Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutProject Manual - CAG-24-229
PROJECT MANUAL OF
CONSTRUCTION DOCUMENTS
TALBOT HILL RESERVOIR PARK
IMPROVEMENTS
710 S. 19th Street
Renton, WA 98055
PROJECT NO. CAG-24-229
CITY OF RENTON
PARKS AND RECREATION
PARKS PLANNING AND NATURAL RESOURCES DIVISION
1055 SOUTH GRADY WAY
RENTON, WASHINGTON 98057
Armondo Pavone, Mayor
BID SET
October 29, 2024
CONTRACT DOCUMENTS
For
City of Renton
Talbot Hill Reservoir Park Improvements
#CAG-24-229
IN
RENTON, WASHINGTON
Owner: City of Renton
Contact: Betsy Severtsen
425-430-6611
PRE-BID CONFERENCE (OPTIONAL)
Date: November 5, 2024
Time: 11:00 AM
710 South 19th Street
Renton, WA 98055
BID DUE
Date: November 21, 2024
Time: 1:30 PM
Location: Office of the City Clerk
Address: Renton City Hall - Lobby
1055 S Grady Way
Renton, WA 98057
BID OPEN
Date: November 21, 2024
Time: 2:30 PM
Zoom: Meeting ID: 815 5188 2245
Zoom Passcode: 828909
Time of Completion
Substantial Completion: May 23, 2025 Anticipated
Notice to Proceed: January 6, 2025
Contract No. CAG-24-229 00 00 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
TABLE OF CONTENTS
Contract No. CAG-24-229
City of Renton
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
DIVISON 0 – CONTRACTING REQUIREMENTS
00 00 00 Table of Contents
00 11 13 Advertisement for Bids
00 20 00 Bidder’s Qualification Statement
00 21 00 Instructions to Bidders
00 23 00 Supplementary Instructions
00 42 10 Bid Submittal Checklist
00 52 00 Agreement Between Owner and Contractor – City of Renton Agreement
00 72 00 General Conditions
00 73 00 Supplemental Conditions
00 80 00 Forms:
Form A – Bid Form
Form B – Proposal Bid Bond
Form C – List of Subcontractors, Part One
Form D – List of Subcontractors, Part Two
Form E – Contractor Qualification, Evaluation
Form F – Qualifications of Key Personnel
Form G – Contract Bond Form
DIVISION 1 – GENERAL REQUIREMENTS
01 10 00 Summary of Work
01 11 30 Hazardous Materials
01 12 00 Delegated Design
01 14 00 Work Restrictions
01 20 00 Payment Procedures
01 21 00 Prevailing Wage Rates
01 30 00 Administrative Requirements
01 32 16 Construction Schedule
01 40 00 Quality Requirements
01 40 10 Product Substitution Request
01 42 00 Definitions
01 50 00 Temporary Facilities and Control
01 70 00 Execution and Closeout Requirements
01 74 00 Construction Waste Management and Disposal
01 78 00 Closeout Submittals
Appendix A Permits
Appendix B Inadvertent Discovery Plan
Appendix C Pedestrian Bridge
Appendix D Fabric Shade Shelter
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 11 13 – ADVERTISEMENT FOR BIDS
Contract No. CAG-24-229 00 11 13 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
The City of Renton invites interested and qualified contractors to submit sealed bids for the following project:
TITLE: TALBOT HILL RESERVOIR PARK
IMPROVEMENTS
ESTIMATED BASE BID COST: $710,316.00 including WA State sales tax (WSST)
PRE-BID CONFERENCE: November 5, 2024, 11:00 AM at Talbot Hill
Reservoir Park
710 South 19th Street
Renton, WA 98055
Attendance at the pre-bid conference is
highly encouraged but is not mandatory.
BID SUBMITTAL (TIME/DATE/LOCATION): Bids are to be submitted prior to:
1:30 PM on November 21, 2024
Bids must be hand delivered to
Office of the City Clerk
Lobby, Renton City Hall
1055 S. Grady Way
Renton, WA 98057
PUBLIC BID OPENING: Approximately 2:30 PM on November 21,
2024 via ZOOM.
