2 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 42 16 JANUARY 8, 2020
DEFINITIONS
b. This requirement shall not be interpreted to conflict with enforcement
of building codes and similar regulations governing the work. It is also
not intended to interfere with local trade union jurisdictional
settlements and similar conventions.
c. Use of titles such as "carpentry" in not intended to imply that certain
construction activities must be performed by accredited or unionized
individuals of a corresponding generic name, such as "carpenter". It also
does not imply that requirements specified apply exclusively to
tradespersons of the corresponding generic name.
d. The term "Installer" shall be used to refer to all specialists.
1.4 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the Contract.
B. Terminology ‐ Certain terms used more generally throughout the contract
documents are defined as follows:
1. Addenda: Additions made to the contract documents during the bidding
period. Used to revise, delete, or add to any of the bidding requirements or
contract documents.
2. Approve: Where used in conjunction with the Owner's response or
submittals, requests, applications, inquiries, reports, and claims by the
Contractor, the meaning will be held to the limitations of the Owner's
responsibilities and duties as specified in Section 00 7200, General
Conditions of the Contract.
3. Confirm: Confirm or verify dimension or condition and notify Owner
of findings prior to proceeding with the work.
4. Construction Documents: All of the written and graphic documents prepared
and assembled by the Owner for communicating the design and
administering the construction contract. They include the following
categories: bidding requirements, contract forms, and conditions of the
contract, specifications, drawings, addenda and contract modifications. This
term is interchangeable with "contract documents".
5. Contract Documents: The legally enforceable requirements which become
part of the contract when the agreement is signed. Including the bid
package, project manual and all related documents including construction
documents. See "construction documents" above.
6. Contract Modifications ‐ After agreement has been signed, any
additions, deletions, or modifications to the work are accomplished by
supplemental instructions or change order.
7. Directed: Where not otherwise explained, terms such as "directed",
"requested", "authorized", "selected", "approved", "permitted", "required",
01 42 16 – PAGE 3 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 42 16 JANUARY 8, 2020
DEFINITIONS
and "accepted" mean "directed by the Owner ", "requested by the Owner ",
etc. However, no such implied meaning will be interpreted to extend the
Architect's responsibility into the Contractor’s area of construction
supervision.
8. Drawings: Graphic representations of the work.
9. Furnish: To supply and deliver to project site, unload, and inspect for damage.
10. Install: To unpack, assemble, erect, apply, place, anchor, finish, cure,
protect, clean, start up, protect, and similar operations and make ready for
use.
11. Installer: The person or entity engaged by the Contractor or its
subcontractor or sub‐ subcontractor for the performance of a particular
unit of work at the project site, including installations, erections,
applications, and similar required operations. It is a general requirement
that installers be recognized experts in the work they are engaged to
perform.
12. Product: Material, machinery, components, equipment, fixtures, and systems
forming the work result. Not materials or equipment used for preparation,
fabrication, conveying, or erection and not incorporated into the work result.
Products may be new, never before used, or re‐used materials or equipment.
13. Project Manual: The book‐sized (8 1/2 by 11‐inch format and bound) volume
that includes the procurement requirements (if any), the contracting requirements,
and the specifications.
14. Project Site: The space available to the Contractor for the performance of
the work, either exclusively or in conjunction with others performing other
work as part of the project. The extent of the project site is shown on the
drawings and may or may not be identical with the description of the land
upon which the project is built.
15. Provide: To furnish and install, complete and ready for intended use.
16. Record Drawings: Drawings prepared by the Contractor to indicate
construction changes, including nature and location of concealed work.
17. Shop Drawings: Drawings, schedules, and other information prepared
by the Contractor to describe fabrication and installation of elements of
the work.
18. Specifications: Define the qualitative requirements for products, materials
and workmanship upon which the contract is based.
19. Supply: Same as Furnish.
20. Testing Agency: An independent entity engaged to perform specific
inspections or tests of the work, both at the project site or elsewhere, and
to report and, if required, to interpret the results of those inspections or
01 42 16 – PAGE 4 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 42 16 JANUARY 8, 2020
DEFINITIONS
tests.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION ‐ NOT USED
END OF SECTION
01 50 00 – PAGE 1 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 50 00 JANUARY 8, 2020
TEMPORARY FACILITIES AND CONTROLS
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 – GENERAL
1.1 SECTION INCLUDES
A. Temporary utilities.
B. Temporary telecommunication services.
C. Temporary sanitary facilities.
D. Temporary Controls: barriers, enclosures, fencing, etc.
E. Security requirements.
F. Vehicular access and parking.
G. Waste removal facilities and services.
H. Field offices.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and Division 1 specification sections, apply to this
section.
1.3 TEMPORARY UTILITIES
A. General: Cost or use charges for temporary facilities shall be included in the
Contract Sum. Allow other entities to use temporary services and facilities
without cost, including but not limited to, Owner's construction forces,
Architect, consultants, occupants of the project, testing agencies and
authorities having jurisdiction.
B. All costs associated with preparing utilities for use is the sole responsibility of the
Contractor.
C. Usage costs for temporary site utilities will be provided the Contractor.
1.4 TELECOMMUNICATIONS SERVICES
A. Provide, maintain, and pay for telecommunications services to project
site at time of project mobilization.
1.5 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities for use during construction
01 50 00 – PAGE 2 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 50 00 JANUARY 8, 2020
TEMPORARY FACILITIES AND CONTROLS
operations. Do not use public facilities.
1.6 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction and
staging/storage areas, to prevent access to areas that could be hazardous to
workers or the public and to protect existing facilities and adjacent
properties from damage from construction operations and demolition.
B. Protect stored materials, site, and structures from damage.
1.7 FENCING
A. Construction: Commercial grade chain link fence. No orange roll‐up type fencing is
allowed.
B. Provide 6 foot (1.8 m) high fence around construction site; equip with vehicular
and pedestrian gates with locks.
1.8 CONSTRUCTION AIDS
A. Provide, operate, and maintain a complete plant for fabricating, handling,
conveying, installing and erecting all Work required under the Contract.
Maintain plant and equipment in safe and efficient operating condition.
Contractor shall be responsible for damages due to defective plant and
equipment and uses made thereof.
B. Furnish, install, and maintain for the duration of construction all required
barricades, canopies, warning signs, steps, bridges, platforms and other
temporary construction necessary for proper completion of the work.
Maintain in compliance with all pertinent safety and other regulations.
1.9 SECURITY
A. Provide security and facilities to protect Work, and Owner's operations from
unauthorized entry, vandalism, or theft.
1.10 VEHICULAR ACCESS AND PARKING
A. Comply with regulations relating to use of park sidewalks, access to emergency
facilities, and access for emergency vehicles.
B. Provide and maintain access to fire hydrants, free of obstructions.
C. Provide means of removing mud from vehicle wheels before entering pedestrian
walkways, parking areas, park roads, and city streets.
D. Comply with City traffic and parking regulations.
E. Delivery and Storage: Conduct operations in such a manner as to avoid
01 50 00 – PAGE 3 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 50 00 JANUARY 8, 2020
TEMPORARY FACILITIES AND CONTROLS
unnecessary interference to existing pedestrian and vehicle traffic. Do not park
vehicles in traffic lanes. Provide flag persons, and traffic control signs and devices
as required. Notify Owner in advance of any unusually long or large deliveries.
Storage of materials adjacent to the Project site outside of the construction fence
is not permitted unless authorized by the Owner.
1.11 WASTE REMOVAL
A. Provide waste removal facilities and services as required to maintain the site
in clean and orderly condition.
B. Provide containers with lids. Remove trash from site on a regular basis as needed.
C. If materials to be recycled or re‐used on the project must be stored on‐site,
provide suitable non‐ combustible containers; locate containers holding
flammable material outside the structure unless otherwise approved by the
authorities having jurisdiction.
1.12 PROJECT IDENTIFICATION
A. Provide project identification sign of design and construction per Section 01 58 13.
1.15 EQUIPMENT
A. Fire Extinguishers: Portable, UL‐rated, with extinguishing agent as required
by locations and classes of fire exposure.
1.16 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, materials, and prior to
Substantial Completion inspection.
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during construction to original condition.
D. Restore new permanent facilities used during construction to specified condition.
1.17 QUALITY ASSURANCE
A. Regulations: Comply with industry standards and applicable laws and
regulations of authorities having jurisdiction, including but not limited to:
1. Building code requirements
2. Health and safety regulations
3. Utility company regulations
4. Police, Fire department and rescue squad rules
5. Environmental protection regulations
B. Standards:
1. General: Comply with the following:
01 50 00 – PAGE 4 OF 4
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 50 00 JANUARY 8, 2020
TEMPORARY FACILITIES AND CONTROLS
a. NFPA Code 241, "Building Construction and Demolition Operations".
b. ANSI‐A10 Series standards for "Safety Requirements for Construction and
Demolition".
2. Recommendations: Refer to "Guidelines for Bid Conditions for
Temporary Job Utilities and Services" prepared jointly by AGC and ASC
for industry recommendations.
3. Electrical Service: Comply with NEMA, NECA, and UL standards and
regulations for temporary electrical service. Install service in compliance
with NEC (NFPA 70).
C. Inspections: Arrange for authorities having jurisdiction to inspect and test
each temporary utility before use. Obtain required certifications and permits.
1.18 PROJECT CONDITIONS
A. Conditions of Use:
1. Keep temporary services and facilities clean and neat in appearance.
Operate in a safe and efficient manner.
2. Take necessary fire prevention measures.
3. Do not overload facilities or permit them to interfere with Owner's operations.
4. Do not allow hazardous, dangerous, or unsanitary conditions or public
nuisances to develop or persist on the site.
1.19 SUBMITTALS
A. Temporary Facilities Site Plan: Show temporary facilities, utility
connections, staging areas and parking areas for construction personnel.
B. Temporary Utilities: Prepare a schedule for Owner's approval indicating dates
for implementation and termination of each temporary utility provision.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION ‐ NOT USED
END OF SECTION
01 57 00 – PAGE 1 OF 2
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 57 00 JANUARY 8, 2020
ENVIRONMENTAL CONTROLS
SECTION 01 57 00
ENVIRONMENTAL CONTROLS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. General Description of the Work: Maintain environmental controls by the
Contractor until the acceptance of the Work. The work also includes compliance
with all controls or ordinances with respect to site waste water, dust, and traffic.
1.2 SITE MAINTENANCE
A. Contractor shall maintain site in order that materials and debris does not enter
into waterways. Maintain environmental controls in compliance with regulatory
agency permits and approvals.
B. The Contractor shall keep the work site and staging areas clean and free from
rubbish and debris. Materials and equipment shall be removed from the site
when they are no longer necessary.
C. Upon completion of the work and before final acceptance, the work site shall be
cleared of equipment, unused materials and rubbish to present a clean and neat
appearance in conformance with the present condition of the site.
D. Clean‐up: Parking lot, trail, and walkways shall be cleaned prior to Substantial
Completion and Final Acceptance.
Waste material of any kind shall not be permitted to remain on the site of the
work, the staging area, the park, or adjacent roads. Immediately upon such
materials becoming unfit for use in the work, they shall be collected, removed
from the site, and recycled or disposed of by the Contractor.
In the event that waste or recyclable material, refuse, debris, and/or rubbish are
not removed from the work by the Contractor, the City reserves the right to have
the waste, recyclable material, refuse, debris and/or rubbish removed. The
expense of the removal and disposal will be charged to the Contractor.
E. Environmental Contaminant Prevention:
Construction materials shall be handled with care to prevent entry of
contaminants into surface waters, groundwater, storm drains, air, or soils. The
01 57 00 – PAGE 2 OF 2
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 57 00 JANUARY 8, 2020
ENVIRONMENTAL CONTROLS
Contractor shall be responsible for all cleanup costs, fines and/or penalties
incurred as a result of improper handling of materials used to perform the work.
The Contractor shall be responsible for preventing dirt and dust from
escaping from trucks and equipment entering or departing the project site by
covering dusty loads, washing truck tires before leaving the site, and/or other
reasonable methods.
When working dump trucks and/or other equipment are on paved streets and
roadways, the Contractor will be required to clean said streets if required by the
City at the conclusion of each day’s operations.
In the event that the above requirements are violated and no action is taken by
the Contractor after notification of infraction by the City, the City reserves the
right to have the streets in question cleaned by others and the expense of the
operation will be charged to the Contractor.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
01 58 13 – PAGE 1 OF 3
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 58 13 JANUARY 8, 2020
TEMPORARY PROJECT SIGNAGE
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 – GENERAL
1.1 SECTION INCLUDES
A. Project identification sign.
1.2 QUALITY ASSURANCE
A. Design sign and structure to withstand 50 miles/hr (80 km/hr) wind velocity.
B. Sign Painter: Experienced as a professional sign painter for minimum three years.
C. Finishes, Painting: Adequate to withstand weathering, fading, and
chipping for duration of construction.
1.3 SUBMITTALS
A. See Section 01 30 00 ‐ Administrative Requirements for submittal procedures.
PART 2 PRODUCTS
2.1 SIGN MATERIALS
A. Structure and Framing: New, wood, structurally adequate.
B. Sign Surfaces: Exterior grade plywood with medium density overlay,
minimum 3/4 inch (19 mm) thick, standard large size to minimize joints.
C. Paint and Primers: Exterior quality, two coats; sign background of white color.
D. Lettering: Exterior quality paint, contrasting colors.
2.2 PROJECT IDENTIFICATION SIGN
A. (1) One painted sign, 4’x8’, bottom 6 feet (2 m) above ground. Locations to be
directed by Owner.
B. Content:
1. Project title, logo and name of Owner as indicated on Contract Documents.
2. Name of Engineer.
3. Name of Prime Contractor.
4. Contract Value.
5. Project Schedule.
C. Graphic Design, Colors, Style of Lettering: See detail.
01 58 13 – PAGE 2 OF 3
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 58 13 JANUARY 8, 2020
TEMPORARY PROJECT SIGNAGE
PART 3 EXECUTION
3.1 INSTALLATION
A. Receive approval from Owner of signage design prior to installation at site.
B. Install project identification sign within 30 days after date fixed by Notice to
Proceed.
C. Erect at designated location, as directed by Owner.
D. Install sign surface plumb and level, with butt joints. Anchor securely.
3.2 REMOVAL
A. Remove signs, framing, supports, and foundations at completion of Project and
restore the area.
END OF SECTION
01 58 13 – PAGE 3 OF 3
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 58 13 JANUARY 8, 2020
TEMPORARY PROJECT SIGNAGE
01 70 00 – PAGE 1 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
SECTION 01 70 00
EXECUTION AND CLOSEOUT REQUIREMENTS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Examination, preparation, and general installation procedures.
B. Requirements for alterations work, including selective demolition, except
removal, disposal, and/or remediation of hazardous materials and toxic
substances.
C. Pre‐installation meetings.
D. Cutting and patching.
E. Surveying for laying out the work.
F. Cleaning and protection.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and Division 1 specification sections, apply to this
section.
B. Section 01 50 00 ‐ Temporary Facilities and Controls: Temporary exterior
enclosures.
C. Section 01 74 19 ‐ Construction Waste Management and Disposal:
Additional procedures for trash/waste removal, recycling, salvage, and
reuse.
D. Section 01 78 00 – Closeout Submittals: O & M, Record Drawings and other
documents due at completion.
1.3 REFERENCE STANDARDS
A. NFPA 241 ‐ Standard for Safeguarding Construction, Alteration, and Demolition
Operations; 2009.
1.4 SUBMITTALS
A. Qualification Data: For Land Surveyor (if used)
B. Survey work: Submit name, address, and telephone number of Surveyor
before starting survey work.
1. Submit documentation verifying accuracy of survey work.
2. Submit a copy of site drawing signed by the Land Surveyor, that the
01 70 00 – PAGE 2 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
elevations and locations of the work are in conformance with Contract
Documents.
3. Submit digital record survey for the project record in AutoCAD format.
Note final location of building, site improvements, benchmarks, and
utilities.
C. Cutting and Patching: Submit written request in advance of cutting or alteration
that affects:
1. Structural integrity of any element of Project.
2. Integrity of weather exposed or moisture resistant element.
3. Efficiency, maintenance, or safety of any operational element.
4. Visual qualities of sight exposed elements.
5. Work of Owner or separate Contractor.
6. Include in request:
a. Identification of Project.
b. Location and description of affected work.
c. Necessity for cutting or alteration.
d. Description of proposed work and products to be used.
e. Effect on work of Owner or separate Contractor.
f. Written permission of affected separate Contractor.
g. Date and time work will be executed.
D. Project Record Documents: Per Section 01 78 00
1.5 QUALIFICATIONS
A. For survey work, employ a land surveyor registered in State of Washington
and acceptable to Owner. Submit evidence of Surveyor's Errors and Omissions
insurance coverage in the form of an Insurance Certificate.
B. For field engineering, employ a professional engineer of the discipline required
for specific service on Project, licensed in Washington.
1.6 PROJECT CONDITIONS
A. Dust Control: Execute work by methods to minimize raising dust from
construction operations. Provide positive means to prevent air‐borne dust
from dispersing into atmosphere and over adjacent property.
B. Noise Control: Provide methods, means, and facilities to minimize noise
produced by construction operations.
C. Pollution Control: Provide methods, means, and facilities to prevent
contamination of soil, water, and atmosphere from discharge of noxious, toxic
substances, and pollutants produced by construction operations. Comply with
federal, state, and local regulations.
1.7 COORDINATION
01 70 00 – PAGE 3 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
A. See Section 01 10 00 for occupancy‐related requirements.
B. Coordinate scheduling, submittals, and work of the various sections of the Project
Manual to ensure efficient and orderly sequence of installation of interdependent
construction elements, with provisions for accommodating items installed later.
C. Coordinate completion and clean‐up of work of separate sections.
PART 2 PRODUCTS – NOT USED
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substructure surfaces are acceptable for
subsequent work.
Start of work means acceptance of existing conditions.
B. Verify that existing substructure is capable of structural support or
attachment of the work being applied or attached.
C. Examine and verify specific conditions described in individual specification
sections.
D. Take field measurements before confirming product orders or beginning
fabrication, to minimize waste due to over‐ordering or mis‐fabrication.
E. Verify that utility services are available, of the correct characteristics, and in the
correct locations.
F. Prior to Demolition: Examine existing conditions prior to commencing work,
including elements subject to damage or movement during demolition. After
uncovering existing work, assess conditions affecting performance of work.
Beginning of demolition means acceptance of existing conditions.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply manufacturer required or recommended substrate primer, sealer, or
conditioner prior to applying any new material or substance in contact or
bond.
3.3 PRE‐INSTALLATION MEETINGS
A. When required in individual specification sections, convene a pre‐installation
meeting at the site prior to commencing work of the section.
01 70 00 – PAGE 4 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
B. Require attendance of parties directly affecting, or affected by, work of the specific
section.
C. Notify Owner four days in advance of meeting date.
D. Prepare agenda and preside at meeting:
1. Review conditions of examination, preparation and installation procedures.
2. Review coordination with related work.
E. Record minutes and distribute copies within two days after meeting to
participants, with two copies to Architect, Owner, participants, and those
affected by decisions made.
3.4 LAYING OUT THE WORK
A. Verify locations of survey control points prior to starting work.
B. Promptly notify Owner of any discrepancies discovered.
C. Contractor shall locate and protect survey control and reference points.
D. Control datum for survey is that indicated on Drawings.
E. Promptly report to Owner the loss or destruction of any reference point or
relocation required because of changes in grades or other reasons.
F. Replace dislocated survey control points based on original survey control.
Make no changes without prior written notice to Owner.
G. Utilize recognized engineering survey practices.
H. Establish a minimum of two permanent bench marks on site, referenced to
established control points. Record locations, with horizontal and vertical
data, on project record documents.
I. Establish elevations, lines and levels. Locate and lay out by
instrumentation and similar appropriate means:
1. Site improvements including pavements; stakes for grading, fill and topsoil
placement; utility locations, slopes, and invert elevations.
2. Grid or axis for structures.
J. Periodically verify layouts by same means.
K. Maintain a complete and accurate log of control and survey work as it progresses.
3.5 GENERAL INSTALLATION REQUIREMENTS
A. Install products as specified in individual sections, in accordance with
manufacturer's instructions and recommendations, and so as to avoid waste
due to necessity for replacement.
B. Make vertical elements plumb and horizontal elements level, unless otherwise
indicated.
01 70 00 – PAGE 5 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
C. Install equipment and fittings plumb and level, neatly aligned with adjacent
vertical and horizontal lines, unless otherwise indicated.
D. Make consistent texture on surfaces, with seamless transitions, unless otherwise
indicated.
E. Make neat transitions between different surfaces, maintaining texture and
appearance.
3.6 CUTTING AND PATCHING
A. Whenever possible, execute the work by methods that avoid cutting or patching.
B. Perform whatever cutting and patching is necessary to:
1. Complete the work.
2. Fit products together to integrate with other work.
3. Provide openings for penetration of mechanical, electrical, and other services.
4. Match work that has been cut to adjacent work.
5. Repair areas adjacent to cuts to required condition.
6. Repair new work damaged by subsequent work.
7. Remove samples of installed work for testing when requested.
8. Remove and replace defective and non‐conforming work.
C. Execute cutting and patching including excavation and fill:
1. To complete the work.
2. To uncover work in order to install improperly sequenced work.
3. To remove and replace defective or non‐conforming work.
4. To remove samples of installed work for testing when requested.
5. To provide openings in the work for penetration of mechanical and
electrical, and other services.
6. To execute patching to complement adjacent work.
7. To fit materials and products to integrate with other work.
D. Execute work by methods that avoid damage to other work and that will
provide appropriate surfaces to receive patching and finishing. In
existing work, minimize damage and restore to original condition.
E. Employ original installer to perform cutting for weather exposed and moisture
resistant elements, and sight exposed surfaces.
F. Restore work with new products in accordance with requirements of Contract
Documents.
G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through
surfaces.
H. Cutting:
1. Cut work by methods that will not damage work to be retained and work
01 70 00 – PAGE 6 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
adjoining. Review proposed procedure(s) with original installer where
possible and comply with its recommendations.
2. Where cutting is required, cut work with sawing, drilling, coring and
grinding tools. Pneumatic hammering and chopping tools not allowed
without prior approval.
J. Patching:
1. Finish patched surfaces to match finish that existed prior to patching. Patch
with seams which are durable and invisible as possible. Comply with
specified tolerances of the work. On continuous surfaces, refinish to nearest
intersection or natural break. For an
assembly, refinish entire unit.
2. Restore exposed finishes of patched areas and, where necessary, extend
finish restoration onto retained work adjoining in a manner which will
eliminate evidence of patching.
3. Where feasible, inspect and test patched areas to demonstrate integrity of
work.
4. Match color, texture, and appearance.
5. Repair patched surfaces that are damaged, lifted, discolored, or showing
other imperfections due to patching work. If defects are due to condition
of substrate, repair substrate prior to repairing finish.
3.7 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a
clean and orderly condition.
B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces,
and other closed or remote spaces, prior to enclosing the space.
C. Broom and vacuum clean interior areas prior to start of surface finishing, and
continue cleaning to eliminate dust.
D. Collect and remove waste materials, debris, and trash/rubbish from site
periodically and dispose off‐site; do not burn or bury.
3.8 PROTECTION OF INSTALLED WORK
A. Protect installed work from damage by construction operations.
B. Provide special protection where specified in individual specification sections.
C. Provide temporary and removable protection for installed products. Control
activity in immediate work area to prevent damage.
D. Provide protective coverings at walls, projections, jambs, sills, and soffits of
openings.
E. Protect cast concrete to remain exposed in the finished building, finished floors,
01 70 00 – PAGE 7 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
stairs, roofing and other surfaces from traffic, dirt, wear, damage, or movement
of heavy objects, by protecting with durable sheet materials.
F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or
activity is necessary, obtain recommendations for protection from
waterproofing or roofing material manufacturer.
G. Prohibit traffic from landscaped areas.
H. Remove protective coverings when no longer needed; reuse or recycle plastic
coverings if possible.
3.9 CLOSE‐OUT COORDINATION
A. See Section 01 10 00 for occupancy‐related requirements.
B. Coordinate scheduling, submittals, and work of the various sections of the Project
Manual to ensure efficient and orderly sequence of installation of
interdependent construction elements, with provisions for accommodating items
installed later.
C. Notify affected utility companies and comply with their requirements.
D. Verify that utility requirements and characteristics of new operating equipment
are compatible with building utilities. Coordinate work of various sections having
interdependent responsibilities for installing, connecting to, and placing in
service, such equipment.
E. Coordinate space requirements, supports, and installation of mechanical and
electrical work that are indicated diagrammatically on Drawings. Follow
Coordination Drawings routing shown for pipes, ducts, and conduit, as closely as
practicable; place runs parallel with lines of building. Utilize spaces efficiently to
maximize accessibility for other installations, for maintenance, and for repairs.
F. In finished areas except as otherwise indicated, conceal pipes, ducts,
and wiring within the construction. Coordinate locations of fixtures
and outlets with finish elements.
G. Coordinate completion and clean‐up of work of separate sections.
3.10 SUBSTANTIAL COMPLETION
A. Substantial Completion is defined in the General Conditions
B. Preliminary Procedures: Before requesting inspection for determining date
of Substantial Completion, complete the following. List items below that are
incomplete in request, provide detailed work plan to complete each item
and anticipated dates of completion.
1. Submit Contractor's Punch List. For each item, include the dollar value of
01 70 00 – PAGE 8 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
Work remaining, and reasons why the Work is not complete.
2. Submit substantial completion checklist.
3. Advise Owner of pending insurance changeover requirements.
4. Obtain and submit releases permitting Owner unrestricted use of the Work
and access to services and utilities. Include occupancy permits, operating
certificates, and similar releases.
5. Prepare and submit initial Operation and Maintenance Manuals,
damage or settlement surveys, property surveys, and similar final
record information.
6. Make final changeover of permanent locks and deliver keys to Owner.
Advise Owner's personnel of changeover in security provisions.
7. Submit test/adjust/balance records.
8. Terminate and remove temporary facilities from Project site,
along with mockups, construction tools, and similar elements.
9. Submit changeover information related to Owner's occupancy,
use, operation, and maintenance.
10. Complete final cleaning requirements.
11. Touch up and otherwise repair and restore marred exposed finishes to
eliminate visual defects.
C. Inspection: Submit a written request for inspection for Substantial Completion.
On receipt of request, Owner/Architect will either proceed with inspection or
notify Contractor of unfulfilled requirements. During inspection,
Owner/Architect will verify submitted Contractor's Punch List and will add or
deduct items as necessary to form the Owner’s/Engineer's Substantial
Completion Punch List. The Owner’s/Architect’s Substantial Completion Punch
List will subsequently be provided to the Contractor for resolution.
Owner/Engineer will prepare the Certificate of Substantial Completion after
inspection or will notify Contractor of items, either on the Contractor's Punch List
or the Owner’s/ Engineer's Substantial Completion Punch List that must be
completed or corrected before certificate will be issued.
1. Re‐inspection: If, following Owner’s/Architect’s inspection, Certificate of
Substantial Completion is not granted, request re‐inspection when the
Work identified as incomplete is completed or corrected. Unless waived by
Owner, a deductive Change Order for A/E costs will be executed for all
Substantial Completion re‐inspections.
2. Results of completed inspection will form the basis of requirements for Final
Completion.
D. Checklist: In order to certify, Substantial Completion, all elements on the
Substantial Completion Checklist (attached to this section) MUST be complete.
01 70 00 – PAGE 9 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
3.11 FINAL COMPLETION
A. Preliminary Procedures: Before requesting final inspection for determining date
of Final Completion, complete the following:
1. Submit specific warranties, workmanship bonds, maintenance service
agreements, final certifications, and similar documents.
2. Submit copy of Engineer's Substantial Completion Punch List, with signed
and dated certification by the QAM stating that every item has been
completed or otherwise resolved for acceptance.
3. Submit evidence of final, continuing insurance coverage
complying with insurance requirements.
4. Prepare and submit Project Record Documents, final Operation and
Maintenance Manuals, damage or settlement surveys, property surveys,
and similar final record information.
5. Deliver tools, spare parts, extra materials, accessory keys, and similar
items to location designated by Owner. Label with manufacturer's
name and model number where applicable. Except where impractical,
provide parts and materials in original unopened packaging.
Permanently label all accessory keys.
6. Complete any deferred testing as defined in Division 1 Section
"Commissioning Requirements."
7. Submit pest‐control final inspection report and certification.
8. Instruct Owner's personnel in operation, adjustment, and
maintenance of products, equipment, and systems.
9. Submit Application for Final Payment and required support documentation
and certifications according to Division 1 Section "Payment Procedures."
B. Inspection: Submit a written request for final inspection for acceptance. On
receipt of request, Engineer will either proceed with inspection or notify
Contractor of unfulfilled requirements. Engineer will certify Application for Final
Payment after inspection or will notify Contractor of construction that must be
completed or corrected before certificate will be issued.
1. Re‐inspection: Request re‐inspection when the Work identified in previous
inspections as incomplete is completed or corrected. Unless waived by
Owner, a deductive Change Order for A/E costs will be executed for Final
Completion re‐inspections greater than one in number.
C. Checklist: In order to certify, Final Completion, all elements on the Final
Completion Checklist (attached to this section) MUST be complete.
3.12 LIST OF INCOMPLETE ITEMS (CONTRACTOR'S PUNCH LIST)
01 70 00 – PAGE 10 OF 10
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 70 00 JANUARY 8, 2020
EXECUTION AND CLOSEOUT REQUIREMENTS
A. General: The QAM shall prepare a single list of items to be completed and
corrected. Include name and identification of each space and area affected by
construction operations for incomplete items and items needing correction
including, if necessary, areas disturbed by Contractor that are outside the limits
of construction. Use layout provided in electronic format by Engineer. Submit
three copies of list.
3.13 FINAL CLEANING
A. Execute final cleaning prior to Substantial Completion.
B. Use cleaning materials that are nonhazardous.
1. Clean surfaces exposed to view; remove temporary labels, stains and foreign
substances.
2. Clean equipment and fixtures to a sanitary condition with cleaning
materials appropriate to the surface and material being cleaned.
3. Clean site; sweep paved areas, rake clean landscaped surfaces.
4. Remove waste, surplus materials, trash/rubbish, and construction
facilities from the site; dispose of in legal manner; do not burn or bury.
END OF SECTION
01 74 19 – PAGE 1 OF 5
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 74 19 JANUARY 8, 2020
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
5
SECTION 01 74 19
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
PART 1 GENERAL
1.1 WASTE MANAGEMENT REQUIREMENTS
A. Owner requires that this project generate the least amount of trash and waste
possible.
B. Employ processes that ensure the generation of as little waste as possible
due to error, poor planning, breakage, mishandling, contamination, or
other factors.
C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much
waste as economically feasible.
D. Required Recycling, Salvage, and Reuse: The following may not be disposed of
in landfills or by incineration:
1. Aluminum and plastic beverage containers.
2. Corrugated cardboard.
3. Wood pallets.
4. Treated wood.
5. Metals, including packaging banding, metal studs, sheet metal,
structural steel, piping, reinforcing bars, and other items made of
steel, iron, galvanized steel, stainless steel, aluminum, copper, zinc,
lead, brass, and bronze.
6. Glass.
7. Plastic sheeting.
E. Contractor shall develop and follow a Waste Management Plan designed to
implement these requirements.
F. Methods of trash/waste disposal that are not acceptable are:
1. Burning on the project site.
2. Burying on the project site.
3. Dumping or burying on other property, public or private.
4. Other illegal dumping or burying.
G. Regulatory Requirements: Contractor is responsible for knowing and complying
with regulatory requirements, including but not limited to Federal, State, and
King County requirements, Ordinance 18166 codified in King County Code
Chapter 10.30, Construction and Demolition Waste, and City of Renton
requirements pertaining to legal disposal of all construction and demolition waste
materials.
01 74 19 – PAGE 2 OF 5
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 74 19 JANUARY 8, 2020
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
5
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and Division 1 specification sections, apply to this
section.
B. Section 01 30 00 ‐ Administrative Requirements: Additional requirements for
project meetings, reports, submittal procedures, and project documentation.
C. Section 01 50 00 ‐ Temporary Facilities and Controls: Additional
requirements related to trash/waste collection and removal facilities
and services.
D. Section 01 70 00 ‐ Execution and Closeout Requirements: Trash/waste
prevention procedures related to demolition, cutting and patching,
installation, protection, and cleaning.
1.3 DEFINITIONS
A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk,
adhesives, glues, or the like.
B. Construction and Demolition Waste: Solid wastes typically including building
materials, packaging, trash, debris, and rubble resulting from construction, repair
and demolition operations.
C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e.,
ignitability, corrosively, toxicity or reactivity.
D. Nonhazardous: Exhibiting none of the characteristics of hazardous
substances, i.e., ignitability, corrosively, toxicity, or reactivity.
E. Nontoxic: Neither immediately poisonous to humans nor poisonous
after a long period of exposure.
F. Recyclable: The ability of a product or material to be recovered at the end
of its life cycle and remanufactured into a new product for reuse by others.
G. Recycle: To remove a waste material from the project site to another site for
remanufacture into a new product for reuse by others.
H. Recycling: The process of sorting, cleansing, treating and reconstituting solid
waste and other discarded materials for the purpose of using the altered form.
Recycling does not include burning, incinerating, or thermally destroying waste.
I. Return: To give back reusable items or unused products to vendors for credit.
J. Reuse: To reuse a construction waste material in some manner on the project site.
K. Salvage: To remove a waste material from the project site to another site for
01 74 19 – PAGE 3 OF 5
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 74 19 JANUARY 8, 2020
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
5
resale or reuse by others.
L. Sediment: Soil and other debris that has been eroded and transported
by storm or well production run‐off water.
M. Source Separation: The act of keeping different types of waste materials
separate beginning from the first time they become waste.
N. Toxic: Poisonous to humans either immediately or after a long period of exposure.
O. Trash: Any product or material unable to be reused, returned, recycled, or
salvaged.
P. Waste: Extra material or material that has reached the end of its useful life in
its intended use. Waste includes salvageable, returnable, recyclable, and
reusable material.
1.4 SUBMITTALS
A. See Section 01 30 00 ‐ Administrative Requirements, for submittal procedures.
B. Waste Management Plan: Include the following information:
1. Analysis of the trash and waste projected to be generated during
the entire project construction cycle, including types and
quantities.
2. Landfill Options: The name, address, and telephone number of the landfill(s)
where trash/waste will be disposed of, the applicable landfill tipping fee(s),
and the projected cost of disposing of all project trash/waste in the landfill(s).
3. Landfill Alternatives: List all waste materials that will be diverted from
landfills by reuse, salvage, or recycling.
4. Meetings: Describe regular meetings to be held to address waste
prevention, reduction, recycling, salvage, reuse, and disposal.
5. Materials Handling Procedures: Describe the means by which materials to
be diverted from landfills will be protected from contamination and
prepared for acceptance by designated facilities; include separation
procedures for recyclables, storage, and packaging.
6. Transportation: Identify the destination and means of transportation of
materials to be recycled; i.e. whether materials will be site‐separated and
self‐hauled to designated centers, or whether mixed materials will be
collected by a waste hauler.
C. Waste Disposal Reports: Submit at specified intervals, with details of
quantities of trash and waste, means of disposal or reuse, and costs; show
both totals to date and since last report.
1. Submit updated Report with each Application for Progress Payment; failure
to submit Report will delay payment.
2. Submit Report on a form acceptable to Owner.
01 74 19 – PAGE 4 OF 5
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 74 19 JANUARY 8, 2020
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
5
3. Landfill Disposal: Include the following information:
a. Identification of material.
b. Amount, in tons or cubic yards (cubic meters), of trash/waste material
from the project disposed of in landfills.
c. State the identity of landfills, total amount of tipping fees paid to landfill,
and total disposal cost.
d. Include manifests, weight tickets, receipts, and invoices as evidence of
quantity and cost.
4. Recycled and Salvaged Materials: Include the following information for each:
a. Identification of material, including those retrieved by installer for use on
other projects.
b. Amount, in tons or cubic yards (cubic meters), date removed from the
project site, and receiving party.
c. Transportation cost, amount paid or received for the material, and
the net total cost or savings of salvage or recycling each material.
d. Include manifests, weight tickets, receipts, and invoices as evidence of
quantity and cost.
e. Certification by receiving party that materials will not be disposed
of in landfills or by incineration.
5. Material Reused on Project: Include the following information for each:
a. Identification of material and how it was used in the project.
b. Amount, in tons or cubic yards (cubic meters).
c. Include weight tickets as evidence of quantity.
6. Other Disposal Methods: Include information similar to that described above,
as appropriate to disposal method.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION
3.1 WASTE MANAGEMENT PROCEDURES
A. See Section 01 30 00 for additional requirements for project
meetings, reports, submittal procedures, and project documentation.
B. See Section 01 50 00 for additional requirements related to trash/waste
collection and removal facilities and services.
C. See Section 01 70 00 for trash/waste prevention procedures related to
demolition, cutting and patching, installation, protection, and cleaning.
3.2 WASTE MANAGEMENT PLAN IMPLEMENTATION
A. Manager: Designate an on‐site person or persons responsible for
instructing workers and overseeing and documenting results of the
01 74 19 – PAGE 5 OF 5
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 74 19 JANUARY 8, 2020
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
5
Waste Management Plan.
B. Communication: Distribute copies of the Waste Management Plan to job
site foreman, each subcontractor, Owner, and Architect.
C. Instruction: Provide on‐site instruction of appropriate separation, handling, and
recycling, salvage, reuse, and return methods to be used by all parties at the
appropriate stages of the project.
D. Meetings: Discuss trash/waste management goals and issues at project meetings.
1. Pre‐construction meeting.
2. Regular job‐site meetings.
E. Facilities: Provide specific facilities for separation and storage of materials for
recycling, salvage, reuse, return, and trash disposal, for use by all contractors
and installers.
1. Provide containers as required.
2. Provide adequate space for pick‐up and delivery and convenience to
subcontractors.
3. Keep recycling and trash/waste bin areas neat and clean and clearly
marked in order to avoid contamination of materials.
F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes
according to applicable regulations.
G. Recycling: Separate, store, protect, and handle at the site identified recyclable
waste products in order to prevent contamination of materials and to maximize
recyclability of identified materials. Arrange for timely pickups from the site or
deliveries to recycling facility in order to prevent contamination of recyclable
materials.
H. Reuse of Materials On‐Site: Set aside, sort, and protect separated products in
preparation for reuse.
I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off‐site.
END OF SECTION
01 78 00 – PAGE 1 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
SECTION 01 78 00
CLOSEOUT SUBMITTALS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Project Record Documents.
B. Operation and Maintenance Data.
C. Warranties and bonds.
1.2 RELATED REQUIREMENTS
A. Drawings and general provisions of the Contract, including General and
Supplemental Conditions and Division 1 specification sections, apply to this
section.
B. Section 01 30 00 ‐ Administrative Requirements: Submittals procedures, shop
drawings, product data, and samples.
C. Section 01 70 00 ‐ Execution and Closeout Requirements: Contract
closeout procedures. Substantial Completion and Final Completions
Checklists.
D. Individual Product Sections: Specific requirements for operation and maintenance
data.
E. Individual Product Sections: Warranties required for specific products or Work.
1.3 SUBMITTALS
A. Project Record Documents: Submit documents to Owner with claim for
final Application for Payment.
B. Operation and Maintenance Data:
1. Submit PDF preliminary draft or proposed formats and outlines of contents
at least 10 days before requesting inspection for Substantial Completion.
Owner/Architect will review draft and return one copy with comments.
2. For equipment, or component parts of equipment put into service
during construction and operated by Owner, submit completed
documents within ten days after acceptance.
3. Submit completed documents 15 days prior to final inspection. This will
be reviewed and returned after final inspection, with Owner/Architect
comments. Revise content of all document sets as required prior to final
submission.
4. Submit revised final documents in final form within 10 days after final
01 78 00 – PAGE 2 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
inspection.
C. Warranties and Bonds:
1. For equipment or component parts of equipment put into service during
construction with Owner's permission, submit documents within 10 days
after acceptance.
2. Make other submittals within 10 days after Date of Substantial Completion,
prior to final Application for Payment. Provide original hardcopy in binder
and digital copy as PDF, provide tabs for all future items.
3. For items of Work for which acceptance is delayed beyond Date of
Substantial Completion, submit within 10 days after acceptance, listing the
date of acceptance as the beginning of the warranty period.
PART 2 PRODUCTS ‐ NOT USED
PART 3 EXECUTION
3.1 RECORD DRAWINGS
A. Record Prints: Maintain one full‐size set of full size hard copy black and white
prints of the Contract Drawings and Shop Drawings.
1. Identification: In red ink and block letters, label each Record Drawing,
including cover sheets, "PROJECT RECORD DRAWING" in a prominent location
on title block. Show all addenda changes on the applicable drawing sheet or
specification section.
2. Preparation: Mark Record Prints to show the actual installation where
installation varies from that shown originally. Require individual or entity who
obtained record data, whether individual or entity is Installer, subcontractor,
or similar entity, to prepare the marked‐up Record Prints.
a. Give particular attention to information on concealed elements that would
be difficult to identify or measure and record later.
b. Accurately record information in an understandable drawing technique.
c. Record data as soon as possible after obtaining it. Record and check the
markup before enclosing concealed installations.
3. Content: Types of items requiring marking include, but are not limited to, the
following:
a. Dimensional changes to Drawings.
b. Revisions to details shown on Drawings.
c. Changes made by Change Order.
d. Changes made by Supplemental Instruction.
e. Details not on the original Contract Drawings.
f. Field records for variable and concealed conditions.
g. Record information on the Work that is shown only schematically.
4. Mark the Contract Drawings or Shop Drawings, whichever is most capable of
01 78 00 – PAGE 3 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
showing actual physical conditions, completely and accurately. If Shop
Drawings are marked, show cross‐ reference on the Contract Drawings.
5. Mark record sets with erasable, red‐colored pencil. Use other reproducible
colors to distinguish between changes for different categories of the Work at
same location.
6. Mark important additional information that was either shown schematically
or omitted from original Drawings.
7. Note alternate numbers, Change Order numbers, Supplemental Instruction
numbers, and similar identification, where applicable.
B. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing
Record Drawings where Architect determines that neither the original Contract
Drawings nor Shop Drawings are suitable to show actual installation.
1. New Drawings may be required when a Change Order is issued as a result of
accepting an alternate, substitution, or other modification.
2. Consult Owner for proper scale and scope of detailing and notations required
to record the actual physical installation and its relation to other construction.
Integrate newly prepared Record Drawings into Record Drawing sets; comply
with procedures for formatting, organizing, copying, binding, and submitting.
Include title blocks matching original drawings and assign appropriate sheet
numbers.
C. Binding: Organize Record Prints and newly prepared Record Drawings into
manageable sets and create organized, tabbed PDFs at full scale. Include
identification on cover sheets and tabs.
3.2 RECORD SPECIFICATIONS
A. General: Annotate by striking out products/manufacturers not included in the
work to provide a record of selections made.
1. Note related Change Orders, Record Product Data, and Record Drawings where
applicable.
B. Mark Specifications to indicate the actual product installation where installation
varies from that indicated in Specifications. Include addenda and contract
modifications.
1. Give particular attention to information on concealed products and
installations that cannot be readily identified and recorded later.
2. Create a PDF copy with each section tabbed.
3.3 RECORD PRODUCT DATA
A. Where the actual product or installation varies substantially from that indicated in
previously submitted and approved Product Data, submit Record Product Data
01 78 00 – PAGE 4 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
marked to indicate actual condition.
1. Give particular attention to information on concealed products and
installations that cannot be readily identified and recorded later.
2. Include significant changes in the product delivered to Project site and
changes in manufacturer's written instructions for installation.
3. Note related Change Orders, Record Specifications, and Record Drawings
where applicable.
4. Where Record Product Data is required as part of Operation and Maintenance
Manuals, submit marked‐up Product Data as an insert in manual instead of
submittal as Record Product Data.
3.4 MISCELLANEOUS RECORD SUBMITTALS
A. Assemble miscellaneous records required by other Specification Sections for
miscellaneous record keeping and submittal in connection with actual
performance of the Work. Provide full size PDFs in an organized and tabbed file for
miscellaneous records and identify each.
3.5 O&M MANUALS, GENERAL
A. Provide PDF files that are organized by section and file and fully tabbed and
labeled. Provide files in original size, oriented and rotated in the document to
read from top to bottom or screen. Scan or save files at a resolution suitable to
clearly read all information at original size. Do not use overly large file sizes.
Where operation and maintenance documentation includes information
furnished by multiple sources, assemble and coordinate information into a
comprehensive whole. Eliminate all redundant, inapplicable, or unnecessary
information so that submitted documentation reflects only actual installation.
The QAM is responsible for final assembly of manuals.
B. Identify each system, subsystem, and piece of equipment with same designation
used in the Contract Documents. If no designation exists, assign a designation
according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance
Documentation for Building Systems."
C. Directory: Provide a separate directory PDF file summarizing the contents of all
O&M Manuals. Include a section in the directory for each of the following:
1. Tables of Contents: Include a table of contents for each O&M Manual.
2. List of Systems and Subsystems: List systems alphabetically. Include references
to O&M Manuals that contain information about each system, and separate
references to Specification Sections in which each system or subsystem is
addressed.
3. List of Equipment: List equipment for each system, organized alphabetically by
01 78 00 – PAGE 5 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
system. For pieces of equipment not part of system, list alphabetically in
separate list.
D. Organization: Unless otherwise indicated, organize each manual into a separate
section for each system and subsystem, and a separate section for each piece of
equipment not part of a system. Each manual shall contain the following
materials, in the order listed:
1. Title page.
2. Table of contents.
3. Manual contents.
E. Title Page: Tab and label the title page. Include the following information:
1. Subject matter included in manual.
2. Name and address of Project.
3. Name and address of Owner.
4. Date of submittal.
5. Name, address, and telephone number of Contractor.
6. Name and address of Architect.
7. Cross‐reference to related systems in other O&M Manuals.
F. Table of Contents: List each product included in manual, identified by product
name, indexed to the content of the volume, and cross‐referenced to
Specification Section number in Project Manual.
1. If operation or maintenance documentation requires more than one volume
to accommodate data, include comprehensive table of contents for all
volumes in each volume of the set.
G. Manual Contents: Organize into sets of manageable size. Arrange contents
alphabetically by system, subsystem, and equipment. If possible, assemble
instructions for subsystems, equipment, and components of one system into a
single binder.
1. Files: File type and format as approved by Owner. Documents shall be PDFs in
8‐1/2‐by‐11‐ inch format.
a. If two or more files are necessary to accommodate data of a system,
organize data in each into groupings by subsystem and related
components. Cross‐reference other files if necessary to provide essential
information for proper operation or maintenance of equipment or
system.
b. Identify each file," Project title or name, and subject matter of contents.
Indicate volume number for multiple‐volume sets. Use layout supplied by
Owner in electronic format approved by Owner.
2. Dividers: Reinforced heavy‐paper dividers with plastic‐covered tabs for each
section. Mark each tab to indicate contents. Include typed list of products and
01 78 00 – PAGE 6 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
major components of equipment included in the section on each divider,
cross‐referenced to Specification Section number and title of Project Manual.
3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose
diagnostic software media for computerized electronic equipment.
4. Supplementary Text: Prepared on 8‐1/2‐by‐11‐inch white bond paper.
5. Drawings: Scan at original size at resolution suitable to read all documentation
on the drawing sheet. Do not use higher than necessary resolution resulting in
overly large files.
3.7 PRODUCT MAINTENANCE COMPONENT OF O&M MANUALS
A. Content: Organize digital PDF manual into a separate section for each product,
material, and finish. Include source information, product information,
maintenance procedures, repair materials and sources, and warranties and
bonds, as described below.
B. Source Information: List each product included in manual, identified by product
name and arranged to match manual's table of contents. For each product, list
name, address, and telephone number of Installer or supplier and maintenance
service agent, and cross‐reference Specification Section number and title in
Project Manual.
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture.
4. Material and chemical composition.
5. Reordering information for specially manufactured products.
D. Maintenance Procedures: Include manufacturer's written recommendations and
the following:
1. Inspection procedures.
2. Types of cleaning agents to be used and methods of cleaning.
3. List of cleaning agents and methods of cleaning detrimental to product.
4. Schedule for routine cleaning and maintenance.
5. Repair instructions.
E. Repair Materials and Sources: Include lists of materials and local sources of
materials and related services.
F. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
3.8 SYSTEMS AND EQUIPMENT MAINTENANCE COMPONENT OF O&M MANUALS
01 78 00 – PAGE 7 OF 7
CEDAR RIVER TRESTLE BRIDGE REPAIRS BID SET
SECTION 01 78 00 JANUARY 8, 2020
CLOSEOUT SUBMITTALS
A. Content: For each system, subsystem, and piece of equipment not part of a
system, include source information, manufacturers' maintenance documentation,
maintenance procedures, maintenance and service schedules, spare parts list and
source information, maintenance service contracts, and warranty and bond
information, as described below.
B. Source Information: List each system, subsystem, and piece of equipment
included in manual, identified by product name and arranged to match manual's
table of contents. For each product, list name, address, and telephone number of
Installer or supplier and maintenance service agent, and cross‐reference
Specification Section number and title in Project Manual.
C. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
3.9 WARRANTIES AND BONDS
A. Obtain warranties and bonds, executed in duplicate by responsible
Subcontractors, suppliers, and manufacturers, within 10 days after completion
of the applicable item of work. Except for items put into use with Owner's
permission, leave date of beginning of time of warranty until the Date of
Substantial completion is determined.
B. Verify that documents are in proper form, contain full information, and are
notarized.
C. Co‐execute submittals when required.
D. Retain warranties and bonds until time specified for submittal.
E. Manual: Bind in commercial quality 8‐1/2 by 11 inch (216 by 279 mm) three D
side ring binders with durable plastic no‐print‐transfer‐type covers.
F. Cover: Identify each binder with typed or printed title WARRANTIES AND
BONDS, with title of Project; name, address and telephone number of
Contractor and equipment supplier; and name of responsible company
principal.
G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of
the Project Manual, with each item identified with the number and title of the
specification section in which specified, and the name of product or work item.
H. Separate each warranty or bond with index tab sheets keyed to the Table of
Contents listing. Provide full information, using separate typed sheets as
necessary. List Subcontractor, supplier, and manufacturer, with name,
address, and telephone number of responsible principal.
END OF SECTION
TABLE OF CONTENTS
TOC - 1
City of Renton
Cedar River Trail Trestle Bridge Repairs
PROJECT NO. CAG-18-109 - TECHNICAL SPECIFICATIONS
No. of
Pages
DIVISION 2 – EXISTING CONDITIONS
02 41 00 Demolition............................................................................................. 5
DIVISION 3 – CONCRETE
03 10 00 Concrete Forming and Accessories ..................................................... 5
03 20 00 Concrete Reinforcement ...................................................................... 5
03 30 00 Cast-in-Place Concrete......................................................................... 12
DIVISION 5 – METALS
05 50 00 Metal Fabrications ................................................................................ 5
DIVISION 6 – WOOD, PLASTICS AND COMPOSITES
06 10 00 Rough Carpentry…………………………………………………………… 4
DIVISION 31 – EARTHWORK
31 00 00 Earthwork.............................................................................................. 6
DIVISION 02 – EXISTING CONDITIONS
Section 02 41 00 – Demolition
02 41 00 - 1
PART 1 - GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions and General Requirements, apply to this work as if
specified in this section. Work related to this section is described in the following
sections:
A. Section 03 30 00 – Cast-in-Place Concrete
B. Section 05 50 00 – Metal Fabrication
C. Section 06 10 00 – Rough Carpentry
D. Section 31 00 00 – Earthwork
1.02 DESCRIPTION OF WORK
A. The extent and location of the "Demolition" work is indicated on the Drawings
and in these Specifications, and as outlined below.
1. Remove and dispose, in whole or in part, all items (demolition
materials, debris, etc.) in compliance with the Specifications and
agencies of jurisdiction. Items shall become the property of the
Contractor and shall be removed from City of Renton’s property and
disposed of in accordance with project permits at an approved
disposal site, unless noted otherwise.