Zoom Information:
https://us02web.zoom.us/j/81551882245?pwd=mmGCXEVqYG0iiMqbstN2a6tWLXQbxs.1
Meeting ID: 815 5188 2245
Passcode: 828909
The work shall include, but not be limited to: Construction of park improvements and related site work
including earthwork, picnic shelter, pathways, sports court improvements, parking lot improvements, site
furnishings and landscape planting for the construction of Talbot Hill Reservoir Park Improvements for the
City of Renton
This contract is a unit-price based contract. The successful bidder will be required to provide a unit price for
each item of work as specified in the Schedule of Prices and a Base Bid total amount on the Bid Form.
Bid documents will be available October 29, 2024. Plans and specifications may be viewed on the City
of Renton website via the following link City of Renton - Call For Bids and 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 (collectively, “Bidders”) 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 with the ability to: download, view, print, order
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 11 13 – ADVERTISEMENT FOR BIDS
Contract No. CAG-24-229 00 11 13 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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. Bid documents will also be available at http://rentonwa.gov/bids/
under “Calls for Bids”.
Contact Information: Please direct questions regarding this project to Betsy Severtsen at
bsevertsen@rentonwa.gov. Document clarification questions must be submitted via email and must be
received no later than 1:30 PM on November 14, 2024.
Published: Daily Journal of Commerce on POB 11050, Seattle, WA 98111. Phone: 206.622.8272.
Website: plancenter.com
Additional Project Information:
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 Submittal date set forth
above. The applicable prevailing wage rates may be found on the Department of Labor & Industries
website located at https://lni.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/.
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.
Substantial Completion for this project must occur no later than May 23, 2025.
In accordance with RCW 39.04.320 the State of Washington requires 15% Apprenticeship Participation for
all projects estimated to cost one million dollars or more. On applicable projects, the bid advertisement and
Bid Proposal Form shall establish a minimum required percentage of apprentice labor hours compared to
the total labor hours. 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 (360)
902-5320, and e-mail at Apprentice@lni.wa.gov, to obtain information on available apprenticeship
programs.
The City reserves the right to accept or reject any or all bids and to waive informalities.
Bids must be placed in a sealed envelope marked: RENTON CITY HALL – TALBOT HILL
RESERVOIR PARK IMPROVEMENTS.
THE CITY OF RENTON
Jason Seth, City Clerk
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 20 00 – Bidder’s Qualification Statement
Contract No. CAG-24-229 00 20 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 – GENERAL
1.1 SECTION INCLUDES
A. Each Bidder submitting a Bid on Work included in these Contract Documents shall provide
as part of this 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: at least three (3) projects accomplished within the last
five (5) years in which the Bidder constructed comparable projects of similar scope of
Work and value. Include the name, telephone number and email address of the Owner
or Owner’s Representative responsible for the project. Describe how the project met
customer satisfaction. The City of Renton will discuss performance with the named
references. This information to be submitted with the Bid Form.
a. Provide FORM E – Contractor Qualifications, per Section 00 80 00 FORMS.
7. Provide a resume for the Project Manager, Superintendent, Foreman, and other key
personnel that will be assigned and committed to this Project. This information to be
Completed by Apparent Low Bidder Within 48 hours following Bid Submittal: Assigned
Key Personnel:
a. Provide FORM F – Qualifications of Project Key Personnel, per Section 00 80 00
FORMS.
PART 2 – NOT USED.
PART 3 – NOT USED.
END OF SECTION
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 – GENERAL
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 via email to the Owner at
least seven (7) 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 (a) Veteran-owned
businesses (defined in RCW 43.60A.010), and (b) Small, Mini and Micro businesses
(defined in RCW 39.26.010) which have registered in WEBS at
https://fortress.wa.gov/ga/webs/.
D. In accordance with RCW 39.04.320 the State of Washington requires 15% Apprenticeship
Participation for all projects estimated to cost one million dollars or more. On applicable
projects, the bid advertisement and Bid Proposal Form shall establish a minimum required
percentage of apprentice labor hours compared to the total labor hours. 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 (360) 902-
5320, and e-mail at Apprentice@lni.wa.gov, to obtain information on available
apprenticeship programs.
1.2 PREPARATION OF BIDS – CONSTRUCTION
A. Bids must be: (1) submitted on the Bid Form, or copies of the form, 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
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
printed in ink 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 will disqualify
the bid.
D. Substitute bid forms will not be considered unless this solicitation expressly authorizes their
submission.
1.3 BID GUARANTEE
A. When the sum of the Base Bid, plus all additive Bid alternates (if any), is $35,000.00 or less,
bid security is not required.
B. When the sum of the Base Bid, plus all additive Bid alternates (if any), 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 (Form B) 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 calendar days from Bid opening date for acceptance of its Bid by the
Owner.
F. The Bidder will return to the Owner a signed contract, insurance certificate and bond or
bond waiver within 15 calendar 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 fails to return the documents within 15 calendar 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 of the claimed error and request to withdraw the Bid is received by
the Owner within 24 hours following Bid Opening.
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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) calendar 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 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 (including Alternates, if any) shall include
all labor, material, equipment, overhead and compensation to complete all of the Work for
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
that item.
B. Contractor shall obtain and pay for all Plumbing, Traffic Control Plan, Environmental
Stormwater Discharge, and other regulatory permits as required.
C. Contractor shall obtain, but City will pay for Building Permit fees issued by the City of
Renton. Contractor shall pay for all supplier engineering documents (signed/stamped plans
and calculations) required for the Building Permit application.
D. Measurement and payment descriptions for each item listed in the Schedule of Bid items
are set forth in Section 01 20 00.
E. The Bidder agrees to hold the Base Bid prices for sixty (60) calendar days from date of Bid
Opening.
1.8 TAXES
Bid amount shall include Washington State Sales Tax (WSST). All other taxes imposed by law
shall be included in the bid amount. 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. If the sum of the base bid including Washington State Sales Tax is anticipated to exceed
one million dollars or more, the Bid Form contains the following requirements:
1. Pursuant to RCW 39.30.060, the Bidder shall provide names of the Subcontractors
with whom the Bidder will subcontract for performance of heating, ventilation and air
conditioning (HVAC), plumbing, and electrical, if any of these trades are used.
2. The Bidder can name itself for the performance of the work.
3. The Bidder shall not list more than one Subcontractor for each category of work
identified UNLESS Subcontractors vary with bid alternates, in which case the Bidder
must indicate which Subcontractor will be used for which alternate.
4. Failure of the Bidder to submit as part of the bid the NAMES of such Subcontractors
or to name itself to perform such work shall render the Bidder's bid nonresponsive
and, therefore, void.
C. The Bid Form shall be submitted in a sealed envelope addressed to the office specified in
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 5
Talbot Hill Reservoir Park Improvements October 29, 2024
the Advertisement for Bids. The envelope shall have printed on the outside:
1. RENTON CITY HALL – TALBOT HILL RESERVOIR PARK IMPROVEMENTS
2. The name and address of the Bidder
D. 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.
E. 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.
F. People with disabilities who wish to request special accommodation, (e.g., sign language
interpreters, braille, etc.) need to contact the Owner ten (10) working days prior to the
scheduled Bid Opening.
1.10 BID RESULTS
A. 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, the lowest
responsive 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 lowest responsible 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
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 6
Talbot Hill Reservoir Park Improvements October 29, 2024
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 State
of Washington 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 Owner 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. An
Owner 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.
2. At least seven (7) 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. Upon Owner’s request, the apparent low Bidder must supply the requested
responsibility information within two (2) business days of request by Owner.
Withholding information or failure to submit all the information requested within the
time provided may render the bid non-responsive
4. If the Owner determines that the apparent low Bidder is not responsible, the Owner
will notify the Bidder of its preliminary determination in writing.
5. 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.
6. The Owner will schedule a hearing within three (3) working days of receipt of the
Bidder’s request.