2. Backfilling and compaction of holes, voids, trenches, or pits from
such removal.
3. Payment of costs required for disposal of items at legal disposal
sites, including all permit fees and related costs.
B. The details shown on the Drawings indicate typical construction features of
the various structure elements and shall not be construed as complete or
adequate to supplant actual on-site inspection and additional review by the
Contractor.
C.Perform demolition work in accordance with applicable local, state, and
federal regulations, and permit requirements for the project.
DIVISION 02 – EXISTING CONDITIONS
Section 02 41 00 – Demolition
02 41 00 - 2
REFERENCE STANDARDS
Standard Specifications for Road, Bridge, and Municipal Construction, M41-10,
2018 edition, by Washington State Department of Transportation (WSDOT
Standard Specifications).
1.03 SITE CONDITIONS
Complete work in accordance with the restrictions shown on the Drawings. Restrict
operations to the designated work areas. Coordinate and schedule, with the City,
access to the site in advance.
1.04 SUMMARY
Items for demolition include, but are not limited to the following: timber piles,
timber posts, timber foundation, timber stringers, timber matting, timber debris
facing, miscellaneous steel and hot-mix asphalt paving.
1.07 SUBMITTALS
A. A Demolition Management Plan (DMP) with documentation that includes and
addresses, but is not limited to, the following:
1. Work sequence and schedule.
2.Activity-based schedule.
3. List of subcontractors proposed including point of contact and
telephone numbers.
4. List of equipment to be used for demolition operations.
5. Means and methods to protect existing infrastructure, stockpile
materials, and deliver salvaged material. Include the methods used
to ensure no debris falls into the water or onto the slope below the
structure.
6. Laydown areas for materials management.
7. Worker safety, toolbox meetings, and signs.
8. Protection of the public or other persons in areas surrounding the
work.
DIVISION 02 – EXISTING CONDITIONS
Section 02 41 00 – Demolition
02 41 00 - 3
9. Environmental protection plan and compliance with permit
requirements.
10. Contractor quality control plan.
11. Disposal procedures and locations of temporary storage and/or
recycling facilities.
12.Construction stormwater pollution prevention plan.
13. Schedule of disposal sites, their locations, and the materials that will
be disposed at each site. To be approved by the Engineer and
environmental agencies, including local health department waste
authorization permits.
B.If the DMP is revised, resubmit with any proposed changes for review by the
Engineer prior to incorporating changes to means, methods, equipment,
tools, temporary supports, etc.
C. A temporary shoring plan for the timber trestle post replacement which shall
be stamped and signed by a Professional Engineer licensed in the state of
Washington.
PART 2 - PRODUCTS
2.01 GENERAL
Products that are required to accomplish, or be incorporated into this section shall
be as selected by the Contractor, subject to the review of the Engineer.
PART 3 - EXECUTION
3.01 PREPARATION
Verify items for demolition, disposal, and salvage as early as practicable prior to
start of the work. Notify the Engineer immediately if observed conditions differ from
anticipated conditions.
3.02. DEMOLITION OF STRUCTURES
A. Coordinate and perform demolition in accordance with the permit
requirements and regulations.
DIVISION 02 – EXISTING CONDITIONS
Section 02 41 00 – Demolition
02 41 00 - 4
B. Completely remove and dispose of designated items. Infrastructure or
materials designated to remain that are damaged by Contractor activities
shall be replaced at no additional cost to the City.
C. Completely remove timber piles designated for demolition as shown on the
Drawings. Cut removed piles into maximum lengths of 4 feet prior to
disposal.
D. During demolition and/or debris removal work outboard of the ordinary high
water line, have in place and maintain a silt fence and/or a floating
containment boom.
E. Avoid allowing materials to fall into the water. Promptly remove materials
that may inadvertently fall into the water or onto the slopes under the
structure on an ongoing basis during demolition work. Whether materials
that fall into water sink or float, remove immediately and dispose of at no
additional cost to the City.
F. Demolish items carefully so as not to damage existing structures
designated to remain in place.
G. Accomplish removal of items designated for demolition in a manner that
does not overstress or damage adjacent remaining structural members.
Temporarily supporting adjacent portions of the structure if needed.
Repair of adjacent structural members damaged by the Contractor’s work
methods shall be repaired at no additional cost to the City.
H. Determine the quantity of creosote-treated materials to be demolished and
disposed of. Removal and disposal shall meet local, state, and federal
requirements and permit requirements for handling and disposal of
creosote-treated materials.
3.03 BACKFILL
Backfill and compact areas disturbed during demolition to match the existing sub-
base, as shown on the plans, or as directed by the Engineer, and at no additional
cost to the City.
3.04 DISPOSAL
A. Disposal shall be in accordance with the Contracting Documents, and in
compliance with local, state, and federal regulatory agencies.
DIVISION 02 – EXISTING CONDITIONS
Section 02 41 00 – Demolition
Project No. CAG-18-109 02 41 00 - 5
B. Cleanup: Clean area after removal of demolition items and materials.
There shall be no debris, rubble, or litter left at the site from any of the
demolition operations and the site shall be clean.
END OF SECTION
DIVISION 03 – CONCRETE
Section 03 10 00 – Concrete Forming and Accessories
03 10 00 - 1
PART 1 – GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions, and General Requirements, apply to this work as if
specified in this section. Work related to this section is described in:
A. Section 03 20 00 – Concrete Reinforcement
B. Section 03 30 00 – Cast-in-Place Concrete
1.02 DESCRIPTION OF WORK
The Work includes furnishing necessary material, labor, and equipment for
providing the structural support and physical barriers or forms which control the
shape and location of the concrete. Also included in this section are the
requirements for the removal of the forms and their supports.
1.03 REFERENCE STANDARDS
A. American Concrete Institute ACI 301-16: Specifications for Structural
Concrete.
B. American Concrete Institute ACI 318-14: Building Code Requirements for
Structural Concrete and Commentary.
C. American Concrete Institute ACI 347-14: Guide to Formwork for Concrete.
1.04 QUALITY ASSURANCE
A. Design forms, falsework, accessories, and shoring to meet the
requirements of the concrete type, sequence of placing, schedule, and other
conditions of the project. Use a designer having at least five (5) years of
experience designing and constructing forms and falsework under similar
project conditions.
B. Before casting concrete, inspect forms, falsework, accessories, and
shoring, using workers having at least five (5) years of experience with the
types of construction involved and the techniques necessary for completion
of the work.
1.05 SUBMITTALS
A. Submit form, falsework, and shoring drawings and calculations to the
Engineer for review prior to executing the work.
DIVISION 03 – CONCRETE
Section 03 10 00 – Concrete Forming and Accessories
03 10 00 - 2
1. Drawings shall show details of member sizes, connections, product
data, and other related elements including proposed construction
joints.
2. Drawings shall indicate the construction sequence, the methods for
release, and the sequence of removal.
3. Calculations shall clearly state the material weights, lateral
pressures, rates of pour, direction of pour, and working loads for form
ties, friction collars, wedges, she-bolts, and accessories used in the
design.
4. Drawings and calculations for forms, falsework, accessories, and
shoring designs shall be stamped by a Professional Engineer
licensed in the state of Washington.
B. In the event patented or prefabricated systems are used for forms or
falsework, submit complete drawings, details, and calculations for review.
Paper, fiberglass, micarta, asphalt-impregnated fiber, and other
miscellaneous form materials shall be approved by the Engineer prior to
delivery, fabrication, and construction.
PART 2 – PRODUCTS
2.01 GENERAL
A. Materials for concrete forms may be new or used. The quality of the
materials, not the age or previous usage, will be the determining factor as
to their suitability.
B. Submit prefabricated form details, whether they are part of a patented
system or custom-fabricated, for approval by the Engineer prior to assembly
or arrival on site. Keep forms in a condition to produce finished work
meeting the location, alignment, and surface tolerances specified.
2.02 WOOD FORMS
A. For exposed concrete forms, use Grade B-B or B-C Plyform Plywood.
Provide vertical or horizontal joints on exposed surfaces.
B. For unexposed concrete forms, use exterior type plywood without splits or
knotholes and sanded smooth. Run the face grain of the plywood
perpendicular to the supporting structure.
DIVISION 03 – CONCRETE
Section 03 10 00 – Concrete Forming and Accessories
03 10 00 - 3
C. Use plywood with a minimum thickness of 1/2-inch thick except where
curved areas require the use of 1/4-inch thick material. When 1/4-inch-thick
material is used, back it with heavier material.
D. Use commercial Grade No. 2 or better for all species of framing lumber.
Provide framing lumber of standard dimensions and of such quality as to
meet the requirements of the applied stresses or loads.
E.Shiplap, square-edged boards, or tongue-and-groove sheathing may be
used for forming unexposed concrete surfaces.
F. Use metal, fiberglass, or other special form linings where required.
2.03 STEEL FORMS
A. Design and fabricate steel forms to meet the requirements of the
member/members to be cast. Use new materials for steel form construction.
B. For round elements use self-supporting metal shell or tube forms which will
give a smooth, even surface. Do not use forms which produce a spiral
appearance or those made of wood.
2.04 FORM LINERS AND COATINGS
A. Line, coat, or treat forms with a suitable release agent or bond-breaker to
ensure their timely removal with no damage to the concrete.
B. Use non-coloring release agents or bond-breakers that do not leave a film
on the concrete surface that may inhibit subsequent finishing activities
required to attain the prescribed finish.
2.05 FORM TIES AND ACCESSORIES
A. Do not use wire ties or wood spacers.
B. Use pre-manufactured form ties with published allowable stress values from
the manufacturer. Select form ties with a premeasured, break-back,
weakened area so that ties can be removed 3/4 inch below the concrete
surface.
C.Set back tie-rods for she-bolts a distance of 1-1/2 inches from the concrete
surface. Use tie-rod steel with published allowable stress values.
D. Utilize corner brackets, friction collars, column clamps, and other
accessories in accordance with the manufacturer’s recommendations.
DIVISION 03 – CONCRETE
Section 03 10 00 – Concrete Forming and Accessories
03 10 00 - 4
2.06 FALSEWORK AND SHORING
Select and size materials and elements for shoring, falsework, mudsills, or
structural staging according to the Contractor’s design. The use of steel scaffold-
type falsework, when approved by the Engineer, shall be furnished, erected, and
braced in accordance with the manufacturer’s recommendations.
PART 3 – EXECUTION
3.01 GENERAL
A. Do not construct forms or falsework until the Engineer has reviewed the
drawings and calculations. Review by the Engineer does not relieve the
Contractor of the responsibility for sufficiency of the forms or falsework.
B. Set forms and falsework to allow for structural camber plus an allowance
for shrinkage and settlement. The finished concrete shall conform to the
location lines and elevations indicated on the Drawings.
C. Construct forms so as to be rigid, unyielding, true to line, level, and
sufficiently tight to prevent escape of mortar.
D. Place openings, embedded objects, and reinforcement at locations shown
on the Drawings. Form and fasten securely in position to maintain minimum
cover for reinforcement, and to leave smooth surfaces, true openings,
accurate geometry, etc., after the forms are removed.
E. Clean forms of waste, debris, or other objects and substances deleterious
to the concrete, concrete surface, or concrete element, prior to casting.
3.02 FORM INSTALLATION
A. Prior to final setting or placing of reinforcing steel, treat forms with a release
agent, bond-breaker, or parting compound. Apply the compound at a rate
recommended by the manufacturer, to provide a smooth surface free of
dusting action caused by the chemical reaction of the compound.
B.Immediately remove any release agent or bond-breaker that comes in
contact with reinforcement or embedded objects.
C. Forms may be set with a slight bevel or draft for easy removal, where
approved by the Engineer. Use 3/4-inch chamfer strips on exposed inside
and outside corners as indicated on the Drawings.
D. All forms shall be mortar-tight.
DIVISION 03 – CONCRETE
Section 03 10 00 – Concrete Forming and Accessories
03 10 00 - 5
E. Remove debris, waste, foreign objects from forms before assembly.
Standing water in the forms shall not be permitted. Forms shall be cleaned
with fresh water before assembly and prior to placing concrete.
3.03 FORM REMOVAL
A. Keep forms in place for the minimum length of 7 days, provided the ambient
temperature is 40 degrees Fahrenheit or higher during that time period.
B. When temperatures lower than 40 degrees prevail, keep forms in place
longer and at the Engineer’s direction.
1.Periods where the ambient temperature is below 40 degrees
Fahrenheit shall be disregarded in determining the length of time
forms are to remain in place.
2. A cold-weather concreting plan may be developed and submitted for
approval in accordance with Section 03 30 00 – Cast-in-Place
Concrete.
C. The removal of forms as stipulated herein does not relieve the Contractor
of responsibility for the performance, acceptability, or finish of the work.
D. Remove forms and falsework in a manner that prevents damage to the
concrete, concrete finishes, and adjacent work elements.
END OF SECTION
DIVISION 03 – CONCRETE
Section 03 20 00 – Concrete Reinforcement
03 20 00 - 1
PART 1 – GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions, and General Requirements, apply to this work as if
specified in this section. Work related to this section is described in:
A. Section 03 10 00 – Concrete Forming and Accessories
B. Section 03 30 00 – Cast-in-Place Concrete
C. Section 05 50 00 – Metal Fabrications
1.02 DESCRIPTION OF WORK
The work includes the requirements for manufacture, detailing, cutting, bending,
transporting, handling, and placing of concrete reinforcement and associated items
required or indicated on the drawings.
1.03 REFERENCE STANDARDS
A. American Concrete Institute ACI 301-16: Specifications for Structural
Concrete for Buildings.
B. American Concrete Institute SP-66(04): ACI Detailing Manual (including
ACI 315-99).
C. American Concrete Institute ACI 318-14: Building Code Requirements for
Structural Concrete and Commentary.
D. American Society for Testing Materials (ASTM), Standard Specifications
and Standard Test Methods, designated by basic reference in this section
(use the most current edition at the time of bid unless otherwise indicated).
E. Concrete Reinforcing Steel Institute (CRSI) Manual of Standard Practice
(MSP), 2009, 28th Edition.
F.Washington State Department of Transportation (WSDOT) Standard
Specifications for Road, Bridge and Municipal Construction M41-10, 2018
Edition.
1.04 QUALITY ASSURANCE
DIVISION 03 – CONCRETE
Section 03 20 00 – Concrete Reinforcement
03 20 00 - 2
Provide at least one (1) qualified person present at all times during execution of
this portion of work to direct the work, is thoroughly familiar with the type of
materials being installed, and skilled in the required methods for installation. This
person shall have a minimum of five (5) years experience in placement of
reinforcement for concrete structures.
1.05 SUBMITTALS
A. Detailed shop drawings that are coordinated and checked for reinforcement
prior to casting concrete.
1. Do not deliver reinforcement to the site prior to acceptance of the
shop drawings.
2. The shop drawings shall include, but not be limited to, material
specifications, bar lengths, bar bending schedules, order lists, splice
lengths, and proposed splice locations.
B. Mill certificates for each heat of reinforcing steel and threaded bars to be
furnished, indicating specification compliance, yield strength, ultimate
strength, and chemistry.
C. Headed reinforcement details and manufacturer data sheets.
D. Data sheets for mortar blocks and chairs used for placing reinforcement.
PART 2 – PRODUCTS
2.01 HANDLING
A. Protect reinforcement from damage before, during, and after installation of
the work. Protect from damage the installed work and materials of other
trades.
B.Reinforcement shall be new and free from rust, grease, oil, wax, paint, soil,
dirt, kinks, bends, or other defects. Store in a manner to prevent corrosion,
or fouling with bond-breaking or deleterious coatings.
C. Maintain reinforcement identification after the bundles are broken. Indicate
to the Engineer what bar types and grades are stored in each location.
D. In the event of damage, immediately make repairs and replacements
necessary as directed by the Engineer and at no additional cost to the City.
2.02 REINFORCEMENT
DIVISION 03 – CONCRETE
Section 03 20 00 – Concrete Reinforcement
03 20 00 - 3
A. Provide reinforcing bars conforming to ASTM A 706, Grade 60, deformed.
B. Provide welded headed studs and welded shear connectors conforming to
ASTM A 108, Grades 1010 through 1020 according to ASTM A 29 with
head geometry conforming to AWS D1.1, Section 7.2.
PART 3 – EXECUTION
3.01 GENERAL
A. Prior to installation, inspect the installed work of other trades and verify that
such work is complete to the point where reinforcement installation may
commence.
B. Details of bending, placing, and splicing of reinforcing steel shall conform to
ACI 315, except as modified herein.
3.02 REINFORCING STEEL BARS
A. Order Lists: Before ordering material, furnish order lists and bending
diagrams for approval by the Engineer. Reinforcement placing drawings
submitted for approval shall conform to the CRSI MSP. Do not order
material until such lists and bending diagrams have been approved. The
approval of order lists and bending diagrams by the Engineer shall in no
way relieve the Contractor of responsibility for the correctness of such lists
and diagrams.
B. General Fabrication Requirements for Reinforcing Bars: Bend bars cold to
the shapes indicated on the drawings unless otherwise approved by the
Engineer. Do not field-bend bars partially embedded in concrete except as
indicated on the drawings or as approved by the Engineer. Make bends and
hooks in accordance with the applicable portions of the CRSI MSP.
C. Placing and Fastening:
1. Place steel reinforcement accurately and hold firmly in the position
indicated on the drawing during the placing and setting of concrete.
Tie bars at all intersections.
2.Provide concrete cover to reinforcement as indicated on the
Drawings.
DIVISION 03 – CONCRETE
Section 03 20 00 – Concrete Reinforcement
03 20 00 - 4
3. Maintain the distance from the forms by means of stays, blocks, ties,
hangers, or other approved supports.
a.Hold reinforcement from contact with the forms by approved
metal or plastic chairs. Metal chairs which are in contact with
the exterior surface of the concrete shall be epoxy-coated for
the full depth of the indicated concrete cover.
b. Separate layers of bars by plastic chairs, by precast mortar
blocks of compressive strength not less than 5,000 pounds
per square inch, spacing bars, or by other devices approved
equal.
c.The minimum spacing between bars, except at lap splices,
shall not be less than one bar diameter or one inch minimum,
but not less than 1-1/3 times the maximum size of the coarse
aggregate.
4. In the event that anchor bolts, inserts, embedded objects, headed
studs, or other items interfere with placing reinforcement as indicated
on the drawings, or as otherwise required, immediately contact the
Engineer and obtain approval of a new procedure before placing
concrete.
3.03 SPLICING
A. Furnish reinforcement in the full lengths indicated on the drawings, except
that reinforcement over forty feet in length may be spliced.
B. Splicing of bars, except when indicated on the drawings, will not be
permitted without approval of the Engineer. When approved, splices shall
be staggered with no more than fifty percent of any particular bar type being
spliced at any one location. Minimum length of lap splice shall be the larger
of 60 times the bar diameter or 24 inches unless noted otherwise on the
drawings. Minimum distance between spliced zones shall be three lap
lengths.
3.04 CLEANING REINFORCEMENT
Reinforcement, at the time concrete is placed around it, shall be free from loose
rust or mill scale, oil, paint, and all other coatings which will destroy, impair, or
reduce the bond between steel and concrete.
END OF SECTION
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 1
PART 1 - GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions, and General Requirements, apply to this work as if
specified in this section. Work related to this section is described in:
A. Section 03 10 00 – Concrete Forming and Accessories
B. Section 03 20 00 – Concrete Reinforcement
C. Section 03 40 00 – Precast Concrete
1.02 DESCRIPTION OF WORK
The extent and location of the “Cast-in-Place Concrete” work is indicated on the
Drawings. The work includes the requirements for providing cast-in-place concrete
and associated work in conformance with these specifications and as indicated on
the Drawings.
1.03 REFERENCE STANDARDS
A. American Concrete Institute (ACI) 301-16: Specifications for Structural
Concrete.
B. ACI 305.1-2014: Specification for Hot Weather Concreting.
C. ACI 306.1-1990 (Reapproved 2002): Specification for Cold Weather
Concreting.
D. ACI 308.1-11: Specification for Curing Concrete.
E. American Concrete Institute ACI 318-14: Building Code Requirements for
Structural Concrete and Commentary.
F. American Society for Testing Materials (ASTM), Standard Specifications
and Standard Test Methods, designated by basic reference in this section
(use the most current edition at the time of bid unless otherwise indicated).
G. Standard Specifications for Road, Bridge, and Municipal Construction, M41-
10, 2018 edition, by Washington State Department of Transportation
(WSDOT Standard Specifications).
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 2
H. International Building Code (IBC) 2015, as amended and adopted by the
City of Renton into the Renton Municipal Code (RMC).
1.04 QUALITY ASSURANCE
A. Concrete work shall conform to the requirements of ACI 301, unless
otherwise noted in the drawings or the specifications.
B. Inspection and Testing: Provide all necessary assistance to the City for
carrying out inspections and tests at no additional cost to the City. The City
will provide for necessary inspection and testing as required, which shall be
determined by the City. The City will make test results available at the City’s
office of the Project Manager.
C. Qualifications of Supplier: Ready-mixed concrete plants shall be approved
and certified by the National Ready Mix Concrete Association (NRMCA) or
qualified by WSDOT. Batch ready-mixed concrete in accordance with the
applicable portions of ASTM C 94.
D. Qualifications of Personnel:
1. Provide at least one qualified person who shall be present at all times
during execution of this portion of the work, who shall be thoroughly
trained and experienced in placing the types of concrete specified,
and who shall direct all work performed under this section. Qualified
personnel shall have at least five (5) years experience performing
the work described in this section.
2. Provide trained and experienced concrete journeyman for concrete
finishing, having at least five (5) years experience.
E. Meet the requirements of the reference standards. Where provisions of
pertinent codes and standards conflict with this specification, the more
stringent provisions shall govern, as determined by the Engineer.
1.05 SUBMITTALS
A. Documentation demonstrating the qualifications and experience of
supervisors and directors of work, as described above.
B. Proposed concrete design mixes, indicating material contents per cubic
yard of concrete, including certificates of specification compliance.
C. Written evidence that the ready-mix concrete plant is approved and certified
by the NRMCA and other organizations.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 3
D. Test certificates for compressive strength, yield, air content, and slump of
each proposed concrete mix. Report strength test results in accordance
with ACI 318, Section 1.9.
E. Manufacturer’s name, address, catalog number, and specifications for
proposed admixtures, concrete bonding agents, curing compounds, fiber
reinforcement, etc.
F. Aggregate supply pit names and locations. Submit certificates of
specification compliance for materials to be used including aggregate alkali-
silica reactivity (ASR).
G. Proposed curing methods including manufacturer’s data for curing
membranes, evaporation retardants, accelerated cure methods, etc.
Submit detailed plans for concrete work in ambient temperatures below 40
degrees F. Describe the specific methods and procedures used for
substrate preparation, concrete placement, curing, and protection. Provide
specific references to ACI 306.1 and ACI 308.1.
H. Shop drawings showing pour sequences, construction joints, expansion
joints, etc.
I. Manufacturer’s data for proposed pre-fabricated construction joint systems
and hardware.
J. Concrete delivery tickets for each delivery to the site. Submit delivery
tickets to the Engineer before unloading at the site and in accordance with
ASTM C 94, Section 14.
K.Proposed patching methods and materials for concrete defects.
PART 2 - PRODUCTS
2.01 CONCRETE
A. General:
1. Batch and mix concrete, unless otherwise specifically permitted by
the Engineer, at the approved ready-mix plant. Conform to ASTM C
94 fir batching, mixing, and delivery of ready-mix concrete.
2. Proportion concrete on the basis of field experience or laboratory trial
mixtures according to ACI 318, Section 1.9.
B. Cementitious Materials:
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 4
1. Use Portland cement conforming to ASTM C 150.
2. Use Type I-II or Type II Portland cement for mixes without fly ash and
also conform the requirements of WSDOT Standard Specifications,
Paragraph 9-01.2(1).
3. Portland cement for use in mixes with fly ash shall be Type I or Type
I-II conforming to ASTM C 150.
4. Meet the requirements of ASTM C 618, Type F, for fly ash (if used)
with the added provision that the loss on ignition shall not exceed 2
percent, and that the fly ash is stored in a separate silo from the
cement. Split bins are not acceptable.
C. Aggregates:
1. Conform to ASTM C 33. Provide materials that consist of hard,
tough, durable particles free from foreign and deleterious materials,
stored in such a manner as to prevent segregation, excessive
breakage, and the introduction of foreign material.
2. Evaluate and test fine and coarse aggregates for alkali-aggregate
reactivity in accordance with ASTM C 1260 or ASTM C 1293. Test
both coarse aggregate size groups if from different sources. Test
results of the combination shall have a measured expansion equal
to or less than 0.10 percent at 16 days after casting when aggregates
are tested in accordance with ASTM C 1260 or 0.04 percent for
aggregates tested in accordance with ASTM C 1293.
3. Grade aggregates in accordance with WSDOT Standard
Specifications paragraph 9-03.1(5) Combined Aggregate Gradation
for Portland Cement Concrete. Use a maximum nominal aggregate
size of ¾ inch, unless approved by the Engineer.
4. Limit the maximum coarse aggregate size to not be larger than three
fourths of the minimum clear spacing between reinforcing bars,
between reinforcing bars and side forms, and between reinforcing
bars and top or bottom surface of the concrete.
D.Water: conform to the quality requirements of paragraph 9-25.1 of the
WSDOT Standard Specifications.
E. Admixtures: Admixtures shall be supplied by one manufacturer approved
by the Engineer.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 5
1. Air-entraining Admixtures: conform to ASTM C 260. Use dosage
rates in accordance with the manufacturer’s recommendations to
meet the air content specified herein.
2. Water-reducing Admixtures: conform to ASTM C 494. Use dosage
rates in accordance with the manufacturer’s recommendations. Use
only Type A, D, F, or G admixtures. Use an amount that controls the
desired workability and water/cement ratio of the mix and stay within
the manufacturer’s recommended range.
2.02 OTHER MATERIALS
Materials not specifically described but required for a complete and proper
installation of concrete shall be subject to the approval of the Engineer.
2.03 MIX PROPORTIONS AND STRENGTH
A. Proportion the mixture to produce concrete that will readily work into
corners, sides, and angles of the forms, work around reinforcement and
embedded items, with no segregation, and prevent free water from
collecting on the surface.