7. The Owner will issue a Final Determination after reviewing information presented at
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 21 00 – Instructions to Bidders
Contract No. CAG-24-229 00 21 00 - 7
Talbot Hill Reservoir Park Improvements October 29, 2024
the hearing.
8. 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.
9. 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 requirements.
END OF SECTION
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 23 00 – Supplementary Instructions
Contract No. CAG-24-229 00 23 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
1.1 SUPPLEMENTARY INSTRUCTIONS
A. The City’s fair practices and non-discrimination policies, and State Prevailing Wage Rates
apply to this Project.
B. The Notice to Proceed shall be given after the City Council, City Attorney, and Risk Manager
approves the Contract, and the Contract is signed by the Mayor.
C. Upon Notification of Intent to Award Contract, the following documents must be submitted
prior to commencement of the Work and not later than five (5) business days after receipt of
Notification of Intent to Award Contract.
1. Standard Form of Agreement
2. Bond To the City of Renton
3. City of Renton Business License
4. Statement of Intent to Pay Prevailing Wages
5. Certificate of Liability Insurance; naming the City of Renton as additionally insured.
6. Project Schedule & Time of Completion
1.2 BIDDER SELECTION CRITERIA
A. The City reserves the right to reject any and all Bids and waive informalities or irregularities
in Bids received.
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 42 10 – Bid Submittal Checklist
Contract No. CAG-24-229 00 42 10 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
1.1 FORMS BELOW MUST BE TIMELY SUBMITTED FOR A BID TO BE CONSIDERED
RESPONSIVE:
1. FORM A - BID FORM, includes CERTIFICATION OF COMPLIANCE WITH PREVAILING
WAGE PAYMENT STATUTE and NON-COLLUSION AFFIDAVIT, ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT
2. FORM B - PROPOSAL BID BOND
3. FORM C - LIST OF SUBCONTRACTORS, PART ONE (SUBMISSION OF PLUMBING
AND ELECTRICAL SUBCONTRACTORS)
4. FORM D – LIST OF SUBCONTRACTORS, PART TWO (SUBMISSION OF STRUCTURAL
STEEL SUBCONTRACTORS)
5. FORM E – CONTRACTOR QUALIFICATIONS/EVALUATION
6. FORM F – QUALIFICATIONS OF PROJECT KEY PERSONNEL
7. FORM G – CONTRACT BOND FORM
1.2 Confirm Items Below Are Complete At Time of Bid Submission:
1. Have you included costs for Base Bid, and each of the Alternates (if any) as listed on the Bid
Form?
2. Do written amounts in the Bid Form agree with amounts shown in figures?
3. Have you certified receipt of addenda?
4. Has the Bid Form been properly signed?
5. Have you completed the Deposit or Contract Bond Form?
6. Has a Bid Bond or certified check been enclosed with your Bid?
7. Is the amount of the Bid Bond at least 5% of the total amount of the Base Bid amount?
8. Are Form A, Form B, and Form E listed above included in a sealed and properly endorsed
envelope?
1.3 Form To Be Completed Within 1 hour of Bid Submission:
1. Form C – List of Subcontractors, Part One (Submission of Plumbing, and Electrical
Subcontractors)
1.4 Form To Be Completed Within 48 hours of Bid Submission:
1. Form D – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors)
1.5 Forms To Be Completed By Apparent Low Bidder Within 2 Business Days of Notice by
Owner of Apparent Low Bid:
1. Form F – Qualifications of Key Personnel
END OF SECTION
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 52 00 – Standard Form of Agreement
Contract No. CAG-24-229 00 52 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
STANDARD FORM OF AGREEMENT
CITY OF RENTON
BETWEEN OWNER AND CONTRACTOR
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 52 00 – Standard Form of Agreement
Contract No. CAG-24-229 00 52 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
SAMPLE AGREEMENT
CONTRACT NO. CAG-24-229
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 prepared by Hough Beck &
Baird Inc., dated October 3, 2024 is fully set forth herein: Contract Bid Documents for the Project,
including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and
Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted
therewith in response to the City’s Call for Bids Documents; and any additional documents referenced
as comprising the Contract and Contract Documents of the Standard Specifications, as revised by the
Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents.