B. Select mix proportions in accordance with ACI 301.
1. Test data representing thirty recent consecutive tests for each design
shall be submitted to establish the standard deviation used in ACI
301 Section 4.2.3.
2. The criteria for acceptance of submitted tests shall be accordance
with ACI 301 Section 4.2.3.1. The second sentence shall be
amended to read, “…class of concrete within 500 psi of that specified
for the work”, instead of 1000 psi.
3. Where 30 recent consecutive tests are not available, the standard
deviation may be determined by records based on no less than 15
tests as described in ACI 301 Section 4.2.3.3.
4. Where no previous data are available, the mix or mixes shall be
overdesigned in accordance with ACI 301 Section 4.2.3.1.
5. When consecutive test data have been established during the project
the overdesign criteria may be relaxed in accordance with ACI 301
Section 4.2.3.5.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 6
6. Do not deviate from any reviewed design mix without approval of the
Engineer.
C. Unless otherwise indicated, concrete minimum 28-day compressive
strength is shown on the Drawings.
D. Provide concrete meeting the following requirements:
1. Minimum Cementitious Material
Cement without fly ash 611 pounds per cubic yard
Cement with fly ash 564 pounds per cubic yard
with 100 pounds of fly ash
per cubic yard
2. Maximum Water/Cement Ratio
(by weight, including free
moisture on aggregate)0.40*
* If fly ash is used, the water/cement ratio shall be calculated as
the weight of water divided by the weight of cement plus the
weight of the fly ash.
3. Air Content 3.5 percent to 6.5 percent
4. Slump: Maximum 8 inches, selected to enhance workability without
violating the maximum water/cement ratio requirement.
PART 3 - EXECUTION
3.01 PREPARATORY WORK
A. General:
1. Prior to casting, inspect the installed work of all other trades and
verify it is complete to the point where this installation may
commence.
2. Verify that all items to be embedded in concrete are in place, properly
oriented, located, and secured.
3. Verify that concrete may be placed to the lines and elevations
indicated on the drawings with all required clearances for
reinforcement.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 7
4. Clean and remove wood debris, sawdust, tie wire cuttings, and other
deleterious material from all areas where concrete will be placed.
5. Bend back tie wire ends so they do not encroach into the specified
clear cover of the concrete.
6. Thoroughly wet concrete forms which have not been treated with oils,
waxes, or other bond breakers immediately prior to placing concrete.
Remove standing water from the forms.
7. Clean and roughen existing concrete or concrete from previous
pours to provide a bondable surface.
8. Clean transporting and handling equipment of hardened concrete
and other debris.
B. Notification: Notify the City and Engineer at least 48 hours in advance of
any concrete pour. The City will provide independent special inspections
and material testing services. Notify the Engineer when inspection by the
Contractor is complete. In the event of any discrepancy, immediately notify
the Engineer. Do not proceed with installation until discrepancies have been
fully resolved.
3.02 TRANSPORTING AND PLACING CONCRETE
A. Placement:
1. Do not use concrete that does not reach its final position in the forms
within 1-1/2 hours after the addition of cement. During hot weather,
reduce this time limit in accordance with ACI 305.1.
2. Place concrete as soon as possible after mixing. Do notretemper or
remix concrete which has developed initial set or partially hardened.
3. Do not allow the means and methods of placing concrete to
segregate the aggregates or displace reinforcement or embedded
objects.
4. When using a concrete pumps as the placing system, discard the
pump priming slurry before placement into the forms. Initial
acceptance testing may be delayed until the pump priming slurry has
been eliminated. Do not use pumps that allow free water to flow past
the piston. Do not use aluminum conduits or tremies.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 8
5. Place concrete in continuous horizontal layers, or lifts, not exceeding
18 inches and compact so that there will be no line of separation
between layers. Carefully fill each part of the forms by depositing
concrete directly in its final destination.
6. When concrete must be dropped more than five feet into the forms,
deposit it through a sheet metal or other approved conduit. Use the
same conduit to place concrete in sloping forms or in other locations,
as directed by the Engineer, to prevent concrete from sliding around
reinforcing steel or other embedded objects.
7. The means and methods of depositing and compacting concrete
shall produce compact, dense, impervious concrete with the required
surface finishes and no segregation. Remove defective concrete as
directed by the Engineer at no additional cost to the City.
8. During any vibratory activity, do not place concrete within 150 feet of
the activity, and do not perform or resume the activity within 150 feet
of placed concrete until a minimum of 3 days after initial concrete set.
9. Do not place or allow concrete to fall in the water or on the bank.
Immediately remove concrete from the water or the bank.
B. Hot/Cold Weather Placement: Do not place concrete on frozen ground or
against frosted reinforcing steel or forms. Do not mix or place concrete
while the atmospheric temperature is below 40° F. If air temperature
exceeds 90˚F, provide water spray or other approved methods to cool
contact surfaces to less than 90˚F. Perform hot and cold-weather concrete
placement in accordance with ACI 305.1 and ACI 306.1.
C. Underwater Placement: Do not place concrete in the water.
D. Consolidation of Concrete:
1. Provide suitable internal vibrators for use in compacting concrete.
Use vibrators of the type designed to be placed directly in the
concrete, with a frequency of vibration not be less than 7,000
impulses per minute when in actual operation.
2. Vibrate in a manner such that the concrete becomes uniformly
plastic. Insert vibrators to a depth sufficient to vibrate the bottom of
each layer effectively, but do not penetrate partially hardened
concrete. Do not apply the vibrators directly to steel which extends
into partially hardened concrete. Use intervals between points of
insertion between 2 and 3 feet.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 9
3. Do not continue vibration in any one spot such that pools of cement
or cement and sand are formed. In vibrating and finishing top
surfaces which are exposed to weather or wear, avoid drawing water
or laitance to the surface. In relatively high lifts, limit the top layer to
a shallow shallow and use a concrete mix as stiff as can be
effectively vibrated into place and properly finished.
4. Do not use vibrators to transport or move concrete inside the form.
5. Provide a sufficient number of vibrators to effectively vibrate all of the
concrete placed. Use hand-tamping or rodding wherever necessary
to secure a smooth and dense concrete on the outside surfaces.
3.03 CONSTRUCTION JOINTS
A. Conform to ACI 318, Chapter 6 for joints and stoppages, except as
specifically shown on the drawings. Do not use wire mesh or similar
materials.
B. Submit for the Engineer’s approval requests for additional, deleted, or
relocated construction joints. Changes as a result of such requests shall be
at the Contractor’s expense.
C. Thoroughly clean and roughen all joint surfaces and remove loose concrete,
gravel, sediment, laitance, and all other deleterious substances.
D. Thoroughly wet and condition all joint surfaces to a saturated surface dry
(SSD) condition for a minimum twelve hour period immediately prior to
placing fresh concrete.
E. Provide a clean, roughened surface between stages of concrete placement,
unless otherwise directed by the Engineer. Do not use a bonding agent or
neat cement paste on the interface unless directed by the Engineer..
F. Unless otherwise noted, for joints requiring roughened surfaces provide
grooves ½-inch to 1-inch wide, ¼-inch to ½-inch deep, spaced at twice the
width of the groove.
G. Where a roughened surface is not required, provide shear keys with a
positive mechanical bond using formed depressions covering one third to
one half of the joint area and approximately 1-1/2 inches deep. Provide
shear keys where indicated on the drawings.
3.04 CURING CONCRETE
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 10
A. Follow ACI 308.1.
B. Maintain concrete above 40° F and in a moist condition for at least the first
seven days (168 hours) after placement.
C.Do not use curing compounds on surfaces to receive additional concrete.
D. Where permitted, apply an ASTM C 309, Type 1, Class A or B curing
compound to the fresh concrete immediately after finishing the concrete and
as soon as the visible bleed water has evaporated or as directed by the
Engineer. Apply according to the manufacturer’s recommendations. The
rate of coverage shall be at least one gallon per 100 square feet and be
sufficient to effectively obscure the original color of the concrete.
E. Apply the curing compound in two applications to ensure full coverage of
the concrete, with the second coat applied in a direction perpendicular to
that of the first application.
F. Do not apply curing compound to construction joint surfaces, reinforcing
steel, or embedments. Completely remove curing compound on
construction joints, reinforcing steel, or embedments immediately.
G. Supply backup spray equipment and sufficient workers to properly apply the
curing compound.
H. Within 12 hours following the application of the curing compound (unless a
shorter period is required by the compound manufacturer), cover the top
surfaces with cotton mats, an approved vapor proof curing paper, or white
polyethylene sheeting. Keep cotton mats continuously wet day and night
for the period of time specified above. Keep curing paper or sheeting in
place for the same period of time specified above.
I. Keep curing paper or sheeting tightly in place by taping and weighting joints,
or other methods for the prescribed period of time.
J. Do not use membrane curing compounds which leave a waxy film on the
concrete.
K. After the concrete has cured for the required time, sweep the top surfaces
clean.
L. Protect concrete from damage and accelerated drying. No fire or excessive
heat shall be permitted near the concrete at any time.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 11
M. In lieu of curing compounds wet burlap or other wet cure methods may be
used if approved by the Engineer.
N. Use only wet cure methods on concrete surfaces against which additional
concrete will be cast.
O. Use wet cure methods continuously for the prescribed duration of the curing
period.
3.05 FINISHING CONCRETE
A. Provide a finish on permanently exposed surfaces, unless specifically noted
otherwise, free from local bulging with ridges or lips removed to leave a
smooth, flat surface. Patching mortar, if used, shall be of the same color as
the surrounding concrete. Add white Portland cement as needed to the
patching mortar for color matching. Complete a test section, approved by
the Engineer, prior to production work.
B. Protect finished surfaces from damage, stains and abrasion. Repair
surfaces or edges damaged during construction at no cost to the City.
C. Defects:
1. Surface defects include honeycomb, rock pockets, spalls, chips, air
bubbles, voids, pinholes, bug holes, and indentations greater than or
equal to 1/4 inch in depth, or greater than or equal to 1/2 inch in
width, length, or diameter. Chip out defects to reveal sound concrete
and patch as directed by the Engineer, at no additional cost to the
City.
2.Surface cracks greater than or equal to 0.007 inches in width. Patch
these cracks as directed by the Engineer, at no additional cost to the
City.
3.Surface irregularities include embedded objects, embedded debis,
lift lines, sand lines, bleed lines, segregation, form pop-outs, fins,
form leakage, texture irregularities, stains and other discolorations
that cannot be removed by water blast cleaning. Repair these defect
as specified in this section unless otherwise directed by the
Engineer.
D.Vertical Surfaces and Walls:
1. Immediately after removal of forms or form linings, inspect the
concrete surfaces for defects and irregularities.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 12
2. Repair defects, defective concrete, and tie rod holes immediately
after the forms are removed unless otherwise directed by the
Engineer. Chip out and remove exposed tie wires and the patch.
Repair with BASF EMACO R350 CI or an epoxy mortar approved by
the Engineer applied according to the manufacturer’s instructions by
experienced personnel qualified by the material manufacturer.
3. Thoroughly clean and roughen vertical surfaces, against which
concrete will be cast, to an amplitude of 1/4 inch. These are
construction joints. Roughen using methods in accordance with the
construction permits and approved by the Engineer, to expose sound
concrete without undercutting the larger aggregate particles or
cracking the concrete to remain.
E. Horizontal Surfaces:
1. Thoroughly clean and roughen horizontal surfaces that will carry
additional concrete or hot-mix-asphalt to an amplitude of 1/4 inch.
These are construction joints. Roughen using methods in
accordance with the construction permits and approved by the
Engineer, to expose sound concrete without undercutting the larger
aggregate particles or cracking the concrete to remain.
2. Provide a smooth wood float finish at exposed horizontal surfaces
that will not receive additional concrete or hot-mix-asphalt shall have
a smooth wood float finish.
3. Provide a light broom finish at walking surfaces. The broom stria
shall be 1/16 inch to 1/8 inch.
3.06 TESTING
Testing of concrete will be performed by an accredited testing agency retained by
the City. Methods of sampling, testing, evaluation, and acceptance will conform to
ACI 301. Assist the City with access to collect samples.
A. Testing as described above will be at the Port’s discretion and in no way
relieves the Contractor of any obligations.
B.The Contractor shall perform its own tests and institute a quality assurance
program to assure the specified quality of materials and work are provided.
C. The Contractor shall perform its own tests to assure that the work
progresses without delay.
DIVISION 03 – CONCRETE
Section 03 30 00 – Cast-in-Place Concrete
03 30 00 - 13
D. Tests performed by the City will be done at no cost to the Contractor, except
as noted below.
1. Additional testing and inspection required because of changes in
materials, proportions, and procedures requested by the Contractor.
2. Additional testing of materials or concrete when either fails to meet
the specification requirements when tested in accordance with the
ACI standards and specifications outlined and the appropriate ASTM
standards contained therein.
END OF SECTION
DIVISION 05 – METALS
Section 05 50 00 – Metal Fabrications
05 50 00 - 1
PART 1 – GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions, and General Requirements, apply to this work as if
specified in this section. Work related to this section is described in Section 03 30
00 – Cast-in-Place Concrete.
1.02 DESCRIPTION OF WORK
Metal fabrications are indicated on the Drawings and in these Specifications. The
work shall consist of furnishing materials, labor, and equipment for fabricating
and/or repairing, galvanizing, and erecting metal fabrications, in accordance with
the Drawings, notes, and these Specifications.
1.03 REFERENCE STANDARDS
A. American Galvanizers Association (AGA), Quality Assurance Manual.
B. American Institute of Steel Construction (AISC), Specification for Structural
Steel Buildings, 2016.
C. American Institute of Steel Construction (AISC), Code of Standard Practice
for Steel Buildings and Bridges, 2016.
D. American Petroleum Institute (API), Specification for Line Pipe (API 5L),
2007 with errata and addendum through 2009
E. American Society for Testing Materials (ASTM), Standard Specifications
and Standard Test Methods, designated by basic reference in this section
(use the most current edition at the time of bid unless otherwise indicated).
F. American Welding Society (AWS) D1.1 – 2015, Structural Welding Code –
Steel.
G. American Welding Society (AWS) A2.4 – 2012, Standard Symbols for
Welding, Brazing, and Nondestructive Examination.
H. Society for Protective Coatings (SSPC), Surface Preparation
Specifications.
I. Washington Association of Building Officials (WABO) Standard No. 27-13,
WABO Welder and Welding Operator Performance Qualification Standard
for Structural Steel, Sheet Steel, and Reinforcing Steel.
DIVISION 05 – METALS
Section 05 50 00 – Metal Fabrications
05 50 00 - 2
1.04 QUALITY ASSURANCE
A. Demonstrate that the fabricator has a minimum of five (5) years of
experience fabricating and working similar metals and configurations,
including cutting, bending, forming, welding, and finishing.
B. Welders shall be currently certified by the Washington Association of
Building Officials (WABO) for structural welding.
C. Qualify welding procedures, operations, welders, and tackers in accordance
with AWS D1.1.
D.The galvanized coating applicator shall specialize in hot-dip galvanizing
after fabrication and follow the procedures in the AGA Quality Assurance
Manual.
E. Perform nondestructive testing (NDT) and inspection of shop and field
welds in accordance with AWS D1.1 by an independent testing agency
retained by the Contractor. Welds failing to comply shall be repaired or
replaced at the Contractor’s expense.
1.05 SUBMITTALS
A. Detailed and coordinated shop drawings indicating shop and erection
details, including cuts, copes, connections, holes, fasteners, material
specifications, welds, surface preparations, and finishes.
B. Detailed post installation plan, showing the location of each post to be
installed, equipment and detailed procedures to be used in the installations.
Include dimensions and field-verified measurements relative to the existing
bridge features.
C. Welder qualifications and certifications.
D. Weld Procedure Specifications (WPS’s) proposed for use on the project.
Submit supporting Procedure Qualification Records (PQR’s) for WPS’s not
prequalified by AWS.
E. For welding to existing bridge steel prepare a written WPS that is proposed
for use on the project in accordance with AWS D 1.1, section 8.
F.Galvanized coating applicator's Certificate of Compliance that the hot-dip
galvanized coatings meet or exceed the specified requirements of ASTM
A 123, A 153, and F 2329 as applicable.
G. Mill certificates for each heat number of structural and miscellaneous steel.
DIVISION 05 – METALS
Section 05 50 00 – Metal Fabrications
05 50 00 - 3
PART 2 – PRODUCTS
2.01 GENERAL
A. Provide products free from oxidation, corrosion, and defects, and of the
specified quality.
B. Protect materials and fabrications before, during, and after installation from
damage. Protect the installed work of other trades from damage.
C. Protect galvanized finishes and painted coatings from damage by use of
padded slings and straps.
D. In the event of damage, immediately make all repairs and replacements as
per the manufacturer’s written recommendations, as approved by the
Engineer, and at no additional cost to the City.
2.02 STRUCTURAL STEEL
A. Plates and Bars: ASTM A 572 Grade 50.
B. Angles and Channels: ASTM A 36.
C. Steel Pipe: ASTM A 252, Grade 3, with a minimum yield strength of 50 ksi.
Conform to the requirements of API 5L, section 7.6, for steel pipe
straightness.
D. Hollow Structural Sections: ASTM A 500, Grade C.
2.03 BOLTS, NUTS, AND WASHERS
A. Anchor bolts or anchor rods: ASTM F 1554, Grade 55, headed, meeting
Supplements S1 and S4, unless noted otherwise.
B. High strength bolts: ASTM F 3125, Grade 325, with threads excluded from
the shear planes.
C. Economy bolts, hex head bolts, and other bolts not specified as high-
strength: ASTM A 307, Grade A.
D. Nuts: ASTM A 563, suitable for grade of bolt.
E. Washers: ASTM F 436 for high strength bolts, ASTM F844, wide series,
maximum thickness, for all other bolts except where bearing on timber.
DIVISION 05 – METALS
Section 05 50 00 – Metal Fabrications
05 50 00 - 4
F. Washers under nut and bolt heads bearing on timber, except under heads
of economy bolts: malleable iron conforming to ASTM A 47.
2.04 OTHER MATERIALS
Provide other materials not specifically described but required to complete the
work, new, free of corrosion, and subject to the approval of the Engineer.
PART 3 – EXECUTION
3.01 PREPARATORY REVIEW
A. Prior to work of this section, inspect the installed work of other trades
affecting this work and verify that such work is complete to the point where
this installation may commence.
B. Coordinate and furnish placement drawings, templates, instructions, and
directions for installation of embedded anchorages, including concrete
inserts, sleeves, anchor bolts, and miscellaneous items.
C. Verify that the work can be fabricated and installed in accordance with the
drawings, specifications, and reference standards. Immediately report
discrepancies to the Engineer and do not proceed with fabrication or
installation until discrepancies are resolved and direction is provided.
3.02 FABRICATION
A. Fabricate work in accordance with the approved shop drawings and
reference standards.
B. Shop-fabricate and preassemble items complete for installation to the
extent practicable to minimize field assembly. Disassemble units only as
necessary for shipping and handling limitations.
C. Unless otherwise indicated on the drawings, shop weld connections unless
otherwise directed on the drawings. Provide joints that are tight fitting,
securely fastened, square, plumb, straight, and true.
D. Drill or punch holes required for attachments and bolted connections
including those of other trades. Do not burn holes.
E. Weld metal fabrications in accordance with AWS D1.1.
F. Install and erect metal fabrications in accordance with the Drawings, shop
drawings, reference standards, and permit requirements.
DIVISION 05 – METALS
Section 05 50 00 – Metal Fabrications
05 50 00 - 5
3.03 PROTECTIVE COATINGS
A. Hot-dip galvanize metal fabrications and fasteners, except as noted in this
section, in conformance with ASTM A 123, ASTM A 143, ASTM A 153,
ASTM A 384, ASTM A 385, and ASTM F 2329, as applicable.
B. Identify proposed drain holes or vent holes required to produce galvanized
coatings to the specified standards. Locate holes on the shop drawings.
C. Galvanize items, to the extent practicable, immediately after fabrication is
complete.
D. Restore damaged galvanizing, including damage due to welding, in
accordance with ASTM A 780, Annex A1. Do not use zinc-rich paints or cold
spray materials. Prepare surfaces and apply in accordance with
manufacturer’s written instructions and specifications.
END OF SECTION
DIVISION 06 – WOOD, PLASTICS, AND COMPOSITES
Section 06 10 00 – Rough Carpentry
06 10 00 - 1
PART 1 – GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions, apply
to this work as if specified in this section. Work related to this section is described
in the following sections.
A. Section 02 41 00 – Demolition
B. Section 05 50 00 – Metal Fabrications
1.02 DESCRIPTION OF WORK
A. The location and extent of the construction are indicated on the Drawings.
The work shall consist of furnishing all labor, material, and equipment for
the removal and replacement of timber members and connections, in
accordance with the Drawings, notes, and these specifications.
B. Field-verify dimensions. Field-verify required sizing prior to ordering
materials.
1.03 QUALITY ASSURANCE
A. Provide at least one qualified person present at all times during execution
of this portion of the work, who shall be thoroughly trained and experienced
in the type of work indicated on the Drawings and in these Specifications,
and who shall direct all work performed under this Section. Qualified
personnel shall have at least five (5) years experience performing the work
described in this section.
B. Provide trained and experienced workers, having at least five (5) years
experience.
1.04 REFERENCE STANDARDS
Use the most current edition at time of bid unless otherwise indicated.
A. AITC Timber Construction Manual.
B. West Coast Lumber Inspection Bureau (WCLIB) Standard Grading Rules
for West Coast Lumber.
C.American Wood Preservers Association (AWPA) Wood Preservative
Standards.
DIVISION 06 – WOOD, PLASTICS, AND COMPOSITES
Section 06 10 00 – Rough Carpentry
06 10 00 - 2
D. Western Wood Preservers Institute (WWPI) Best Management Practices
(BMPs) for the Use of Treated Wood in Aquatic and Other Sensitive
Environments.
1.05 PRODUCT HANDLING
A. Store lumber off ground and protect from moisture by canvas or plastic
covers, but provide ventilation.
B. Handle and care treated lumber in accordance with AWPA Standard M-4.
C.In the event of damage, immediately make all repairs and replacements
necessary as directed by the Engineer and at no additional cost to the City.
1.06 SUBMITTALS
A. Manufacturers' certificates regarding quality of materials and preservative
treatments, their conformance to specifications, and recommendations for
product handling storage.
B. Material order lengths (pile caps, stringers, and posts).
PART 2 – PRODUCTS
2.01 GENERAL
A. Provide new materials only.
B. Identify stress-graded lumber by the WCLIB grade stamp or other
inspecting agency as approved by the Engineer.
2.02 STRUCTURAL TIMBER
A. Provide Douglas Fir-Larch, Grade Dense No. 1 conforming to WCLIB rules.
B. Surface timbers as noted on the Drawings. If not noted, surface four sides.
2.03 PRESERVATIVE TREATMENT
A. Treat timber with 0.60 pounds per cubic foot (pcf) of ammonical copper zinc
arsenate (ACZA). Treat in accordance with AWPA Standards T1, U1, and
UC4B. Incorporate BMPs as set forth by WWPI. Include evidence that the
BMP Standards including BMP Amendment No. 1 have been met.
B. Treat shims in accordance with AWPA Standards T1, U1, and UC4A to a
minimum retention of 0.4 pcf of ACZA.
DIVISION 06 – WOOD, PLASTICS, AND COMPOSITES
Section 06 10 00 – Rough Carpentry
06 10 00 - 3
C. Store, handle, care, and field treat timbers in accordance with AWPA
Standard M4.
2.04 HARDWARE
A. Provide bolts and miscellaneous hardware conforming to Section 05 50 00
–Metal Fabrications. Provide new materials except as noted on the
Drawings.
B. Provide malleable iron washers under all nut and bolt heads (except under
heads of economy bolts) bearing on timber.
PART 3 – EXECUTION
3.01 GENERAL
A. Prior to the work, 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 and be performed in accordance with the Drawings and these
Specifications.
B. Field measure the members designated for replacement. Verify the order
lengths are the actual measured lengths plus any additional length to
ensure a tight fit in the field.
C. Install timbers in accordance with the Drawings and these Specifications.
D. Care, handling, and field treatment of pressure-treated timber shall be in
accordance with AWPA Standard M-4.
3.02 INSTALLATION
A. Existing bolts, drift pins, or spikes remaining after removal of old timbers
shall be cut flush with existing wood surfaces.
B.Confine handling of treated timber with pointed tools to the ends of
members. Use soft lines or slings for handling timber, not steel cables.
C. Fastening
1. Bore holes for bolts 1/16 inch larger than the bolt.
2. Pre-bore lead holes for spikes 1/16 inch less than the spike shaft
diameter.
3. Pre-bore lead holes for lag screws to 65% of the shank diameter.
DIVISION 06 – WOOD, PLASTICS, AND COMPOSITES
Section 06 10 00 – Rough Carpentry
06 10 00 - 4
4. Use washers, as specified, under bolt heads and nuts bearing on
wood.
5. Thoroughly swab holes bored in pressure-treated material with a
material equal to the original preservative treatment.
D. After cut off, treat post tops with a liberal application of copper naphthenate
until visible evidence of further penetration has ceased.
E. Install 30-pound asphalt-saturated organic felt on the top surface of timber
piles that support pile caps or sub caps prior to placing subsequent
materials on them. Extend felt a minimum of 6 inches beyond the member
edges in all directions, fold over the side of the pile, and fasten with large-
headed roofing nails.
F. Pile caps may be field trimmed to fit tightly within the designated space as
indicated on the drawings. Capture cut-off pieces and saw tailings so they
do not fall into the water.
END OF SECTION
DIVISION 31 – EARTHWORK
Section 31 00 00 – Earthwork
31 00 00 - 1
PART 1 – GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions and General Requirements, apply to this work as if
specified in this section. Work related to this section is described in:
A. Section 02 41 00 – Demolition
B. Section 03 10 00 – Concrete Forming and Accessories
C. Section 03 30 00 – Cast-in-Place Concrete
1.02 DESCRIPTION OF WORK
A. The extent and location of Earthwork are indicated on the Drawings. The
work includes excavation, backfill, and compaction of areas associated
with Timber Foundation Replacement and the West Bridge Pier.
B. Export excavated materials generated as a result of the work off-site to an
approved disposal facility.
1.03 REFERENCES
A. Standard Specifications for Road, Bridge, and Municipal Construction,
M41-10, 2018 edition, by Washington State Department of Transportation
(WSDOT Standard Specifications).
B. American Society for Testing Materials (ASTM), Standard Specifications
and Standard Test Methods, designated by basic reference in this section
(use the most current edition at the time of bid unless otherwise indicated).
1.04 QUALITY ASSURANCE
Comply with the applicable provisions of pertinent local, state, and federal codes
and regulations along with permit requirements. References made herein to
materials and execution of work refer to designations published in the WSDOT
Standard Specifications.
1.05 SUBMITTALS
A. Before bringing to the site, perform, pay for, and submit test reports for all
imported materials in accordance with the off-site borrow source
DIVISION 31 – EARTHWORK
Section 31 00 00 – Earthwork
31 00 00 - 2
characterization and characterization testing, reporting, and certification
requirements specified herein.
B. Submit work plan for excavation of materials, including name and location
of disposal facility.
1.06 SITE CONDITIONS
A. No investigations of subsurface conditions have been completed for this
project. Remove material as required to install the concrete footing.
B.Verify the location of existing utilities at the site, and use an independent
private locate company to assist. Protect those utilities which are to
remain from damage. Repair damage to utilities which are to remain at no
cost to the City.
PART 2 – PRODUCTS
2.01 CHARACTERIZATION TESTING, REPORTING, AND CERTIFICATION
A. Provide materials and products of the quality, size, shape, and gradation
as specified in the contract documents.
B. Provide and pay for source characterization, testing, reporting, and
certification for all off-site borrow materials as described below. Provide
documentation for the City’s approval demonstrating that all imported
materials from a borrow pit meet the contract requirements and certify that
the materials are free of regulated materials.
2.02 OFFSITE BORROW SOURCE CHARACTERIZATION
A. Perform off-site borrow source characterization, testing, reporting, and
certification on imported materials as specified above to assure that they
meet the contract document requirements; are natural, native, virgin
materials; and are free of debris, other deleterious substances, regulated
materials, and recycled materials.
B. Submit a characterization report and certification, for approval by the City,
for all imported material prior to placement on-site.
1. Base the characterization on multiple samples, include source
identification, analyses of a material source sample, and a source
inspection report.
DIVISION 31 – EARTHWORK
Section 31 00 00 – Earthwork
31 00 00 - 3
2. Once approved and imported to the site, perform an on-site
inspection of the material to verify that it is the material sampled,
characterized, and approved.
3. Provide source identification documentation of the origin of
imported materials and maps identifying specific location(s) of
material source(s). Submit the physical and chemical reports
provided by the material supplier.
4. Inspect materials sources for visual compliance with the contract
documents. Visually inspect imported material upon delivery to the
site. Inspect materials for the presence of foreign, recycled, or
reprocessed material. Report anomalies to the City immediately.
C.The characterization testing, reporting, and certification requirements
described above may be waived if it’s demonstrated, as determined by the
City, that the material is from a known source, of natural origin, is supplied
by a commercial material supplier, and if free of regulated materials at the
concentrations as defined above. The information used to demonstrate
compliance must be recent, contain sufficient quality assurance/quality
control data with results, and be from a laboratory recognized and
acceptable to the City.
D.Any imported materials determined by the City to be substandard will be
rejected. Remove all rejected material and rejected material stockpiles
from the site at no cost to the City.
2.03 FOUNDATION BASE COURSE
Meet the requirements of WSDOT Standard Specifications, section 9-03.9(3)
2.04 HAND PLACED RIPRAP
Meet the requirements of WSDOT Standard Specification, section 9-13.1(4)
PART 3 – EXECUTION
3.01 GENERAL
A. Excavate and backfill as specified herein, within the tolerances
established in the contract documents, and conform to recognized industry
standards, whichever are more stringent as determined by the Engineer.
DIVISION 31 – EARTHWORK
Section 31 00 00 – Earthwork
31 00 00 - 4
B. Excavation: Homogeneous or mixtures of naturally occurring earth, fill,
sand, gravel, stones, clays, or loam, moved to facilitate the construction of
structures, and associated work.
C. Move excavated material with the use of mechanical or handheld
equipment, such as shovels, loaders, excavators, etc. Do not use drilling,
blasting, or drilling and line breaking. Do not move excavated material by
the sluicing method.
D. Where ever possible, excavate in horizontal layers, and in such a way that
the resulting stockpiles are a blend of the naturally occurring materials.
E. Backfill by placing material in horizontal layers upon earth which has been
prepared or otherwise approved by the City.
F. Construct in compacted layers of uniform thickness. Carry the layers up
full width from the bottom. Compact with modern, efficient compacting
units, or as directed by the City. The compacting units may be of any
type, provided they are capable of compacting each lift of the material to
the specified density. The City may order the use of any particular
compacting unit discontinued if it is not capable of compacting the material
to the required density within a reasonable time, of if the equipment may
damage underlying or adjacent soils or structures.
G. Construct backfill areas in accordance with WSDOT Standard
Specifications section 2-03.3(14)C. Do not exceed 8 inches in loose
thickness for each horizontal layer. Compact each layer to 95% of the
maximum density as determined by compaction control tests described
herein. Use small mechanical or vibratory compactor units to compact the
layers adjacent to structures that are inaccessible to other compaction
equipment.
H.Place riprap below the bridge pier in accordance with WSDOT Standard
Specification section 8-15.
3.02 EXCAVATION
A. Complete excavation within the limits established or within reasonably
close conformity with the alignment grade and cross sections indicated on
the Drawings or as established within these Specifications.
B. Brace and shore sides of excavations. Comply with federal, state, and
local regulations regarding, shoring, bracing and other protection
requirements.
DIVISION 31 – EARTHWORK
Section 31 00 00 – Earthwork
31 00 00 - 5
C. Keep water out of excavated pits, trenches by pumping or other means of
dewatering. Keep the water level below the bottom of concrete pours
before, during, and for a minimum of seven days after a concrete pour.
3.03 FILLING AND BACKFILLING
A. Place materials as indicated on the Drawings, over compacted subgrade.
If subgrade is soft and cannot be adequately compacted, contact the City
for direction.
B. Remove water from excavated areas, by pumping or other means, before
placing and backfill material.
C. Compact subgrade, as specified below, before placing and fill or
aggregate material.
D. Place backfill to the lines and grades indicated on the Drawings.
3.04 COMPACTION
A. Subgrade Preparation:
1. Grade subgrade within a tolerance of 0.05 foot plus or minus, ready
for base course.
2. Immediately prior to placement of backfill materials, clean the entire
width and length of the area to be backfilled. Remove debris and
organics and dispose of as directed by the City.
3. Drain depressions or ruts that contain water.
4. Shape the entire subgrade to a smooth uniform surface, true to line,
grade, and cross section in accordance with the Drawings and as
directed by the City.
5. Compact the subgrade material to a depth of 6 inches to 95 percent
of the material’s maximum dry density as determined by
ASTM D 1557. If soft or spongy material underlying the subgrade
precludes satisfactory compaction, loosen, aerate, or excavate,
replace and compact to the required density as directed by the City.
B.Compact with approved equipment suited to the materials and the area
being compacted. Moisten or aerate material as necessary to provide the
moisture content that is in conformance with this Section and will readily
facilitate obtaining the specified compaction with the equipment used.
DIVISION 31 – EARTHWORK
Section 31 00 00 – Earthwork
31 00 00 - 6
C. Place each lift of material uniformly compacted to the density indicated for
the specific material and use as set forth in these Specifications. The
percent of density required is in relation to the maximum density
obtainable at optimum moisture content as determined by the compaction
control tests.
3.05 EXCESS MATERIAL DISPOSAL
Dispose of all excess soils and materials that the City determines to be Excess
Material. Dispose of soils and materials at location(s) permitted to receive the
type of excess soils and materials to be disposed.
END OF SECTION
APPENDIX A: PERMITS
DEPARTMENTOFTHEARMYCORPSOFENGINEERS,SEATTLEDISTRICTP.O.BOX3755SEATTLE,WASHINGTON98124-3755September6,2019CityofRenton,ParksDivisionMr.AlanWyattRentonCityHall,Sixthfloor1055SouthGradyWayRenton,Washington98057Reference:NW$-2019-593CityofRentonParksDivision(Cedar RiverTrailTrestleBridgeRepair)DearMr.Wyatt:WehavereceivedyourapplicationforaDepartmentoftheArmy(DA)permittodischargeupto5cubicyardsoflooseriprapinupto50squarefeetoftheCedar RivertorepairtheCedarRiverTrailTrestleBridgeatRenton,KingCounty,Washington,asdepictedontheencloseddrawings dated July2019.Regulationsandguidelines implementingourregulatoryprogramunderSection404oftheCleanWaterAct(Section404)generallyrequirethatyouobtainapermit priortodischargingdredgedorfillmaterialintowatersoftheU.S.,includingwetlands.formoreinformation,seetheenclosedCleanWaterActExtractsandDefinitions.However,certaindischargesareexemptfromregulationundertheCleanWaterAct.federalRegulation33CfR323.4(a)(2)statesthatthemaintenance,includingemergencyreconstructionofrecentlydamagedparts,ofcurrentlyserviceablestructuressuchasdikes,darns,levees, groins,riprap,breakwaters,causeways,bridgeabutmentsorapproaches,andtransportationstructuresgenerallydoesnotrequireaDApermit.Maintenancedoesnotincludeanymodificationthatchangesthecharacter,scopeorsizeoftheoriginalfilldesign.Emergencyreconstructionmustoccurwithinareasonableperiodoftimeafterdamageoccursinordertoqualifyforthisexemption.Inadditiontothe aboverequirements,thedischargeofdredgedorfillmaterialmustmeettwoadditionalrequirementstoqualifyforanexemption:(1)thedischargedmaterialmaynotcontainatoxic pollutantlistedunderSection307oftheCleanWaterActand(2)thedischargemaynotconvertanareaofwatersoftheU.S.toa usetowhichitwasnotpreviouslysubjectRegulatoryBranch
-2-wheretheflow,circulation,orreachisimpairedorreduced.PleasecontactusforaDApermitifyourproposaldoesnotmeettheserequirements.Basedontheinformationyouprovided,thedischargeoffillmaterialincludedinyourproposalqualifiesundertheabovedescribedexemptioninourregulationsand,therefore,doesnotrequireaSection404DApermit.TheCorpsalsoregulatesworkinnavigablewatersoftheU.S.underSection10oftheRiversandHarborsAct.However,sincetheproposedworkwouldnotoccurinanavigablewateroftheU.S.,itwillnotrequireaSection10DApermit.WhileaDApermitisnotrequiredforyourproposal,local,state,andotherfederalrequirementsmayapply.Forassistanceindeterminingotherpermitrequirementsfortheproposedproject,werecommendyoucontacttheWashingtonStateOfficeofRegulatoryAssistanceviatheinternetatwww.ora.wa.gov.Ifyouhaveanyquestions,pleasecontactMs.KristinMcDermottatkristin.l.mcdermott@usace.army.milor(206)316-3975.Sincerely,niectinChiefegulatoryBrancEnclosures
-o00Cl,DCI4VICINITYMAPSCALE:NTSPROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEET13245SE7THAVENUE,RENTONWA9B05BAT:CITYOFRENTON,WASHINGTONREFERENCEB:PROJECTLOCATIONAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODY:CEDARRIVERADJACENTPROPERTYOWNERS:(SEEAPPLICATION(USACEREFERENCEB:NWS-2019-593LAT=42B’30.B8”NAPPLICANT:COUNTY:KINGLONG=12210’34.46”QUARTER-SECTION-TOWNSHIP-RANGE=SW-16-23-SCITYOFRENTON,PARKSDIVISIONPARCEL#=1623059023DATE:JULY2019SHEET:1OF7
PROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEET23245SE7THAVENUE,RENTONWA98058AT:CITYOFRENTON,WASHINGTONREFERENCE#:EXISTINGCONDITIONAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODY:CEDARRIVERADJACENTPROPERTYOWNERS:(SEEAPPLICATION)USACEREFERENCE#:NWS-XXXX-XXXLATh428’30.88”NAPPLICANT:COUNTY:KINGLDNG=12210’34.46”QUARTER-SECTION-TOWNSHIPRANGE=SW-16-23-5CITYOFRENTON,PARKSDIVISIONPARCEL#=1623059023DATE:JULY2019SHEET:2OF7z0a,z00enUi0z00=00en0‘0Va,a,a,0C‘0DaCo©nDCaCC)aUUxUEaCCC0a,00CDz
‘PARKINGLOT&/../EASTTRAILACCESS‘iC4PEDESTRIANBRIDGE\STAGING&ACCESSbe.I,—.6,be./I.ePARKINGLOT--‘ISEIthS,\-PROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEET33245SE7THAVENUE,RENTONWA98058AT:CITYOFRENTON,WASHINGTONREFERENCE8:SITEACCESSPLANAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODY:CEDARRIVERADJACENTPROPERTYOWNERS:ISEEAPPLICATION)USACEREFERENCE8:NWS-XXXX-XXXLAT=472830$8”NAPPLICANT:COUNTY:KINGLONG=12210’34.46”QUARTER-SECTION-TOWNSHIP-RANGE=SW-16-23-5CITYOFRENTON,PARKSDIVISIONPARCEL#=1623059023DATE:JULY2019SHEET:3OF7NIJSE2flSPl!Srltd,d,/c,55’5E3’dS,)SE3,dSta’a’a’n0,N)DIa’.‘N;.,5616574I’444•44CEDARRIVERTRAILSESitSttSO’P57thSt
Va)d)aaC0Co©nC)0C)=00cCa)0000c0&aiii’zaE8CPROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEET43245SE7THAVENUE,RENTONWA98058AT:CITYOFRENTON,WASHINGTONREFERENCE4:PROPOSEDREPAIRSAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODYCEDARRIVERADJACENTPROPERTYOWNERS:(SEEAPPLICATION(USACEREFERENCE#:NWS-XXXX-XXXLATh428’30.88”NAPPLICANT:COUNTY:KINGLONG1221034.46”QUARTER-SECTION-TOWNSHIP-RANGE=SW-16-23-5CITYOFRENTON,PARKSDIVISIONPARCELU=1623059023DATE:JULY2019SHEET:4OF7
1a,=U<C>Ca,z0a,a,CCCES>)ZO—QSCa,a,CIa,0Cow4=H\UII-U.UI4-0±MIN,SEE5)1±575-7c:::0a,a,a,a:n0a:a,:Ca,,Da,a,a,ra,S8I0SaaUIa,V2UUIa.UIIU,UIUI(a,=5h!:I•2ZLUc1-IIzcZWI.—wUI0.UIWIUIza.UI-Ia.C)‘T)t)t)I)C)C)C)CI•-C)C)C)C)t)C)C)t)t)j:;C)C)C)C)C)C.)t]L4714137)41UIa.UIIU,UIUI)PROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEETS3245SE7THAVENUE,RENTONWA98058AT:CITYOFRENTON,WASHINGTONREFERENCES:TIMBERBRIDGEPIERREPAIRSAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODY:CEDARRIVERADJACENTPROPERTYOWNERS:(SEEAPPLICATION)USACEREFERENCE#:NWS-XXXX-XXXLAT=428’30.88”NAPPLICANT:COUNTY:KINGLONG=1221034.46”QUARTER-SECTION-TOWNSHIP-RANGE=SW-16-23-5CITYOFRENTON,PARKSDIVISIONPARCEL#=1623059023DATE:JULY2019SHEET:5OF7
LULUILUz0I>LU-ILUzI,—u000+19=b<,-z00z0D0—.=‘4-0=_DZ>14-060<zcILULUILUz0ILULI,H‘30,0,VU0=I0,UBU€UI(d’0LU-II‘9zL1UIELU-JII,,‘CLUI‘9z1)L1UIE0-00—’=))H‘300001010,_-Z::<iZ0=I-I_UI_-0<0000004-4-U,PROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEET63245SE7THAVENUE,RENTONWA98058AT:CITYOFRENTON,WASHINGTONREFERENCEB:TRESTLEBRIDGEREPAIRSAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODY:CEDARRIVERADJACENTPROPERTYOWNERS:(SEEAPPLICATION)USACEREFERENCEB:NWS-XXXX-XXXLAT=4728’30.88”NAPPLICANT:COUNTY:KINGLONG”122’10’34.46”OUARTER-SECTION-TOWNSHIP-RANGE=SW-16-23-5CITYOFRENTON,PARKSDIVISIONPARCELB=1623059023DATE:JULY2019SHEET:6OF7
h’9%‘%4l4pfrQJ/1/GlI1’*‘Ia,a,CC0CU,Da00E0aIIII40804,“et40L1C-.-PROPOSEDPROJECT:MAINTENANCEREPAIRSTOCEDARRIVERTRAILTRESTLEBRIDGEREPAIRSPEDESTRIANBRIDGEOVERCEDARRIVERINRENTON,WASHEET73245SE7THAVENUE,RENTONWA98058AT:CITYOFRENTON,WASHINGTONREFERENCE#:ACTIONAREAAPPLICANT:CITYOFRENTON,PARKSDIVISIONWATERBODY:CEDARRIVERADJACENTPROPERTYOWNERS:(SEEAPPLICATION)USACEREFERENCE#:NWS-XXXX-XXXLAT472830.88”NAPPLICANT:COUNTY:KINGLONG=122’1034.46”QUARTER-SECTION-TOWNSHIP-RANGE=SW-16-23-5CITYOFRENTON,PARKSDIVISIONPARCEL#1623059023DATE:JULY2019SHEET:7OF7
t1CleanWaterActExtractsandDefinitionsSeattleDistrictEXTRACTSfromtheCleanWaterAct:1.SECTION301(33U.S.C.1311)ThedischargeofanypollutantbyanypersonshallbeunlawfulexceptasincompliancewithvarioussectionsoftheCleanWaterAct,includingSection404.2.SECTION309(33U.S.C1319)ThissectionprovidesthatanypersonwhonegligentlyviolatestheprovisionsoftheCleanWaterActmaybepunishedbyacriminalpenaltyofnotlessthan$2,500normorethan$25,000perdayofviolation,orbyimprisonmentfornotmorethanoneyear,orbyboth.AnypersonwhoknowinglyviolatesthisActmaybepunishedbyacriminalpenaltyofnotlessthan$5,000normorethan$50,000perdayofviolation,orbyimprisonmentfornotmorethan3years,orbyboth.ThissectionalsoprovidesthatanypersonwhoviolatestheprovisionofthisActmaybesubjecttoacivilpenaltyupto$53,484perdayforeachviolation.3.SECTION404(33U.S.C.1344)(a)TheSecretaryoftheArmy,actingthroughtheChiefofEngineers,mayissuepermits,afternoticeandopportunityforpublichearings,forthedischargeofdredgedorfillmaterialintothenavigablewatersatspecifieddisposalsites.(b)Subjecttosubsection(c)ofthissection,eachsuchdisposalsiteshallbespecifiedforeachsuchpermitbytheSecretaryoftheArmy(1)throughtheapplicationofguidelinesdevelopedbytheAdministratoroftheEnvironmentalProtectionAgency(Administrator),inconjunctionwiththeSecretaryoftheArmy,whichguidelinesshallbebaseduponcriteriacomparabletothecriteriaapplicabletotheterritorialseas,thecontiguouszone,andtheoceanundersection403(c),and(2)inanycasewheresuchguidelinesunderclause(1)alonewouldprohibitthespecificationofasite,throughtheapplicationadditionallyoftheeconomicimpactsofthesiteonnavigationandanchorage.(C)TheAdministratorisauthorizedtoprohibitthespecification(includingthewithdrawalofspecification)ofanydefinedareaasadisposalsite,andheisauthorizedtodenyorrestricttheuseofanydefinedareaforspecification(includingthewithdrawalofspecification)asadisposalsite,wheneverhedetermines,afternoticeandopportunityforpublichearings,thatthedischargeofsuchmaterialsintosuchareawillhaveanunacceptableadverseeffectonmunicipalwatersupplies,shellfishbedsandfisheryareas(includingspawningandbreedingareas),wildlife,orrecreationalareas.Beforemakingsuchdetermination,theAdministratorshallconsultwiththeSecretaryoftheArmy.TheAdministratorshallsetforthinwritingandmakepublichisfindingsandhisreasonsformakinganydeterminationunderthissubsection.I
DEFINITIONSfromtheU.S.ArmyCorpsofEngineersRegulatoryProgram:Theterm“wetlands”meansthoseareasthatareinundatedorsaturatedbysurfaceorgroundwateratafrequencyanddurationsufficienttosupport,andthatundernormalcircumstancesdosupport,aprevalenceofvegetationtypicallyadaptedforlifeinsaturatedsoilconditions.(33C.F.R.328.3)Theterm“adjacent”meansbordering,contiguous,orneighboring.WetlandsseparatedfromotherwatersoftheUnitedStatesbymanmadedikesorbarriers,naturalriverberms,beachdunes,andthelikeare“adjacentwetlands.”(33C.F.R.328.3)Theterm“ordinaryhighwatermark”meansthatlineontheshoreestablishedbythefluctuationsofwaterandindicatedbyphysicalcharacteristicssuchasaclear,naturallineimpressedonthebank,shelving,changesinthecharacterofsoil,destructionofterrestrialvegetation,thepresenceoflitteranddebris,orotherappropriatemeansthatconsiderthecharacteristicsofthesurroundingarea.(33C.F.R.328.3)Theterm“hightideline”meansthelineofintersectionofthelandwiththewater’ssurfaceatthemaximumheightreachedbyarisingtide.Thehightidelinemaybedetermined,intheabsenceofactualdata,byalineofoilorscumalongshoreobjects,amoreorlesscontinuousdepositoffineshellordebrisontheforeshoteorberm,otherphysicalmarkingsorcharacteristics,vegetationlines,tidalgages,orothersuitablemeansthatdelineatethegeneralheightreachedbyarisingtide.Thelineencompassesspringhightidesandotherhightidesthatoccurwithperiodicfrequencybutdoesnotincludestormsurgesinwhichthereisadeparturefromthenormalorpredictedteachofthetideduetothepilingupofwateragainstacoastbystrongwindssuchasthoseaccompanyingahurricaneorotherintensestorm.(33C.F.R.328.3)Theterm“navigablewatersoftheUnitedStates”meansthosewatersthataresubjecttotheebbandflowofthetideand/orarepresentlyused,orhavebeenusedinthepast,ormaybesusceptibleforusetotransportinterstateorforeigncommerce.(33C.F.R.329.4)Theterm“dischargeofdredgedmaterial”meansanyadditionofdredgedmaterialinto,includingredepositordredgedmaterialotherthanincidentalfallbackwithin,thewatersoftheUnitedStates.Thetermincludes,runofffromacontainedlandorwaterdisposalarea,andanyaddition,includingredeposit,ofdredgedorexcavatedmaterial.ThetermdredgedmaterialmeansmaterialthatisexcavatedordredgedfromwatersoftheUnitedStates.(33C.F.R.323.2)Theterm“dischargeoffillmaterial”meanstheadditionoffillmaterialintowatersoftheUnitedStates.Thetermgenerallyincludesplacementoffillnecessaryfortheconstructionofanystructureorinfrastructurerequiringrock,sand,dirt,orothermaterialsforitsconstruction.FillmaterialismaterialplacedinwatersoftheUnitedStateswherethematerialhastheeffectofreplacinganyportionofthewaterswithdrylandorchangingthebottomelevationofanyportionofthewaters.(33C.F.R.323.2)2
PERMITTEE AUTHORIZED AGENT OR CONTRACTOR
City of Renton, Parks Division BergerABAM
ATTENTION: Alan Wyatt ATTENTION: Grace Roberts
Renton City Hall, 1055 South Grady Way, Sixth Floor 33301 9th Ave S
Renton, WA 98057 Federal Way, WA 98003-2600
Project Name:Cedar River Trail Trestle Bridge Repairs
Project Description:The City Parks Department proposes maintenance repairs of an existing pedestrian bridge
over the Cedar River in Renton, Washington. The proposed repairs include elements that
occur within and over the Cedar River. Repairs will also consist of actions that occur in uplands
adjacent to the river.
The timber elements of the bridge and approach trestle were the subject of BergerABAM¶s
2017 and 2018 inspections, which found degradation in two of the timber piles supporting the
north abutment and in some of the timbers in the pad supporting the steel truss bridge. Timber
facing for the abutment has deteriorated and the subsequent loss of material weakened the
abutment. The proposed repairs will rebuild the abutment within its current footprint by
repairing timber piles, repairing/replacing timber facing, and replacing lost material behind the
facing.
PROVISIONS
TIMING - PLANS - INVASIVE SPECIES CONTROL
1. TIMING LIMITATION: You may begin the project immediately and you must complete the project by August 22,
2024, provided that replacement of piles, timber facing, and riprap must occur only between July 1 and August 31.
2. APPROVED PLANS: You must accomplish the work per plans and specifications submitted with the application and
approved by the Washington Department of Fish and Wildlife entitled, "CEDAR RIVER TRAIL TRESTLE BRIDGE
REPAIRS", dated July 2019, except as modified by this Hydraulic Project Approval (HPA). You must have a copy of
these plans and this HPA available on site during all phases of the project construction.
3. INVASIVE SPECIES CONTROL: Thoroughly clean all equipment and gear before arriving and leaving the job site to
prevent the transport and introduction of aquatic invasive species. Properly dispose of any water and chemicals used to
clean gear and equipment. You can find additional information in the Washington Department of Fish and Wildlife's
Invasive Species Management Protocols (November 2012), available online at
http://wdfw.wa.gov/publications/01490/wdfw01490.pdf.
4. FISH KILL/ WATER QUALITY PROBLEM NOTIFICATION: If a fish kill occurs or fish are observed in distress at the
job site, immediately stop all activities causing harm. Immediately notify the Washington Department of Fish and
Wildlife habitat biologist listed below of the problem by calling 425-449-6790. If the likely cause of the fish kill or fish
distress is related to water quality, also notify the Washington Military Department Emergency Management Division at
1-800-258-5990. Activities related to the fish kill or fish distress must not resume until the Washington Department of
Fish and Wildlife gives approval. The Washington Department of Fish and Wildlife may require additional measures to
mitigate impacts.