2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for
the project entitled Talbot Hill Reservoir Park Improvements, CAG-24-229, 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. Substantial 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 Substantial Completion under this Agreement is not achieved within the
time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision
costs to City as specified in the Contract Bid Documents.
5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party
shall be entitled to recover its costs, including reasonable attorney's and expert witness fees.
6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement,
except as expressly provided in this Agreement.
7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of
which shall for all purposes be deemed an original.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 52 00 – Standard Form of Agreement
Contract No. CAG-24-229 00 52 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR:
CITY OF RENTON:
President/Partner/Owner Armondo Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation
STATE OF INCORPORATION: [Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:
CITY CONTACT INFORMATION:
[Address Line 1] City of Renton
[Address Line 2] 1055 South Grady Way
[City, State and Zip] Renton, WA 98057
[Enter Phone Number] [Enter Phone Number]
[Enter Fax Number or Email Address] [Enter Fax Number or Email Address]
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President and
Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws
shall be furnished to the City and made a part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business
as) and firm or trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by
his/her title.
Contract Template Updated 12/29/2017-modified May 3, 2022
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 1 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
Section Description Page
PART 1 – GENERAL PROVISIONS
1.1 Definitions ........................................................................................................................... 3
1.2 Order of Precedence .......................................................................................................... 5
1.3 Execution and Intent ........................................................................................................... 5
PART 2 – INSURANCE AND BONDS
2.1 Contractor’s Liability Insurance .......................................................................................... 6
2.2 Coverage Limits ................................................................................................................ 7
2.3 Insurance Coverage Certificates ........................................................................................ 7
2.4 Payment and Performance Bonds ...................................................................................... 8
2.5 Alternative Surety ............................................................................................................... 8
2.6 Builders Risk ...................................................................................................................... 8
PART 3 – TIME AND SCHEDULE
3.1 Progress and Completion ................................................................................................... 9
3.2 Construction Schedule ....................................................................................................... 9
3.3 Owner’s Right to Suspend the Work for Convenience ........................................................ 10
3.4 Owner’s Right to Stop the Work for Cause ......................................................................... 11
3.5 Delay .................................................................................................................................. 11
3.6 Notice to Owner of Labor Disputes ..................................................................................... 12
3.7 Damages for Failure to Achieve Timely Completion ........................................................... 12
PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.1 Discrepancies and Contract Document Review.................................................................. 13
4.2 Project Record .................................................................................................................... 14
4.3 Shop Drawings ................................................................................................................... 14
4.4 Organization of Specifications ............................................................................................ 15
4.5 Ownership and Use of Drawings, Specifications & other Documents ................................. 16
PART 5 – PERFORMANCE
5.1 Contractor Control and Supervision.................................................................................... 17
5.2 Permits, Fees and Notices ................................................................................................. 18
5.3 Patents and Royalties......................................................................................................... 18
5.4 Prevailing Wages ............................................................................................................... 18
5.5 Hours of Labor .................................................................................................................... 19
5.6 Nondiscrimination ............................................................................................................... 20
5.7 Safety Precautions ............................................................................................................. 20
5.8 Operations, Material Handling, and Storage Areas ............................................................ 23
5.9 Prior Notice of Excavation .................................................................................................. 24
5.10 Unforeseen Physical Conditions ......................................................................................... 24
5.11 Protection of Existing Features and Special Site Conditions .............................................. 24
5.12 Layout of Work ................................................................................................................... 25
5.13 Material and Equipment ...................................................................................................... 25
5.14 Availability and Use of Utility Services…………………………………………………………. 25
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 2 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
Section Description Page
5.15 Tests and Inspections......................................................................................................... 26
5.16 Correction of Nonconforming Work .................................................................................... 27
5.17 Clean Up ............................................................................................................................ 28
5.18 Access to Work .................................................................................................................. 28
5.19 Subcontractors and Suppliers ............................................................................................ 28
5.20 Warranty of Construction .................................................................................................... 30
5.21 Indemnification ................................................................................................................... 30
PART 6 – PAYMENTS AND COMPLETION
6.1 Contract Sum ..................................................................................................................... 31
6.2 Schedule of Values............................................................................................................. 31
6.3 Application for Payment ...................................................................................................... 31
6.4 Progress Payments ............................................................................................................ 32
6.5 Payments Withheld............................................................................................................. 33
6.6 Retainage and Bond Claim Rights ...................................................................................... 33
6.7 Substantial Completion ....................................................................................................... 34
6.8 Prior Occupancy ................................................................................................................. 34
6.9 Final Completion, Acceptance, and Payment ..................................................................... 34
PART 7 – CHANGES
7.1 Change in the Work ............................................................................................................ 35
7.2 Change in the Contract Sum .............................................................................................. 36
7.3 Change in the Contract Time .............................................................................................. 44
PART 8 – CLAIMS AND DISPUTE RESOLUTION
8.1 Claims Procedure ............................................................................................................... 46
8.2 Arbitration ........................................................................................................................... 47
8.3 Claims Audits ..................................................................................................................... 48
PART 9 – TERMINATION OF THE WORK
9.1 Termination by Owner for Cause ........................................................................................ 49
9.2 Termination by Owner for Convenience ............................................................................. 50
PART 10 – MISCELLANEOUS PROVISIONS
10.1 Governing Law ................................................................................................................... 51
10.2 Successors and Assigns .................................................................................................... 51
10.3 Meaning of Words .............................................................................................................. 52
10.4 Rights and Remedies ......................................................................................................... 52
10.5 Contractor Registration ....................................................................................................... 52
10.6 Time Computations ............................................................................................................ 52
10.7 Records Retention .............................................................................................................. 52
10.8 Third-Party Agreements ..................................................................................................... 53
10.9 Antitrust Assignments ......................................................................................................... 53
10.10 Headings and Captions ...................................................................................................... 53
10.11 Diverse Business Participation ........................................................................................... 53
10.12 Apprenticeship Participation ............................................................................................... 54
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 3 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 – GENERAL PROVISIONS
1.1 DEFINITIONS
A. “Application for Payment” means a written request submitted by Contractor to Owner and
Architect 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 Architect 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.
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).”
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 4 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 and
Architect, 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.
V. “Project Record” means the separate set of Drawings and Specifications as further set forth
in paragraph 4.2A.
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 and Architect.
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 5 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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. Provisions in Division 1 shall take precedence over provisions of any other Division.
6. In case of conflict within the Drawings, large scale drawings shall take precedence
over small scale drawings.
7. In case of conflict within the Contract Documents, the greater of quality, extent or
greater value shall be provided.
8. Signed and Completed Bid Form.
9. Instructions to Bidders.
10. Advertisement for Bids.
1.3 EXECUTION AND INTENT
A. Contractor Representations: Contractor makes the following representations to Owner:
B. 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;
C. 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;
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 6 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
D. 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
E. 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
A. General insurance requirements: Prior to commencement of the Work, Contractor shall
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.
B. 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
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 maintained 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 7 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
6. Pollution Liability – Required if work involves a pollution risk to the environment.
Coverage may be included in other required policies.
C. 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.
D. 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.
E. 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,
Excess/Umbrella, when applicable).
F. 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 Occurrence 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 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: Betsy Severtsen, Parks and Recreation
1055 South Grady Way
Renton, WA 98057
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 8 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
C. Cancellation provisions: The Owner shall be provided with written notice of any policy
cancellation within a minimum of two business days of receipt of such notice by the policy
holder.
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 required: Contractor shall promptly furnish payment and performance
bonds from an alternative surety as required to protect Owner and persons 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 described
in Section 5.20, 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 9 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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
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
thirty (30) calendar days thereafter.