Page 1 of 5
HYDRAULIC PROJECT APPROVAL
Washington Department of
Fish & Wildlife
PO Box 43234
Olympia, WA 98504-3234
(360) 902-2200
Permit Number: 2019-4-543+01
FPA/Public Notice Number: N/A
Application ID: 18174
Project End Date: August 22, 2024
Issued Date: August 23, 2019
LOCATION #1:Site Name: Cedar River Trestle Bridge
, , WA 98058
WORK START:August 23, 2019 WORK END:August 22, 2024
WRIA Waterbody:Tributary to:
08 - Cedar - Sammamish Cedar River Lake Washington
1/4 SEC:Section:Township:Range:Latitude:Longitude:County:
STAGING, JOB SITE ACCESS, AND EQUIPMENT
5. Establish staging areas (used for equipment storage, vehicle storage, fueling, servicing, and hazardous material
storage) in a location and manner that will prevent contaminants such as petroleum products, hydraulic fluid, fresh
concrete, sediments, sediment-laden water, chemicals, or any other toxic or harmful materials from entering waters of
the state.
6. Clearly mark boundaries to establish the limit of work associated with site access and construction.
7. Check equipment daily for leaks and complete any required repairs in an upland location before using the equipment
near the water.
CONSTRUCTION-RELATED SEDIMENT, EROSION AND POLLUTION CONTAINMENT
8. Protect all disturbed areas from erosion. Maintain erosion and sediment control until all work and cleanup of the job
site has been completed.
9. All erosion control materials that will remain onsite must be composed of 100% biodegradable materials.
10. Straw used for erosion and sediment control, must be certified free of noxious weeds and their seeds.
11. Stop all hydraulic project activities except those needed to control erosion and siltation, if flow conditions arise that
will result in erosion or siltation of waters of the state.
12. Prevent project contaminants, such as petroleum products, hydraulic fluid, fresh concrete, sediments, sediment-
laden water, chemicals, or any other toxic or harmful materials, from entering or leaching into waters of the state.
13. Deposit waste material from the project, such as construction debris, silt, excess dirt, or overburden, in an upland
area above the limits of anticipated floodwater.
14. Deposit all trash from the project at an appropriate upland disposal location.
CONSTRUCTION MATERIALS
15. Store all construction and deconstruction material in a location and manner that will prevent contaminants such as
petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or
harmful materials from entering waters of the state.
DEMOBILIZATION AND CLEANUP
16. Replace native riparian zone vegetation damaged or destroyed by construction with native trees and native shrubs.
Plant trees 10 feet on center, and shrubs five feet on center.
17. Upon completion of the project, remove all materials or equipment from the site and dispose of all excess spoils
and waste materials in an upland area above the limits of anticipated floodwater.
18. Remove temporary erosion and sediment control methods after job site is stabilized or within three months of
project completion, whichever is sooner.
Page 2 of 5
HYDRAULIC PROJECT APPROVAL
Washington Department of
Fish & Wildlife
PO Box 43234
Olympia, WA 98504-3234
(360) 902-2200
Permit Number: 2019-4-543+01
FPA/Public Notice Number: N/A
Application ID: 18174
Project End Date: August 22, 2024
Issued Date: August 23, 2019
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW. Additional authorization from other public agencies may be necessary for this project.
The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any
additional authorization from other public agencies (local, state and/or federal) that may be necessary for this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person
(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work.
This Hydraulic Project Approval does not authorize trespass.
The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable
for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic
Project Approval.
Failure to comply with the provisions of this Hydraulic Project Approval could result in civil action against you, including,
but not limited to, a stop work order or notice to comply, and/or a gross misdemeanor criminal charge, possibly
punishable by fine and/or imprisonment.
All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or
revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s)
to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals
are listed below.
SW 1/4 16 23 N 05 E 47.475255 -122.176111 King
Location #1 Driving Directions
Page 3 of 5
HYDRAULIC PROJECT APPROVAL
Washington Department of
Fish & Wildlife
PO Box 43234
Olympia, WA 98504-3234
(360) 902-2200
Permit Number: 2019-4-543+01
FPA/Public Notice Number: N/A
Application ID: 18174
Project End Date: August 22, 2024
Issued Date: August 23, 2019
MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing
or to the plans and specifications approved in this HPA unless this is a General HPA. If this is a General HPA you must
use the Major Modification process described below. Any approved minor modification will require issuance of a letter
documenting the approval. A minor modification to the required work timing means any change to the work start or end
dates of the current work season to enable project or work phase completion. Minor modifications will be approved only
if spawning or incubating fish are not present within the vicinity of the project. You may request subsequent minor
modifications to the required work timing. A minor modification of the plans and specifications means any changes in the
materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and
does not require a change in the provisions of the HPA to mitigate the impacts of the modification. If you originally
applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a minor
modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must
submit a written request that clearly indicates you are seeking a minor modification to an existing HPA. Written requests
must include the name of the applicant, the name of the authorized agent if one is acting for the applicant, the APP ID
number of the HPA, the date issued, the permitting biologist, the requested changes to the HPA, the reason for the
requested change, the date of the request, and the requestor's signature. Send by mail to: Washington Department of
Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov. You
should allow up to 45 days for the department to process your request.
MAJOR MODIFICATIONS TO THIS HPA: You may request approval of major modifications to any aspect of your HPA.
Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you originally
applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a major
modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must
submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Written
requests must include the name of the applicant, the name of the authorized agent if one is acting for the applicant, the
APP ID number of the HPA, the date issued, the permitting biologist, the requested changes to the HPA, the reason for
the requested change, the date of the request, and the requestor's signature. Send your written request by mail to:
Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234. You may email your
request for a major modification to HPAapplications@dfw.wa.gov. You should allow up to 45 days for the department to
process your request.
APPEALS INFORMATION
If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA),
Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who
issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for
further appeal action. If you proceed with an appeal, you may request an informal or formal appeal. WDFW encourages
you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process
includes a review by department management of the HPA or denial and often resolves issues faster and with less legal
complexity than the formal appeal process. If the informal appeal process does not resolve your concerns, you may
advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at (360) 902-2534 for more
information.
A. INFORMAL APPEALS: WAC 220-660-460 is the rule describing how to request an informal appeal of WDFW actions
taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following
information summarizes that rule.
Page 4 of 5
HYDRAULIC PROJECT APPROVAL
Washington Department of
Fish & Wildlife
PO Box 43234
Olympia, WA 98504-3234
(360) 902-2200
Permit Number: 2019-4-543+01
FPA/Public Notice Number: N/A
Application ID: 18174
Project End Date: August 22, 2024
Issued Date: August 23, 2019
A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal
appeal of that action. You must send your request to WDFW by mail to the HPA Appeals Coordinator, Department of
Fish and Wildlife, Habitat Program, PO Box 43234, Olympia, Washington 98504-3234; e-mail to
HPAapplications@dfw.wa.gov; fax to (360) 902-2946; or hand-delivery to the Natural Resources Building, 1111
Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you
receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated
through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution
is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals
Coordinator or designee may conduct an informal hearing or review and recommend a decision to the Director or
designee. If you are not satisfied with the results of the informal appeal, you may file a request for a formal appeal.
B. FORMAL APPEALS: WAC 220-660-470 is the rule describing how to request a formal appeal of WDFW actions
taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following
information summarizes that rule.
A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal appeal
of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and
serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve WDFW by mail
to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, PO Box 43234, Olympia,
Washington 98504-3234; e-mail to HPAapplications@dfw.wa.gov; fax to (360) 902-2946; or hand-delivery to the Natural
Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal
appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you may
request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in
response to the informal appeal.
C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the
WDFW action shall be final and unappealable.
Habitat Biologist Larry.Fisher@dfw.wa.gov for Director
WDFWLarry Fisher 425-449-6790
Page 5 of 5
HYDRAULIC PROJECT APPROVAL
Washington Department of
Fish & Wildlife
PO Box 43234
Olympia, WA 98504-3234
(360) 902-2200
Permit Number: 2019-4-543+01
FPA/Public Notice Number: N/A
Application ID: 18174
Project End Date: August 22, 2024
Issued Date: August 23, 2019
!intFormResetFormSaveForrnDEPARTMENTOFCOMMUNITYANDECONOMICDEVELOPMENTPlanningDivision1055SouthGradyWay,6thFloorRenton,WA98057I425-430-7200www.rentonwa.govLANDUSEPERMITMASTERAPPLICATIONPROJECTINFORMATIONPROJECTORDEVELOPMENTNAME:_________________________________________CedarRiverTrailTrestleBridgeRepairsPROJECT/ADDRESS(S)/LOCATIONANDZIPCODE:_____________________________________________________CedarRivetTrailTrestleBridgeRepairs3245SE7thAvenueRenton,WA98058KINGCOUNTYASSESSOR’SACCOUNTNUMBER(S):Quarter-Section-Township-Range=SW-16-23-5Parcel#1623059023EXISTINGLANDUSE(S):PublicTrailBridgePROPOSEDLANDUSE(S):_________________________________________PublicTrailBridgeEXISTINGCOMPREHENSIVEPLANMAPDESIGNATION:PROPOSEDZONING(ifapplicable):_______________________________N/ASITEAREA(insquarefeet):____________________________________4,710sq.ft.SQUAREFOOTAGEOFPRIVATEACCESSEASEMENTS:________________________________N/ASQUAREFOOTAGEOFPUBLICROADWAYSTOBEDEDICATED:N/APROPOSEDRESIDENTIALDENSITYINUNITSPERNETACRE(ifapplicable)N/ANUMBEROFPROPOSEDLOTS(ifapplicable)_____________________________________________________________________________________1NUMBEROFNEWDWELLINGUNITS(ifapplicable):________________________________N/ANUMBEROFEXISTINGDWELLINGUNITS(ifapplicable):________________________________N/APROJECTVALUE:______________________________________$441,000.00PROPERTYOWNER(S)NAME:ADDRESS:CITY:STATE:ZIP:PHONENUMBER:EMAILADDRESS*:QIprefertoreceiveallcorrespondenceviaUSMail.APPLICANT(ifotherthanowner)NAME:CityofRentonCOMPANY(ifapplicable):ADDRESS.1055S.GradyWayCITY:STATE:ZIP:RentonWA98057PHONENUMBER:(425)430-6600EMAILADDRESS*:LiIprefertoreceiveallcorrespondenceviaUSMail.CONTACTPERSONNAME:AlanJ.WyattCOMPANY(ifapplicable):CityofRentonADDRESS:1055S.GradyWay,6thFloorCITY:STATE:ZIP:RentonWA98057PHONENUMBER(425)430-6571EMAILUIprefertoreceiveallcorrespondenceviatISMail.PROPOSEDCOMPREHENSIVEPLANMAPDESIGNATION(ifapplicable)EXISTINGZONING:*Bycompletingtheemailaddressfieldtheowner/applicant/contactpersonisoptingtoreceiveallformalnotificationsandprojectdocumentsindigitalformatviaemailunlessotherwiserequested.
PROJECTINFORMATION(CONTINUED)SQUAREFOOTAGEOFPROPOSEDRESIDENTIALISTHESITELOCATEDINANYTYPEOFBUILDINGS(ifapplicable):N/AENVIRONMENTALLYCRITICALAREA,PLEASEINCLUDESQUAREFOOTAGE(ifapplicable):SQUAREFOOTAGEOFEXISTINGRESIDENTIALBUILDINGSTOREMAIN(ifapplicable):N/ALIAQUIFERPROTECTIONAREAONESQUAREFOOTAGEOFPROPOSEDNON-RESIDENTIALLIAQUIFERPROTECTIONAREAiWOBUILDINGS(ifapplicable):‘‘‘LIFLOODHAZARDAREAsq.ft.SQUAREFOOTAGEOFEXISTINGNON-RESIDENTIALBUILDINGSTOREMAIN(ifapplicable):N/ALIGEOLOGICHAZARDsq.ft.NETFLOORAREAONNON-RESIDENTIALBUILDINGS(ifLIHABITATCONSERVATIONsq.ft.applicable):N/ALISHORELINESTREAMS&LAKES50sq.ft.NUMBEROFEMPLOYEESTOBEEMPLOYEDBYTHENEWPROJECT(ifapplicable):N/ALIWETLANDSsq.ft.LEGALDESCRIPTIONOFPROPERTY(Attachlegaldescriptiononseparatesheetwiththefollowinginformationincluded)SITUATEINTHESWQUARTEROFSECTION16,TOWNSHIP23N,RANGE5_,W.M.INTHECITYOFRENTON,KINGCOUNTY,WASHINGTONIAFFIDAVITOFOWNERSHIPII,(PrintName/s)AlanJ.Wyatt,declareunderpenaltyofperjuryunderthelawsoftheStateofWashingtonthatIam(pleasecheckone)Qthecurrentownerofthepropertyinvolvedinthisapplicationortheauthorizedrepresentativetoactforacorporation(pleaseattachproofofauthorization)andthattheforegoingstatementsandanswershereincontainedandtheinformationherewithareinallrespectstrueandcorrecttothebestofmyknowledgeandbelief.June17,2019ignatureof0neepes’t’veSTATEOFWASHINGTONSSCOUNTYOFKINGIcertithatIknowoavesatisfactoryevidencethat___________________________________signedthisinstrumentandacknowledgeittob9/tTuT1thirfreeandvoIunta.t‘sesanseentinintheinstrument.(p—t7—1c,DatedtEjo11?I.‘_aryblidfortheStateofhingtonI,:...Cft1CA1,I\expires:_______________________________________________DateSignatureofOwner/RepresentativeDate
PLANNING DIVISION
CERTIFICATE OF EXEMPTION
FROM SHORELINE SUBSTANTIAL DEVELOPMENT
DEPARTMENT OF COMMUNITY
AND ECONOMIC DEVELOPMENT
DATE:
PROJECT NUMBER:
PROJECT NAME:
PROJECT MANAGER:Angelea Weihs, Assoicate Planner
LUA19-000247, SME
Cedar River Trail Trestle Bridge Repairs
October 04, 2019
APPLICANT:Alan Wyatt
1055 S Grady Way
Renton, WA 98057
PROJECT LOCATION:To the southwest of Maple Valley Hwy and Monroe Ave SE
PROJECT DESCRIPTION:The City of Renton Parks Department is requesting approval of a Shoreline Exemption
for proposed maintenance repairs of an existing pedestrian bridge over the Cedar River
in located on parcel numbers 1623059023 and 1623059078. The pedestrian bridge
comprises a steel trestle superstructure, substructures (piers and abutments on the
east and west banks), a concrete deck, pedestrian guardrails, and various timber
trestle elements. Work will be located within the Cedar River Regulated Shoreline
Jurisdiction (Shoreline High Intensity; Cedar River Reach C).
A Biological Evaluation, prepared by WSP USA (Exhibit 1, dated May 2019), was
submitted with the project application. The timber elements of the bridge and approach
trestle were the subject of 2017 and 2018 inspections conducted by WSP (formerly
BergerABAM), which found degradation in two of the timber piles supporting the north
abutment and in some of the timbers in the pad supporting the steel truss bridge. The
report states that timber facing for the abutment has deteriorated and subsequent loss
of material weakened the abutment. The proposed repairs will rebuild the abutment
within its current footprint by repairing timber piles, repairing/replacing timber facing,
and replacing lost material behind the facing. The report concludes that repairs will be
made to existing serviceable facilities and conducted within the existing footprint of the
facilities, with minimal environmental impacts.
SEC-TWN-R: SW16 - 23 - 5
LEGAL DESCRIPTION:
(King County Assessor)
FORMER BURLINGTON NORTHERN RR 100-FT WIDE RIGHT
OF WAY IN SE QTR SW QTR STR 16-23-05 EAST OF PARCEL
3 CITY OF RENTON LOT LINE ADJUSTMENT NO LUA
13-000410 RECORDING NO 20140326900013 AND IN SW QTR
SE QTR STR 16-23-05
WATER BODY/REACH:
EXEMPTION JUSTIFICATION: An exemption from a Shoreline Management Substantial Development Permit is hereby
Approved on the proposed project in accordance with RMC 4.9.190C 'Exemption from Permit System' and for the
following reasons:
Maintenance and Repair: Normal maintenance or repair of existing structures or developments, including damage by
Page 1 of 2
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
City of Renton Department of Community & Economic Development Certificate of Exemption from Shoreline Substantial Development
Cedar River Trail Trestle Bridge Repairs LUA19-000247, SME
accident, fire or elements.
The proposed development is:
Consistent with the policies of the Shoreline Management Act.
Consistent with the guidelines of the Department of Ecology where no Master Program has been finally approved or
adopted by the Department.
Consistent with the City of Renton Shoreline Master Program.
SIGNATURE & DATE OF DECISION:
DateJennifer Henning
RECONSIDERATION: Within 14 days of the decision date, any party of record may request that the decision be
reopened by the approval body. The approval body may modify his decision if material evidence not readily
discoverable prior to the original decision is found or if he finds there was misrepresentation of fact. After review of
the reconsideration request, if the approval body finds sufficient evidence to amend the original decision, there will be
no further extension of the appeal period. Any person wishing to take further action must file a formal appeal within
the 14 day appeal time frame.
APPEALS: The administrative land use decision will become final if not appealed in writing together with the required
fee to: Hearing Examiner, City of Renton, 1055 South Grady Way, Renton, WA 98057 on or before 5:00 pm, on
October 18, 2019 (RCW 43.21.C075(3); WAC 197-11-680). RMC 4-8-110 governs appeals to the Hearing Examiner
and additional information regarding the appeal process may be obtained from the Renton City Clerk's office, Renton
City Hall, 7th Floor, (425) 430-6510.
EXPIRATION: Two (2) years from the date of decision (date signed)
Attachments:Biological Evaluation
Alan Wyatt - Applicantcc:
Page 2 of 2
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
10/4/2019 | 5:00 PM PDT
Biological Evaluation
City of Renton
Cedar River Trail Trestle Bridge Repairs
Submitted to:
U.S. Army Corps of Engineers
Seattle District
Seattle, Washington
On Behalf of Applicant:
City of Renton, Parks Division
Renton, Washington
May 2019
Submitted by
WSP USA
33301 Ninth Avenue South, Suite 300
Federal Way, Washington
A19.0010.00
EXHIBIT 1
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page ii of iii
BIOLOGICAL EVALUATION
CITY OF RENTON
CEDAR RIVER TRESTLE BRIDGE REPAIRS
TABLE OF CONTENTS
SECTION PAGE
1.0 PURPOSE OF BIOLOGICAL EVALUATION......................................................................1
2.0 PROPOSED ACTION AND ACTION AREA .......................................................................1
2.1 Proposed Action .................................................................................................1
2.2 Duration of Activities..........................................................................................3
2.3 Minimization Measures and Best Management Practices.............................3
2.4 Action Area .........................................................................................................4
3.0 STATUS OF SPECIES AND CRITICAL HABITAT .............................................................6
4.0 BIOLOGICAL REQUIREMENTS.......................................................................................6
4.1 Chinook Salmon (Oncorhynchus tshawytscha)................................................7
4.2 Steelhead (Oncorhynchus mykiss)....................................................................8
4.3 Bull Trout (Salvelinus confluentus)...................................................................8
4.4 Critical Habitat Designation for Each ESU/DPS..............................................9
5.0 ENVIRONMENTAL BASELINE.......................................................................................11
5.1 General Setting ................................................................................................11
5.2 Terrestrial and Riparian Habitat .....................................................................12
5.3 Aquatic Habitat ................................................................................................12
6.0 MATRIX OF PATHWAYS AND INDICATORS ANALYSIS...............................................12
6.1 Water Quality....................................................................................................13
6.2 Habitat Access .................................................................................................14
6.3 Habitat Elements .............................................................................................14
6.4 Channel Conditions and Dynamics.................................................................16
6.5 Flow/Hydrology................................................................................................16
6.6 Watershed Conditions .....................................................................................17
6.7 Pathways and Indicators Specific to Bull Trout Only ....................................18
7.0 EFFECTS OF THE ACTION ............................................................................................18
7.1 Direct Effects....................................................................................................18
7.2 Indirect Effects.................................................................................................19
7.3 Effects from Interdependent and Interrelated Actions.................................20
7.4 Effects Determinations for Listed Species and Designated Critical Habitat
...........................................................................................................................20
8.0 REFERENCES ...............................................................................................................22
9.0 LIST OF ACRONYMS AND ABBREVIATIONS ...............................................................25
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page iii of iii
LIST OF TABLES
Table 1. Proposed Repairs, Locations within the Project Area, and Repair Methods.........2
Table 2. Species Listed under the ESA Addressed in this BE ................................................6
Table 3. Species Listed but Not Addressed in this BE............................................................6
Table 4. Salmon Critical Habitat Designation and Description...........................................10
Table 5. Overview of Environmental Baseline Conditions at Action Area and Watershed
Scales.......................................................................................................................................13
LIST OF APPENDICES
Appendix A – Figures (Sheets 1 to 7)
Appendix B – Species Lists
Appendix C – Essential Fish Habitat
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 1 of 25
BIOLOGICAL EVALUATION
CITY OF RENTON
CEDAR RIVER TRAIL TRESTLE BRIDGE REPAIRS
1.0 PURPOSE OF BIOLOGICAL EVALUATION
The City of Renton (City) Parks Department proposes maintenance repairs of an
existing pedestrian bridge over the Cedar River in Renton, Washington (Sheets 1-7).
The pedestrian bridge compriss a steel trestle superstructure, substructures (piers and
abutments on the east and west banks), a concrete deck, pedestrian guardrails, and
various timber trestle elements (Sheet 2). Condition assessments performed in 2017
and 2018 indicate the need for maintenance repairs at the bridge and abutment.
The proposed actions will involve work below the ordinary high water mark
(OHWM) of the Cedar River channel, which will require a Section 404 permit
(Nationwide Permit No. 3) from the U.S. Army Corps of Engineers (USACE). This
represents a federal nexus requiring the USACE to evaluate the potential for effects to
species or critical habitats listed or proposed for listing under the Endangered Species
Act (ESA). The USACE will serve as the lead agency in this consultation.
The purpose of this biological evaluation (BE) is to evaluate the potential effects of
the proposed activities on ESA-listed species for purposes of consultation with the
National Marine Fisheries Service (NMFS), National Oceanic and Atmospheric
Administration [NOAA] Fisheries), and the U.S. Fish and Wildlife Service (USFWS)
under Section 7 of the ESA.
2.0 PROPOSED ACTION AND ACTION AREA
2.1 PROPOSED ACTION
The purpose of the project is to conduct needed maintenance, repair, and replacement
of portions of the pedestrian bridge over the Cedar River in Renton, Washington
(Sheets 2 to 6).
The timber elements of the bridge and approach trestle were the subject of 2017 and
2018 inspections conducted by WSP (formerly BergerABAM), which found
degradation in two of the timber piles supporting the north abutment and in some of
the timbers in the pad supporting the steel truss bridge. Timber facing for the
abutment has deteriorated and subsequent loss of material weakened the abutment.
The proposed repairs will rebuild the abutment within its current footprint by
repairing timber piles, repairing/replacing timber facing, and replacing lost material
behind the facing.
Repairs will be made to existing serviceable facilities and conducted within the
existing footprint of the facilities with minimal environmental impacts.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 2 of 25
2.1.1 Maintenance and Repair Activities
Table 1 summarizes the proposed maintenance and repair activities.
Table 1. Proposed Repairs, Locations within the Project Area, and Repair Methods
Repair Item Location Item Size Repair Method
Piles West Bridge
Pier
12-inch Replace with 12-inch steel pipe pile.
Timber Facing West Bridge
Pier
4-inch by 12-
inch
Replace in-kind with 4-inch by 12-inch timber
boards secured with new lag bolts.
Riprap West Bridge
Pier
>6-inch Riprap stones greater than six inches thick will be
hand placed in an approximate 50 square foot
section at the base of the west bridge timber piles.
Organic Loose
Debris Removal
Trestle -Loose organic debris will be removed by hand
within the bottom of the bridge trestle.
2.1.1.1 Pile Repairs
Two 12-inch timber piles at the west bridge pier will be replaced with12-inch steel
pipe piles. Existing timber piles will be cut off just below mudline and hoisted out by
a boom crane. Piles will be installed by setting the new steel pile on the existing pile
stub, preloading the new steel pile, and welding the pile extension into place. Pile
replacement will not result in any additional fill as the existing soil will be placed
back into the excavation.
2.1.1.2 Timber Facing Repairs
Failing timber facing above and below the OHWM will be removed, replaced in kind,
and secured with lag bolts. Timber facing in good condition will be removed and
reinstalled with lag bolts. The facing will be secured to the new steel piles with
U-bolts. A total of approximately 10 timber boards will be installed (Sheets 5 and 6).
2.1.1.3 Riprap Placement
Riprap will be confined to the footprint of the pier and will be contained by the piles
and timber facing. The placement of additional riprap will not expand the footprint of
shoreline armoring. Light, loose pieces of riprap will be placed in an approximate 4-
foot linear section at the base of the west bridge timber piles (Sheets 5 and 6). Riprap
placement will be per 2018 WSDOT standards ([9-13.1(4)] Hand Placed Riprap).
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 3 of 25
Hand-placed riprap will be nearly rectangular in shape and 60 percent of the hand-
placed riprap will have a volume of no less than 1 cubic foot. All riprap stones will be
greater than 6 inches thick.
2.1.1.4 Organic Loose Debris Removal
Loose organic debris will be removed by hand within the bottom of the bridge trestle.
The work will be fully contained, and the contractor will not allow debris to enter the
river below.
2.2 DURATION OF ACTIVITIES
The proposed action will be conducted during the Washington Department of Fish
and Wildlife (WDFW) and USACE-approved in-water work window for waters of
the Cedar River each year between 16 July and 31 December. Construction is
expected to start in July 2019.
2.3 MINIMIZATION MEASURES AND BEST MANAGEMENT PRACTICES
The project has adopted impact minimization measures and best management
practices (BMPs) to reduce, eliminate, or minimize the effects of the project to listed
species or habitat and are described below.
2.3.1 Minimization Measures
The proposed action includes the following measures to avoid and minimize the
potential for adverse environmental effects. General impact avoidance and
minimization measures include those listed below.
Over-water work will be conducted only during the approved in-water work
window for salmon and bull trout in the Cedar River (16 July to 31 December).
Project construction will be completed in compliance with Washington State
Water Quality Standards (Washington Administrative Code [WAC] 173-201A),
including
Petroleum products, fresh cement, lime, concrete, chemicals, or other toxic or
deleterious materials will not be allowed to enter surface waters.
There will be no discharge of oil, fuels, or chemicals to surface waters or onto
land where there is a potential for reentry into surface waters.
Fuel hoses, oil drums, oil or fuel transfer valves, fittings, etc., will be checked
regularly for leaks, and materials will be maintained and stored properly to
prevent spills.
A spill prevention, control, and countermeasures (SPCC) plan will be prepared by
the contractor and used during all demolition and construction operations. A copy
of the plan with any updates will be maintained at the work site.
The SPCC plan will outline BMPs, responsive actions in the event of a spill or
release, and notification and reporting procedures. The plan will also outline
management elements, such as personnel responsibilities, project site security,
site inspections, and training.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 4 of 25
The SPCC plan will outline the measures to prevent the release or spread of
hazardous materials found on site or encountered during construction but not
identified in contract documents, including any hazardous materials that are
stored, used, or generated on site during construction activities. These items
include, but are not limited to, gasoline, diesel fuel, oils, and chemicals.
Applicable spill response equipment and material designated in the SPCC plan
will be maintained at the job site.
2.3.2 General Best Management Practices
Typical construction BMPs for working in, over, and near water will be applied,
including activities, such as the following.
Checking equipment for leaks and other problems that could result in the
discharge of petroleum-based products or other material into the water.
Corrective actions will be taken in the event of any discharge of oil, fuel, or
chemicals into the water, including
Containment and cleanup efforts will begin immediately upon discovery of
the spill and be completed in an expeditious manner in accordance with all
local, state, and federal regulations. Spill response will take precedence over
normal work. Cleanup will include proper disposal of any spilled material and
used cleanup material.
The cause of the spill will be ascertained and appropriate actions taken to
prevent further incidents or environmental damage.
Spills will be reported to the Washington State Department of Ecology’s
(Ecology) Northwest Regional Spill Response Office at 425/649-7000.
Excess or waste materials will not be disposed of or abandoned waterward of the
OHWM or allowed to enter waters of the state. Waste materials will be disposed
of in an appropriate manner consistent with applicable local, state, and federal
regulations.
Demolition and construction materials will not be stored where upland runoff can
cause materials to enter surface waters.
Oil-absorbent materials will be present on site for use in the event of a spill or if
any oil product is observed in the water.
2.4 ACTION AREA
This section describes the action area for the proposed activities. The action area is
the defined geographic area that could be affected by the direct and indirect effects of
the proposed project. The action area (Sheet 7) has been established based on the
following.
The project footprint, which will be limited to the physical locations of the
maintenance activities.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 5 of 25
The extent of temporarily elevated terrestrial noise levels associated with
construction activities.
The extent of temporary effects to water quality during construction.
2.4.1 Project Footprint
The action area includes the overall footprint of the proposed action, which includes
the structures to be repaired or replaced at the bridge. The placement of riprap to
repair the previous protection on the west pier is confined to the footprint of existing
riprap at the base of the west bridge pier. There will be no increase in the overall
amount of bank armoring as a result of this project. The action area also includes the
locations of equipment and material staging. Equipment and materials will be staged
in developed upland portions of the site.
2.4.2 Terrestrial Noise
The project has the potential to generate low levels of terrestrial noise associated with
conducting the proposed maintenance and repair activities. The standard construction
equipment that will be required includes a crane, generators, vacuum, and the hand
and power tools used to conduct the repairs. Because most of the work will be
conducted overwater and in the dry, the project is not expected to measurably elevate
underwater noise.
The levels of terrestrial noise that will be generated will be minimal and are not
expected to be elevated significantly above the ambient noise levels at the site. For
purposes of a conservative estimate, the action area includes an area extending
approximately 200 feet from the boundaries of the site, which accounts for operation
of machinery and hand tools. However, no measurable or significant effects related to
terrestrial noise is anticipated.
2.4.3 Water Quality
As with any construction project, the proposed maintenance activities have the
potential to result in temporary effects to water quality within the action area during
construction. Temporary water quality-related effects could result from construction
debris accidentally entering the water and/or accidental spills from construction
equipment. Maintenance activities could potentially result in the temporary local
elevation of turbidity levels in the Cedar River from the implementation of the
proposed minimization measures and BMPs, including a debris-collection plan, will
reduce the potential for any measurable effects to a level that is insignificant.
An approximate 300-foot point of compliance downstream from the proposed project
activities represents a conservative estimate of the potential zone of influence from
temporary reductions in water quality associated with the project activities, as
designated in WAC 173-201A-200. No measurable or significant effects are
anticipated as a result of the proposed maintenance.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 6 of 25
3.0 STATUS OF SPECIES AND CRITICAL HABITAT
This section discusses the ESA-listed species and critical habitat known to occur, or
with the potential to occur, within the action area (see Appendices B and C for the
species list and essential fish habitat summary).
Information for this BE regarding listed species was obtained from the USFWS
website (USFWS 2019) and the NMFS website (NMFS 2019) on 14 April 2019.
Additional information came from the WDFW Priority Habitat and Species (PHS)
(WDFW 2019a) and SalmonScape databases (WDFW 2019b).
Table 2. Species Listed under the ESA Addressed in this BE
Species Name
Common
Name
Scientific
Name ESU or DPS*
ESA
Listing
Status
Critical
Habitat
Critical
Habitat in
Action Area
Chinook
Salmon
(Oncorhynchus
tshawytscha)
Puget Sound
ESU
Threatened Designated Yes
Steelhead (Oncorhynchus
mykiss)
Puget Sound
DPS
Threatened Designated Yes
Bull Trout (Salvelinus
confluentus)
Coastal Puget
Sound DPS
Threatened Designated No
*ESU =Evolutionarily Significant Unit; DPS=Distinct Population Segment
According to the USFWS and NMFS species lists, although the species listed in
Table 4, and/or their designated critical habitat, do occur, or may occur, within King
County, they are not addressed in this BE for the reasons that are discussed below.
Table 3. Species Listed but Not Addressed in this BE
Species Name
Common Name Scientific Name ESA Listing Status
Streaked horned lark Eremophila alpestris strigata Threatened
Yellow-billed cuckoo Coccyzus americanus Threatened
Gray wolf Canis lupus Proposed Endangered
North American wolverine Gulo gulo luscus Proposed Endangered
Marbled Murrelet Brachyramphus marmoratus Threatened
While information from USFWS (USFWS 2019) identified the potential for streaked
horned lark, yellow-billed cuckoo, gray wolf, and North American wolverine to occur
within the County, WDFW PHS data does not indicate any known occurrence of
these species within the action area. In addition, the action area does not provide any
suitable habitat for these species. Based on the lack of suitable habitat for the species
listed in Table 4, it is determined that the proposed project will have no effect on
them, and they are not addressed further in this BE.
4.0 BIOLOGICAL REQUIREMENTS
This section describes the biological requirements of the listed species that have the
potential to occur within the action area. These descriptions include run timing,
biological requirements, and factors affecting recovery.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 7 of 25
4.1 CHINOOK SALMON (ONCORHYNCHUS TSHAWYTSCHA)
The Puget Sound ESU of Chinook salmon includes all naturally spawned populations
of Chinook salmon from rivers and streams flowing into Puget Sound (70 FR52630).
Puget Sound ESU Chinook salmon are listed as threatened by NMFS under the ESA.
Critical habitat for Puget Sound Chinook salmon was designated in 2005 and consists
of river and marine nearshore habitat within the Puget Sound basin. Critical habitat
for Puget Sound Chinook salmon is present within the action area.
4.1.1 Distribution and Habitat Requirements
Compared to the other Pacific salmon, Chinook salmon have the most complex life
history with a large variety of patterns. The length of freshwater and saltwater
residency varies greatly (Myers et al. 1998). Channel size and morphology, substrate
size and quality, water quality, and cover type and abundance may influence
distribution and abundance of Chinook salmon (Lower Columbia Fish Recovery
Board [LCFRB] 2004). After three to five years in the ocean, Puget Sound stocks
return to the local rivers and tributaries to spawn in the spring and fall. Spawning
occurs in the main stems of larger tributaries in coarse gravel and cobble (Myers et al.
1998).
Most juvenile summer/fall Chinook salmon in the river systems discharging to the
Puget Sound migrate to the marine environment as smolts during their first year,
although their early life history patterns vary. Some migrate downstream almost
immediately after emerging from the gravel. Others migrate downstream and enter
side channels where they may rear for several weeks before migrating to marine
waters. A third life-history strategy involves a more extended rearing time (up to
two years) in the river before migrating to saltwater.
4.1.2 Status
Chinook salmon populations are significantly reduced from historic levels. The Puget
Sound ESU has shown a precipitous drop since 1973, and the stock status is currently
identified as critical (Smith 2003). Habitat degradation associated with stream
blockages, channelization, contamination, forest practices, and urbanization are listed
as the primary causes of decline in the Puget Sound ESU Chinook salmon population.
4.1.3 Presence in Action Area
Puget Sound ESU Chinook salmon adults may potentially migrate through the action
area almost year-round but primarily during the spring and fall. Any adult Puget
Sound ESU Chinook salmon found in the Cedar River may be stopping temporarily
to feed but likely would not be using the project site for rearing.
The portion of the Cedar River that is within the action area does not provide any
suitable spawning or rearing habitat for Chinook salmon (King County 1993). If they
are present, migrating adults are expected to be moving quickly through the action
area.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 8 of 25
Puget Sound ESU Chinook salmon juveniles could be foraging within the action area
but would not be expected to use the exposed, non-vegetated areas in the vicinity of
the project extensively.
4.2 STEELHEAD (ONCORHYNCHUS MYKISS)
Puget Sound DPS steelhead are listed as threatened by NOAA Fisheries under the
ESA (11 May 2007; 72 FR 26722). The action area within the Cedar River adjacent
to the project area represents a migration corridor for this DPS. Critical habitat was
proposed for Puget Sound DPS steelhead on 25 March 2016 and includes estuarine
and riverine habitat. Critical habitat for Puget Sound DPS steelhead is present within
the action area.
4.2.1 Distribution and Habitat Requirements
Steelhead is a more widely distributed anadromous fish than salmonids. Spawning
occurs throughout the winter and spring seasons. Summer-run fish populations are
smaller than winter-run fish as they use a smaller portion of stream for spawning.
Wild fish mature for up to two years in freshwater habitat and migrate quickly to the
open ocean, bypassing the use of shallow, nearshore habitat (Behnke 1992). Adult
steelhead trout will spend up to three years in the open ocean before returning to their
rearing grounds (NOAA 2016).
Steelhead use a variety of habitats throughout the freshwater portion of their life
history. As with all salmonid species, water temperatures and intra-gravel flow are
also important for spawning and incubation. After fry emerge from the gravels, they
seek complex habitat of boulders, rootwads, and woody material along the stream
margins. As juveniles get older and larger, they move downstream to rear in larger
tributaries and main stem rivers. Undercut banks, large woody debris (LWD), and
boulders are all used by larger juveniles.
4.2.2 Status
Factors contributing to the decline of Puget Sound DPS steelhead include blocked
access to historical habitat, habitat degradation, channelization, contamination, forest
practices, and urbanization. The primary limiting factors for this DPS are degradation
and fragmentation of freshwater habitat. Most populations of this DPS are declining
annually by between 3 to 10 percent with a moderate to high extinction risk within
100 years (NMFS 2011).
4.2.3 Presence in Action Area
The Cedar River drains to lower Lake Washington, which connects to Puget Sound.
The Cedar River contains a Puget Sound ESU/DPU winter-run steelhead stock. Wild
winter-run fish run from February through April while hatchery fish run from mid-
November through mid-February.
4.3 BULL TROUT (SALVELINUS CONFLUENTUS)
The Puget Sound DPS bull trout are listed as threatened by the USFWS under the
ESA. Nearshore marine areas are identified as critical habitat for bull trout in addition
to various rivers and creeks. (70 FR 56212-56311). The Puget Sound DPS includes
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 9 of 25
all natural spawning populations of bull trout in the Puget Sound basin, including in
the streams that flow into Puget Sound. The Puget Sound DPS bull trout is a federal
threatened species. Bull trout are piscivorous and are the only native char.
4.3.1 Distribution and Habitat Requirements
Compared to other salmonids, bull trout are thought to have more specific habitat
requirements and are most often associated with undisturbed habitat with diverse
cover and structure. Spawning and rearing are thought to be primarily restricted to
relatively pristine cold streams, often within headwater reaches (Rieman and
McIntyre 1993). Adults can reside in lakes, reservoirs, and coastal areas or they can
migrate to saltwater (63 FR 31647). Juveniles are typically associated with shallow
backwater or side-channel areas, while older individuals are often found in deeper
pools sheltered by large organic debris, vegetation, or undercut banks (63 FR 31467).
Water temperature is also a critical factor for bull trout, and areas where water
temperature exceeds 59°F (15°C) are thought to limit distribution (Rieman and
McIntyre 1993).
4.3.2 Status
Key factors in the decline of bull trout populations include harvest by anglers,
impacts to watershed biological integrity, and the isolation and fragmentation of
populations. Changes in sediment delivery (particularly to spawning areas),
degradation and scouring, shading (high water temperature), water quality, and low
hydrologic cycles adversely affect bull trout. Therefore, impacted watersheds are
negatively associated with current populations. Additionally, bull trout appear to be
affected negatively by non-native trout species through competition and
hybridization.
4.3.3 Presence in Action Area
Within the Cedar River Municipal Watershed, bull trout are found in portions of
several tributaries to Chester Morse Lake, which includes the Cedar River. Critical
habitat for bull trout is designated throughout Lake Washington north of the action
area.
4.4 CRITICAL HABITAT DESIGNATION FOR EACH ESU/DPS
This section describes the critical habitat designations and/or proposals for each ESA-
listed species that could potentially occur within the action area.
4.4.1 Salmon and Steelhead
Critical habitat has been designated within the action area for the ESU/DPS of ESA-
listed salmon that may occur within the action area. Table 5 summarizes critical
habitat designations and descriptions for Chinook and steelhead.
The proposed action occurs within critical habitat for Puget Sound DPS steelhead.
Critical habitat was proposed for Puget Sound DPS steelhead in January 2013 and
includes several freshwater rivers (Cedar River) and tributaries that empty into Lake
Washington.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 10 of 25
Table 4. Salmon Critical Habitat Designation and Description
Species and
ESU/DPS
Date of Critical
Habitat Proposal Description of Critical Habitat
Chinook Salmon
Puget Sound ESU 16 February 2000 River subbasins: Nooksack, Upper Skagit, Sauk, Lower
Skagit, Stillaguamish, Skykomish, Snoqualmie, Snohomish,
Duwamish, Puyallup, Nisqually, Skokomish, and
Dungeness/Elwha
Lake Washington, Hood Canal, Nearshore Marine Areas of
the Strait of Georgia, Puget Sound, Hood Canal, and the
Strait of Juan de Fuca (to the west edge of the Elwha River
Delta)
Steelhead
Puget Sound DPS 14 January 2013 Fresh water and estuarine habitat in Puget Sound, including
the Snohomish River and tributaries
4.4.1.1 Primary Constituent Elements
This section consists of a discussion of the primary constituent elements (PCEs) that
have been identified for ESA-listed salmon and steelhead and the potential for their
presence within the action area.
1. Freshwater spawning sites with water quantity and quality conditions and
substrate supporting spawning, incubation, and larval development.
Action area: The action area includes the freshwater habitats of the Cedar River
basin. This PCE is present within the action area.
2. Freshwater rearing sites with water quantity and floodplain connectivity to
form and maintain physical habitat conditions and support juvenile growth
and mobility; water quality and forage supporting juvenile development; and
natural cover, such as shade, submerged and overhanging large wood, log
jams and beaver dams, aquatic vegetation, large rocks and boulders, side
channels, and undercut banks.
Action area: The action area includes the freshwater habitat of the Cedar River. This
PCE is present within the action area.
3. Freshwater migration corridors free of obstruction with water quantity and
quality conditions and natural cover, such as submerged and overhanging
large wood, aquatic vegetation, large rocks and boulders, side channels, and
undercut banks supporting juvenile and adult mobility and survival.
Action area: The action area includes the freshwater habitat of the Cedar River. This
PCE is present within the action area.
4. Estuarine areas free of obstruction with water quality, water quantity and
salinity conditions supporting juvenile and adult physiological transitions
between fresh- and saltwater; natural cover, such as submerged and
overhanging large wood, aquatic vegetation, large rocks and boulders, and
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 11 of 25
side channels, and juvenile and adult forage, including aquatic invertebrates
and fishes, supporting growth and maturation.
Action area: The action area includes the freshwater habitat of the Cedar River.
Estuarine habitat is not present within the action area and, therefore, this PCE is not
present within the action area.
5. Nearshore marine areas free of obstruction with water quality and quantity
conditions and forage, including aquatic invertebrates and fishes, supporting
growth and maturation; and natural cover, such as submerged and
overhanging large wood, aquatic vegetation, large rocks and boulders, and
side channels.
Action area: The action area includes the freshwater habitat of the Cedar River and
nearshore marine waters are not present within the action area. This PCE is not
present within the action area.
6. Offshore marine areas with water quality conditions and forage, including
aquatic invertebrates and fishes, supporting growth and maturation.
Action area: There are no offshore marine areas within the action area. This PCE is
not present within the action area.
4.4.2 Bull Trout
Critical habitat has been designated for bull trout but does not occur within the action
area.
4.4.3 Marbled Murrelet
Critical habitat has been designated for marbled murrelet (76 FR 65324) but none
occur within the action area.
5.0 ENVIRONMENTAL BASELINE
This section outlines the presence and condition of aquatic and terrestrial habitat
features within the action area as they pertain to the species addressed in this BE. The
following sections summarize the baseline habitat conditions at both the action area
and watershed scales, and then analyze the likely effects that the proposed action
would have on the baseline conditions at both scales.
5.1 GENERAL SETTING
The proposed activities will occur on an existing pedestrian bridge over the Cedar
River in Renton, Washington (Sheets 1 and 2). The project site is within Water
Resource Inventory Area 8, Cedar-Sammamish watershed, and is located within
Hydraulic Unit Code 17110012.
The Washington State Department of Transportation (WSDOT) owns the property
that is used as a pedestrian and bicycle trail as part of the Cedar River trail system,
which originates in the Renton area (Sheets 1 and 3) and runs south adjacent to WA
169 where it terminates near Landsburg Park. Adjacent parcels are developed with
single-family residences. The City owns the parcels to the north, and these parcels are
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 12 of 25
used as a parking area for site access to the Cedar River trail. The City also owns the
vacant parcels to the west and southwest of the project parcel.
The shoreline of the Cedar River has been altered from its natural condition. Portions
of the shoreline are artificially hardened with riprap. Pile-supported structures like
bridges are common along the shoreline.
5.2 TERRESTRIAL AND RIPARIAN HABITAT
Terrestrial habitat, defined as areas landward of the top of bank, within the action area
consist largely of native and non-native vegetation near the top of the bank, including
red alder (Alnus rubra), black cottonwood (Populus trichocarpa), bigleaf maple (Acer
macrophyllum), English ivy (Hedera helix), and sparse patches of sword fern
(Polystichum munitum). Beyond the top of the bank are developed areas, including a
parking lot, residential areas, and a highway (State Route 169 [SR 169]).
Riparian habitat is defined as the zone above ordinary high water (OHW). Riparian
habitat along the Cedar River generally consists of deciduous trees that provide
overwater shading for cooler water temperatures. The overhanging vegetation
contributes organic matter input to the river system providing a forage base for
benthic invertebrates and, consequently, a greater source of food for predatory fish.
The Cedar River riparian habitat also provides foraging, roosting, and breeding
habitat for migratory birds.
5.3 AQUATIC HABITAT
The project is located at the pedestrian bridge traversing the Cedar River that flows
north and drains to Lake Washington. The Cedar River provides aquatic habitat for a
variety of species of fish and wildlife. The river provides cool, clear water and
substrate for fish rearing, spawning, migration, and foraging. The Cedar River is an
unblocked passage for fish migrating to Lake Washington. Waterfowl also use the
low-elevation coniferous forest on the banks of the river for foraging.
6.0 MATRIX OF PATHWAYS AND INDICATORS ANALYSIS
An evaluation of the baseline watershed habitat conditions within the action area was
conducted according to the guidance outlined in Making Endangered Species Act
Determinations of Effect for Individual or Grouped Actions at the Watershed Scale
(NMFS 1996). The evaluation assessed several baseline indicators of habitat quality
and determined whether the proposed action would restore, maintain, or degrade
existing baseline conditions at the watershed and action area level. Table 8 shows the
results of this analysis.
In general, the environmental baseline conditions within the action area are degraded.
As indicated in Table 8, most of the indicators of environmental condition are not
properly functioning, or are functioning at risk, at both the watershed and action area
scales. There is little functioning estuarine or intertidal habitat within the action area
because of the extent of historic development.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 13 of 25
Table 5. Overview of Environmental Baseline Conditions at Action Area and Watershed Scales
Diagnostic/Pathway Indicators
Baseline
Environmental
Conditions
Effects of Project Activities
Water Quality
Temperature PF Maintain
Sediment/Turbidity PF Maintain
Chemical Contamination/Nutrients PF Maintain
Habitat Access
Physical Barriers PF Maintain
Habitat Elements
Substrate PF Maintain
Large Woody Debris PF Maintain
Pool Frequency PF Maintain
Pool Quality PF Maintain
Off-Channel Habitat NPF Maintain
Refugia NPF Maintain
Channel Conditions/Dynamics
Width/Depth Ratio PF Maintain
Shoreline Condition NPF Maintain
Floodplain Connectivity NPF Maintain
Flow/Hydrology
Change in Peak/Base Flows NPF Maintain
Increase in Drainage Network NPF Maintain
Watershed Conditions
Road Density and Location NPF Maintain
Disturbance History NPF Maintain
Riparian Reserves PF Maintain
Notes: NPF-Not Properly Functioning; PF=Properly Functioning; NA-Not Applicable
Source: Information in this table has been derived from Current and Future Conditions Summary Report Cedar River (King County
Surface Water Management) 1993.
6.1 WATER QUALITY
6.1.1 Water Temperature
Average temperatures within the lower Cedar River are generally below 15°C.
Shallower water temperatures may exceed this level but is not expected to exceed
state water quality thresholds. Within the action area and watershed, baseline
conditions for water temperature are determined to be properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 14 of 25
6.1.2 Sediment/Turbidity
Sediments within the portion of the Cedar River within the action area are
predominantly fine-grained. The average level of turbidity in the Cedar River is low,
based on routine monitoring performed between 2009 and 2019 (King County 2019).
Within the action area and watershed scales, baseline conditions for sediment and
turbidity are determined to be properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales.
6.1.3 Chemical Contamination/Nutrients
Water quality is not a limiting factor in the Cedar River. The 2012 Environmental
Protection Agency 303d list does not identify any contaminants as present within the
action area. Within the action area and watershed, baseline conditions for chemical
and nutrient contamination are determined to be properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales. The project will have no measurable long-term effects on chemical
contamination or nutrient loading within the Cedar River, and BMPs will be
sufficient to ensure that the project does not result in any contaminant releases.
6.2 HABITAT ACCESS
6.2.1 Physical Barriers
There are no barriers to fish migration within the action area. For this reason, within
the action area, baseline conditions for physical barriers are determined to be
properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales. The proposed activities will not pose a significant barrier to fish
passage at any range of flow at either the action area scale or the watershed scale.
6.3 HABITAT ELEMENTS
6.3.1 Substrate
Sedimentation in the river has altered the substrate within the portion of the action
area. According to the Cedar River Current and Future Conditions Summary Report
(King County 1993), removal of forest cover accompanying continuing urbanization
has resulted in increases in sedimentation and erosion. Within the action area,
therefore, as well as at the watershed scale, baseline conditions for substrate are
determined to be properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term.
6.3.2 Large Woody Debris
Most of the lower main stem of the Cedar River contains low volumes of LWD.
LWD has historically been removed from the Cedar River, which has altered the river
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 15 of 25
by increasing the energy of floodwater and degrading pools (King County 1993). Any
LWD input to the action area comes from the riparian vegetation along river. Within
the action area, therefore, baseline conditions for LWD are determined to be properly
functioning.
The proposed action will maintain this indicator at the action area scale and
maintain it at the watershed scale in the long term. The proposed action will not
result in any impacts to riparian vegetation or habitat and will not affect the
opportunity for future recruitment.
6.3.3 Pool Frequency
Within the Renton reach of the Cedar River, there are very few documented pools, if
any. The frequency of pool habitat within the waters of the action area is low due to
armored banks and low volumes of LWD. River flows are also controlled and
diverted by levees, decreasing the opportunity for pools to form (King County 1993).
Within the action area, therefore, baseline conditions for pool frequency are
determined to be properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales.
6.3.4 Pool Quality
There is very little to no pool habitat within the action area on the Cedar River.
Within the action area, therefore, baseline conditions for pool quality are determined
to be properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales.
6.3.5 Off-Channel Habitat
There is a limited amount of off-channel habitat within the action area. Off-channel
habitats have largely been eliminated over time on this main stem stretch of the Cedar
River. Wetlands, ponds, and side channels, important ecological habitats for the
development of young salmonids, are reduced from historic conditions (King County
1993). Baseline conditions for off-channel habitat are not properly functioning
within the action area.
The proposed action will maintain this indicator at the action area scale and at the
watershed scale. The proposed action will not result in any impacts to off-channel
habitat at either the watershed or the action area scale.
6.3.6 Refugia
The shoreline within the action area consists of hardened and armored shoreline.
Riparian habitat along the Cedar River generally consists of deciduous trees but is
limited. Vegetation at the top of the bank generally consists of native and non-native
plants, including red alder (Alnus rubra), black cottonwood (Populus trichocarpa),
bigleaf maple (Acer macrophyllum), English ivy (Hedera helix), and sparse patches
of sword fern (Polystichum munitum). There are no side channels present within the
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 16 of 25
action area. Baseline conditions for refugia within the action area and watershed
scales are not properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales. The proposed action will not result in any impacts to the quality or
quantity of refugia at either the watershed or action area scale.
6.4 CHANNEL CONDITIONS AND DYNAMICS
6.4.1 Width/Depth Ratio
The average width of the Cedar River is 111 feet (Gendaszek et al., 2012). The width
has decreased over time due to reduced flood flows from upstream dams, which
resulted in a change from the historic braided river pattern with multiple channels to a
single-thread pattern. The channel depth fluctuates based on the frequency of flooding
events, dredging, and the decreasing channel width over time (King County 1993).
This indicator is determined to be properly functioning at the action area and
watershed scales.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term.
6.4.2 Streambank Condition
Most of the shoreline of the Cedar River in the action area has been armored and
developed (King County 1993). The indicator for streambank condition within the
action area is not properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term. The proposed action will not result in any
significant impacts to streambank condition at either the action area or the watershed
scale.
6.4.3 Floodplain Connectivity
There is little natural floodplain habitat within the action area. Historic development
and shoreline armoring have led to a condition where most of the terrestrial portion of
the action area is completely removed from any floodplain. Conditions are similar
throughout the watershed (King County 1993). Therefore, within the action area and
at the watershed scale, floodplain connectivity is determined to be not properly
functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term. The proposed action will not result in any impacts
to floodplain connectivity within the action area or at the watershed scale.
6.5 FLOW/HYDROLOGY
6.5.1 Change in Peak/Base Flows
Development has altered the river landscape through the addition of impervious
surfaces in the action area, which has resulted in changes in flow rates and more
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 17 of 25
frequent flooding events (King County 1993). Therefore, within the action area and at
the watershed scale, change in peak/base flows are determined to be not properly
functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term. The proposed action will not result in any impacts
to peak/base flows within the action area or at the watershed scale.
6.5.2 Increase in Drainage Network
Stormwater and surface water runoff is high due to development of the surrounding
area, which has led to increased inputs to the Cedar River. There are no wetlands or
lakes within the action area that store water flows from the river (King County 1993).
Therefore, within the action area and at the watershed scale, an increase in drainage
network is determined to be not properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term. The proposed action will not result in any impacts
to the drainage network within the action area or at the watershed scale.
6.6 WATERSHED CONDITIONS
6.6.1 Road Density and Location
In general, road density surrounding the action area is high because of urban
development. Therefore, the indicator for road density and location at both the action
area and watershed is not properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed in the long term.
6.6.2 Disturbance History
Disturbance levels within the action area are above the threshold for proper
functioning because of urban development. The shoreline has been historically altered
and armored throughout the action area. The indicator for disturbance history within
the action area is not properly functioning.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term. The proposed action will not result in any
significant amount of disturbance at either the action area or the watershed scale.
6.6.3 Riparian Reserves
In general, riparian vegetation adjacent to the action area is composed of deciduous
trees. Riparian habitat in the action area is somewhat limited due to development but
still maintains processes to keep the aquatic ecosystem functioning properly. This
indicator is determined to be properly functioning at the action area and watershed
scales.
The proposed action will maintain this indicator at both the action area and
watershed scales in the long term.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 18 of 25
6.7 PATHWAYS AND INDICATORS SPECIFIC TO BULL TROUT ONLY
The USFWS provides a matrix of pathways and indicators specific to bull trout. The
proposed action will not affect these indicators significantly; therefore, they are not
addressed in detail here. The specific indicators are as follows.
Subpopulation size
Growth and survival
Life history diversity and isolation
Persistence and genetic integrity
Integration of species and habitat conditions
The proposed action will maintain all of these indicators at both the action area and
watershed scales in the long term. It is possible that bull trout migrating through the
Cedar River may be present when in-water work is being conducted, but bull trout are
likely not present within the action area for significant periods. There is little or no
suitable bull trout rearing or foraging habitat within the action area, and they are more
likely to occur further north in Lake Washington. The proposed action will have no
measurable effect on any of the indicators of proper functioning condition for bull
trout habitat.
7.0 EFFECTS OF THE ACTION
7.1 DIRECT EFFECTS
Direct effects are the direct or immediate impacts of the proposed action to federally
listed species and their habitat. This section addresses potential direct effects that
listed species and critical habitats could experience because of the proposed action
and the likely response to each potential direct effect.
7.1.1 Water Quality
In- and over-water work activities associated with pile repairs and riprap placement
have the potential for direct water-quality impacts. Construction debris can enter the
waterway during construction activities. There is also slight potential for leaks and
spills of fuel, hydraulic fluids, lubricants, and other chemicals from equipment and
storage containers associated with the project. Discharge of vehicle and equipment
wash water, etc., could also add pollutants that could enter the water.
The contractor will be required to provide and implement impact minimization
measures and BMPs, including the preparation of an SPCC plan (see Section 2.3).
Additional BMPs have been included to avoid any potential impacts from hazardous
materials. These BMPs include inspecting construction equipment daily to ensure that
there are no leaks of hydraulic fluids, fuel, lubricants, or other petroleum products and
locating temporary material and equipment staging areas above the OHW of the
action area waterbody and outside environmentally sensitive areas.
The following ESA-listed species and designated critical habitat have the potential to
be exposed to the direct effects of temporarily decreased water quality conditions that
could occur within the action area during project construction.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 19 of 25
Puget Sound ESU Chinook salmon and designated critical habitat
Puget Sound DPS steelhead and designated critical habitat
Puget Sound DPS bull trout
Marbled murrelet
During the in-water work period, foraging juveniles and migrating adult salmon,
steelhead, and bull trout could be present within the action area. These species, if
present during construction, would likely be feeding and would not be present within
the action area for any significant period.
It is possible that migrating adult and/or rearing juvenile salmon, steelhead, and bull
trout, as well as marbled murrelet could be present within the action area and could be
exposed to temporarily decreased water quality conditions, such as potential debris
contamination. The geographic extent and duration of any potential short-term
decreases in water quality conditions are expected to be limited to within 300 feet
downstream of the work area, and the BMPs implemented for the proposed action
(including the implementation of an SPCC plan) will be sufficient to minimize any
effects.
7.1.2 Noise
The project has the potential to generate low levels of terrestrial noise associated with
conducting the proposed maintenance and repair activities. The standard construction
equipment that will be required includes a boom crane, generators, vacuums, and the
hand and power tools used to conduct the repairs. Because most of the work will be
conducted overwater and in the dry, the project is not expected to measurably elevate
underwater noise. The work will take place upland, and the use of vessels within the
river is not anticipated.
The levels of terrestrial noise that will be generated will be minimal and are not
expected to be elevated significantly above the ambient noise levels at the site.
Ambient noise levels at the site are approximated at 70 decibels, based on traffic
volume and speed on SR 169 adjacent to the site (WSDOT 2018). No measurable or
significant effects related to terrestrial or underwater noise are anticipated from
project activities.
7.1.3 Direct Habitat Impacts
The proposed maintenance and repair activities will occur within the footprint of the
existing facilities and will not result in any increase in benthic impacts or overwater
coverage within the action area. There will be no expansion of the project footprint,
and previously impacted areas will be repaired. The placement of riprap into the
water behind the timber facing will be the only direct impact on habitat.
7.2 INDIRECT EFFECTS
Indirect effects are defined as those effects that are caused by or result from the
proposed action that are later in time but still reasonably certain to occur. The
proposed action will not result in any increase in capacity or any other indirect effects
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 20 of 25
that could affect ESA-listed species. The effects of the proposed action will be limited
to those direct effects associated with the maintenance and repair activities.
7.3 EFFECTS FROM INTERDEPENDENT AND INTERRELATED ACTIONS
Interdependent actions are defined as those actions having no independent utility
apart from the proposed action (50 Code of Federal Regulations [CFR] §402-02).
Interdependent actions are typically “because of” the proposed action. Interrelated
actions are defined as those actions that are part of a larger action and depend on the
larger action for their justification (50 CFR §402-02). Interrelated actions are
typically “associated with” the proposed action. Actions associated with the proposed
action include maintenance repairs to an existing pedestrian bridge and the placement
of riprap at the base of the trestle. These actions will take place within the footprint of
the existing pedestrian bridge and the existing shoreline armoring. The effects of the
proposed action are limited to those direct effects associated with the maintenance
and repair activities. There are no interdependent and interrelated effects associated
with this maintenance activity.
7.4 EFFECTS DETERMINATIONS FOR LISTED SPECIES AND DESIGNATED
CRITICAL HABITAT
Based on the description of the proposed action and the analysis provided in this
document, Table 9 lists the effects determinations for ESA-listed species and species
proposed for listing, while Table 10 shows the effects determinations for designated
critical habitats. A summary description of how these effects determinations were
reached for each species and critical habitat follows the tables.
Table 9. Effects Determinations Summary – Species
Species ESU/DPS Federal Status Effect Determination
Chinook Salmon
Puget Sound ESU Threatened NLTAA
Steelhead
Puget Sound DPS Threatened NLTAA
Bull Trout
Coastal Puget Sound DPS Threatened NLTAA
Marbled Murrelet
CA/WA/OR DPS Threatened NLTAA
Notes: LTAA = Likely to Adversely Affect; NLTAA = Not Likely to Adversely Affect; NE = No Effect; ESU = Evolutionarily
Significant Unit; DPS = Distinct Population Segment;
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 21 of 25
Table 10. Effects Determinations Summary - Critical Habitats
Species ESU/DPS Critical Habitat Status Effect Determination
Chinook Salmon
Puget Sound ESU Designated NLTAA
Steelhead
Puget Sound DPS Designated NLTAA
Bull Trout
Puget Sound DPS Designated but not present in action
area
NLTAA
NLTAA = Not Likely to Adversely Affect; NE = No Effect; NA = Not Applicable; ESU = Evolutionarily Significant Unit; DPS =
Distinct Population Segment;
7.4.1 Species
7.4.1.1 Puget Sound ESU Chinook Salmon, Puget Sound DPS Steelhead, and
Puget Sound DPS Bull Trout
The proposed action “may affect, but is not likely to adversely affect” Puget Sound
ESU Chinook salmon, Puget Sound DPS steelhead, and Puget Sound bull trout.
This determination is warranted based on the following.
The project will require work below the OHWM within waters of the Cedar
River, which represents migratory habitat for adult and juvenile salmon,
steelhead, and bull trout.
The proposed action will conduct work below the OHWM of the Cedar River
during the in-water work period when salmon, steelhead, and bull trout could
potentially be migrating or foraging in the area.
Salmonid use of the action area is limited to moderate-quality foraging and
migration habitat. No freshwater rearing or spawning habitat occurs within the
action area. Even under normal, non-project conditions, migrating adult and
juvenile salmonids likely move through the action area rapidly.
The project has the potential to result in temporarily impaired water quality within
the action area.
The impact minimization and BMPs (described in Section 2.3), including
work within the in-water work window will be sufficient to reduce the
potential for adverse effects to an insignificant level.
The levels of terrestrial noise that will be generated will be de-minimis, and are
not expected to be elevated significantly above the ambient noise levels at the site.
7.4.2 Critical Habitats
7.4.2.1 Designated Salmon and Steelhead Critical Habitat
Critical habitat has been designated for Puget Sound ESU Chinook salmon and Puget
Sound DPS steelhead and occurs within the action area. The effects determination is
that the proposed project “may affect, but is not likely to adversely affect” these
critical habitats. This determination is warranted based on the following rationale.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 22 of 25
The proposed action will require work below the OHWM within waters of the
Cedar River, which has been designated critical habitat for the ESU/DPS of
salmon and steelhead listed above.
The waters within the action area provide adequate migratory, water quality, and
food base PCEs of critical habitat for the ESU/DPS of salmon and steelhead.
The project has the potential to result in temporarily impaired water quality within
the action area.
Impacts to water quality associated with the proposed action will be temporary in
nature and will not result in any measurable or significant effects to any PCEs of
critical habitat. The impact minimization and BMPs (described in Section 2.3),
including work within the in-water work window, will be sufficient to ensure that
temporarily impaired water quality conditions do not adversely affect any PCE of
critical habitat for salmon, steelhead, or bull trout.
The proposed action has the potential to result in temporarily elevated underwater
noise levels during construction; however, the levels of terrestrial and underwater
noise that will be generated will be minimal and are not expected to be elevated
significantly above the ambient noise levels at the site. Because most of the work
will be conducted overwater and in the dry, the project is not expected to
measurably elevate underwater noise.
The proposed action will not result in any benthic impacts.
8.0 REFERENCES
Behnke, R.J. 1992. Native trout of western North America. American Fisheries
Society Monograph 6. Bethesda, Maryland.
BergerABAM. 2018. 2018 Inspection Report Cedar River Railroad Bridge. Draft
Submittal. Submitted to City of Renton, Renton, Washington. July 2018.
City of Seattle. 2007. Seattle Biological Evaluation. Seattle, WA. 1 May 2007.
Federal Transit Administration (FTA). 2006. Transit Noise and Vibration Impact
Assessment Guidance FTA-VA-90-1003-06. May 2006.
Gendaszek, A.S., C.S. Magirl, and C.R. Czuba. 2012. Geomorphic response to flow
regulation and channel and floodplain alteration in the gravel-bedded Cedar
River, Washington, USA. 258-268.
Hamer, T.E., and S.K. Nelson. 1995. Characteristics of marbled murrelet nest trees
and nest stands. In Ecology and Conservation of the Marbled Murrelet. Ralph,
C.J., G.L. Hunt, Jr., M.G. Raphael, J.F. Piatt, technical editors. General
Technical Report. PSW-GTR-152. Albany, CA: Pacific Southwest Research
Station, Forest Service, U.S. Department of Agriculture. 69-82.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 23 of 25
King County Department of Public Works. 1993. Cedar River Current and Future
Conditions. Summary Report. Seattle, WA. Surface Water Management
Division. October 1993.
King County. 2019. King County Water Quality Monitoring.
https://green2.kingcounty.gov/streamsdata/watershedinfo.aspx?Locator=0438#s
pecialstudies. Accessed May 6, 2019.
Lower Columbia Fish Recovery Board (LCFRB). 2004. Lower Columbia Salmon
Recovery and Fish and Wildlife Subbasin Plan, Volume I—Regional Plan.
Myers, J.M., R.G. Kope, G.J. Bryant, D. Teel, L.J. Lierheimer, T.C. Wainwright,
W.S. Grant, F.W. Waknitz, K. Neely, S.T. Lindley, and R.S. Waples. 1998.
Status Review of Chinook Salmon from Washington, Idaho, Oregon, and
California. U.S. Department of Commerce, NOAA Tech. Memo. NMFS-
NWFSC-35, 443pp.
National Marine Fisheries Service (NMFS). 2019. ESA Salmon Listings, available at
http://www.nwr.noaa.gov/protected_species/salmon_steelhead/salmon_and_stee
lhead_listings/salmon_and_steelhead_listings.html. Accessed March 14, 2019.
National Marine Fisheries Service (NMFS). 2011. 5-Year Review: Summary &
Evaluation of Puget Sound Chinook, Hood Canal Summer Chum, Puget
Sound Steelhead.
National Marine Fisheries Service (NMFS). 1996. Making Endangered Species Act
Determinations of Effect for Individual or Grouped Actions at the Watershed
Scale.
National Oceanic and Atmospheric Administration (NOAA). 2016. Steelhead Trout
(Onchorynchus mykiss)
http://www.fisheries.noaa.gov/pr/species/fish/steelhead-trout.html. Accessed
June 20, 2017.
Pacific Fisheries Management Council (PFMC). 1999. Amendment 14 to the Pacific
Coast salmon plan, Appendix A: Identification and description of Essential Fish
Habitat, adverse impacts, and recommended conservation measures for salmon.
Portland, OR.
Pacific Fisheries Management Council (PFMC). 1998a. The Coastal Pelagic Species
Fishery Management Plan: Amendment 8.
Pacific Fisheries Management Council (PFMC). 1998b. Final Environmental
Assessment/Regulatory Review for Amendment 11 to the Pacific Coast
Groundfish Fishery Management Plan.
Rieman, B.E. and J.D. McIntyre. 1993. Demographic and habitat requirements for the
conservation of bull trout Salvelinus confluentus. USDA Forest Service
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 24 of 25
Intermountain Research Station, General Technical Report INT-302, Ogden,
UT.
Smith, Carol J. 2003. Salmon and Steelhead Habitat Limiting Factors Water Resource
Inventory Areas 3 and 4, The Skagit and Samish Basins. Washington State
Conservation Commission. Lacey, WA.
U.S. Fish and Wildlife Service (USFWS). 2019. U.S. Fish and Wildlife Trust
Resources List, Endangered Species Act Species List.
http://ecos.fws.gov/ipac/ Accessed March 14, 2019.
Washington State Department of Fish and Wildlife (WDFW). 2019a. Priority
Habitats and Species List—PHS on the Web. http://wdfw.wa.gov/mapping/phs/
Accessed March 14, 2019.
Washington State Department of Fish and Wildlife (WDFW). 2019b. WDFW
SalmonScape database. Accessed online at
http://wdfw.wa.gov/mapping/salmonscape/index.html. Accessed March 14,
2019.
Washington State Department of Transportation (WSDOT). 2018. Biological
Assessment Preparation – Advanced Training Manual Version 02-2018.
February 2018.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Page 25 of 25
9.0 LIST OF ACRONYMS AND ABBREVIATIONS
BE biological evaluation
BMP best management practice
BRT Biological Review Team
Cadman Cadman Materials, Inc.
CFR Code of Federal Regulations
cy cubic yard
DMMP Dredged Material Management Program
DPS distinct population segment
Ecology Washington State Department of Ecology
ESA Endangered Species Act
ESU evolutionarily significant unit
FTA Federal Transit Administration
GB Georgia Basin
HDPE high-density polyethylene
LTAA likely to adversely affect
LWD large woody debris
MHHW mean higher high water
MLLW mean lower low water
MMPA Marine Mammal Protection Act
NE no effect
NLTAA not likely to adversely affect
NMFS National Marine Fisheries Service
NOAA National Oceanic and Atmospheric Administration
NPF not properly functioning
NTU nephelometric turbidity unit
OHWM ordinary high water mark
PCE primary constituent element
PF properly functioning
PHS Priority Habitat and Species
SAP sampling and analysis plan
SPCC spill prevention, control, and countermeasures
SRBSRTC Snohomish River Basin Salmonid Recovery Technical Committee
UHMW ultra-high molecular weight
USACE U.S. Army Corps of Engineers
USFWS U.S. Fish and Wildlife Service
WDFW Washington Department of Fish and Wildlife
WSDOT Washington State Department of Transportation
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
APPENDIX A
FIGURES
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
APPENDIX B
SPECIES LIST
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
APPENDIX C
ESSENTIAL FISH HABITAT
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Appendix C – Essential Fish Habitat Page 1 of 2
APPENDIX C
ESSENTIAL FISH HABITAT
Public Law 104-297, the Sustainable Fisheries Act of 1996, amended the Magnuson-Stevens
Fishery Conservation and Management Act (Magnuson-Stevens Act) to establish new
requirements for Essential Fish Habitat (EFH) descriptions in federal fishery management plans
and to require federal agencies to consult with National Marine Fisheries Service (NMFS) on
activities that may adversely affect EFH.
The Magnuson-Stevens Act requires consultation for all federal agency actions that may
adversely affect EFH. The action area is within designated EFH for Pacific salmon.
EFH for Pacific salmon in fresh water includes all streams, lakes, ponds, wetlands, and other
currently viable bodies of fresh water and the substrates within those waterbodies accessible to
Pacific salmon. Activities occurring above impassable barriers that are likely to adversely affect
EFH below impassable barriers are subject to the consultation provisions of the Magnuson-
Stevens Act.
The Magnuson-Stevens Act requires consultation for all federal agency actions that may
adversely affect EFH. EFH consultation with National Oceanic and Atmospheric Administration
(NOAA) Fisheries is required by federal agencies undertaking, permitting, or funding activities
that may adversely affect EFH, regardless of its location. Under Section 305(b)(4) of the
Magnuson-Stevens Act, NOAA Fisheries is required to provide EFH conservation and
enhancement recommendations to federal and state agencies for actions that adversely affect
EFH. Wherever possible, NOAA Fisheries uses existing interagency coordination processes to
fulfill EFH consultations with federal agencies. For the proposed action, this goal is being met by
incorporating EFH consultation into the Endangered Species Act (ESA) Section 7 consultation,
as represented by this Biological Evaluation.
Location
As stated above, the proposed activities will occur on an existing pedestrian bridge over the
Cedar River in Renton, Washington. The action area is within Water Resource Inventory Area 8,
Cedar-Sammamish watershed, and is located within Hydraulic Unit Code 17110012 (see Section
2.0 for a complete description of the action area).
Description of Project Activities
Degradation was found in two of the timber piles supporting the north abutment and in some of
the timbers in the pad supporting the steel truss bridge. Timber facing for the abutment has
deteriorated and subsequent loss of material weakened the abutment. The proposed repairs will
rebuild the abutment within its current footprint by repairing timber piles, repairing/replacing
timber facing, and replacing lost material behind the facing.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
Biological Evaluation WSP USA, A19.0010.00
City of Renton Cedar River Trail Trestle Bridge Repairs May 2019
Renton, Washington Appendix C – Essential Fish Habitat Page 2 of 2
Repairs will be made to existing serviceable facilities and conducted within the existing footprint
of the facilities with minimal environmental impacts. The proposed action is described in detail
in Section 2.0 of this Biological Evaluation.
Potential Adverse Effects of Project Activities
The proposed action has the potential to affect EFH for Pacific salmon species. Specific elements
of the proposed action that could potentially impact EFH are summarized here (see Section 7.0
for a detailed analysis of the potential effects of the project).
Direct effects of the proposed action will be largely temporary in nature. Temporary impacts to
habitat will be limited to the potential for temporarily impaired water quality conditions and
temporarily elevated noise levels within the action area.
Minimization Measures and Best Management Practices
Conservation/minimization measures and BMPs that will be implemented by the project are
discussed in Section 2.3 in the Biological Evaluation.
All work below the mean higher high water of the Cedar River will be conducted during the in-
water work window for waters of the Cedar River (between 16 July and 31 December), which
avoids the peak run timing for most runs of salmon.
Implementation of these minimization measures and BMPs will be sufficient to ensure that any
impacts to EFH are temporary and insignificant, and do not affect any functional component of
EFH for Pacific salmon species.
Conclusions
In accordance with the EFH requirements of the Magnuson-Stevens Act, it has been determined
that the project “will not adversely affect” EFH for Pacific salmon species.
The proposed action has incorporated minimization and avoidance measures, and BMPs intended
to avoid and/or minimize potential effects to habitat. Water quality and noise impacts that may
result during construction will be temporary and will result in no significant effects to any
functional component of EFH for Pacific salmon species.
DocuSign Envelope ID: F51290C7-4E46-4E5D-88E7-39279F6550DB
From:Angelea Weihs
To:"grace.roberts@wsp.com"
Cc:Alan Wyatt
Subject:RE: Cedar River Trestle Bridge
Date:Wednesday, October 09, 2019 4:23:29 PM
Attachments:image001.png
image002.png
Hello Grace,
The city does not issue a SEPA exemption document. The project is exempt per the following code
section:
WAC 197-11-800(27):
(27)Structurally deficient city, town and county bridges. The repair, reconstruction,
restoration, retrofitting, or replacement of a structurally deficient city, town or county bridge
shall be exempt as long as the action:
(a) Occurs within the existing right of way and in a manner that substantially conforms
to the preexisting design, function, and location as the original except to meet current
engineering standards or environmental permit requirements; and
(b) The action does not result in addition of automobile lanes, a change in capacity, or
a change in functional use of the facility.
"Structurally deficient" means a bridge that is classified as in poor condition under the
state bridge condition rating system and is reported by the state to the national bridge
inventory as having a deck, superstructure, or substructure rating of four or below. Structurally
deficient bridges are characterized by deteriorated conditions of significant bridge elements
and potentially reduced load-carrying capacity. Bridges deemed structurally deficient typically
require significant maintenance and repair to remain in service, and require major
rehabilitation or replacement to address the underlying deficiency.
Let me know if you have any additional questions,
Angelea Weihs
Associate Planner, City of Renton
1055 S. Grady Way
Renton, WA 98057
(425) 430-7312
From: Roberts, Grace <grace.roberts@wsp.com>
Sent: Monday, October 07, 2019 11:25 AM
To: Alan Wyatt <AWyatt@Rentonwa.gov>
Cc: Nelson, Garth <garth.nelson@wsp.com>
Subject: RE: Cedar River Trestle Bridge
Hi Alan-
SEPA Exemption
I thought that the shoreline exemption would include the SEPA exemption, but after reviewing the
document I don’t see mention of the SEPA. I don’t believe a shoreline exemption can be issued
without the SEPA exemption. Do you mind asking Angelea Weihs about the whereabouts of the SEPA
exemption? I’m happy to call her for you if you’d like.
Thanks-
Grace Roberts
Environmental Scientist/Diver
BergerABAM is now WSP.
Come imagine with us!
Please note the new email address.
Email: grace.roberts@wsp.com
Phone: 206-431-2295
WSP USA
33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003-2600
wsp.com
From: Alan Wyatt <AWyatt@Rentonwa.gov>
Sent: Monday, October 7, 2019 8:15 AM
To: Roberts, Grace <grace.roberts@wsp.com>; Nelson, Garth <garth.nelson@wsp.com>
Subject: Cedar River Trestle Bridge
Hi Grace and Garth,
Attached is the Cedar River Trestle Bridge Shoreline Letter of Exemption. After your review, we will
need to review a schedule for the project implementation.
Thank you for your assistance with the project,
Alan
Alan J. Wyatt, RLA, ASLA, LEED-AP
Capital Projects Manager | Parks Planning & Natural Resources
1055 S Grady Way | 6th Floor | Renton, WA 98057
Phone: 425.430.6571 | Mobile: 206.276.8833
AWyatt@rentonwa.gov