3.2 CONSTRUCTION SCHEDULE
A. Preliminary Progress Schedule: Unless otherwise provided in Division 1, Contractor shall,
within 14 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.
B. 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 and Architect. The preliminary Progress Schedule may be general, showing the
major portions and milestones of the Work, with a more detailed Progress Schedule
submitted as directed by Owner and Architect.
C. Owner comments on Progress Schedule: Owner and Architect shall return comments on
the preliminary Progress Schedule to Contractor within 14 Days of receipt. Review by
Owner and Architect 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 10 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
Progress Schedule has been submitted which meets the requirements of this Section 3.2.
D. 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 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.
E. Contractor to notify Owner and Architect of delays: Contractor shall promptly notify Owner
and Architect 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 11 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 not the fault of Owner or Contractor;
3. Fire or other casualty for which Contractor is not responsible;
4. Quarantine or epidemic (excluding impacts from COVID-19 reasonably foreseeable at
the time of Contract execution);
5. Industry-wide 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 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 12 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 13 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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 and Architect 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 or Architect. If
Contractor performs any construction activity, and it knows or reasonably should have
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 14 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Architect: Questions regarding interpretation of the
requirements of the Contract Documents shall be referred to the Architect.
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 and Architect 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
4.3 SHOP DRAWINGS
A. Definition of Shop Drawings: “Shop Drawings” means documents and other information
required to be submitted to Architect 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
and Architect may duplicate, use, and disclose Shop Drawings provided in accordance with
the Contract Documents.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 15 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 state of Washington. 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 Architect 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, by Owner or 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 Owner or 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.
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 and Architect 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 16 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Owner 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.
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 5.22 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 17 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 18 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
5.2 PERMITS, FEES, AND NOTICES
A. Permits: Owner will obtain and pay the Building Permit fees but Contractor will obtain and
pay for engineering drawings and calculations required for Building Permit submittal. 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 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. 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, based upon the
bid submittal deadline for this project.
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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 19 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 with each monthly pay application.
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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 20 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 21 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 22 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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,
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 23 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 24 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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 FEATURES AND SPECIAL SITE CONDITIONS
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.
A. Special site conditions (See Appendix C – Inadvertent Discovery Plan): If, in the course of
the Work, Contractor encounters human remains or recognizes the existence of burial
markers, archaeological sites or wetlands not indicated in the Contract Documents,
Contractor shall immediately suspend any operations that would affect them and shall notify
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 25 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
Owner and A/E. Upon receipt of such Notice, Owner shall promptly take any action
necessary to obtain governmental authorization required to resume the operations.
Contractor shall continue to suspend these operations until otherwise instructed by Owner
but shall continue with all other operations that do not affect those remains or features.
Requests for adjustments in the Contract Sum and Contract Time arising from the
existence of such remains or features may be made as provided in Part 7.
5.12 LAYOUT OF WORK
A. Advanced planning of the Work: Contractor shall plan and lay out the Work in 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 benchmarks 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 26 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 its inspections and tests in a
manner that will cause no undue delay in the Work.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 27 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Architect or
Owner, be uncovered for Owner’s and Architect’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 or Architect desire to examine the Work, or any portion of it, which has been
covered, Owner or Architect 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 or Architect 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
Substantial Completion of the Work or designated portion thereof, or within one year after
the date for commencement of any system warranties established under Section 6.8, 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 or
Architect to do so. Owner or Architect 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 Substantial Completion, by the period of time between Substantial
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 Acceptance.
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 or Architect.
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 28 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 5.16D 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.
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;
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 29 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
2. Have a current City of Renton business license;
3. Have a current Washington Unified Business Identifier (UBI) number;
4. 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;
5. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065 (3).
6. Not be disqualified from bidding or working on any project receiving federal public
works contract under SAM.gov.
7. 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.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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 30 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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
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, manufacturer’s, 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,
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 31 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 and Architect for approval a breakdown allocating the total
Contract Sum to each principal category of work, in such detail as requested by Owner or
Architect (“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 and Architect 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.
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 and Architect an
itemized Application for Payment for Work completed in accordance with the Contract
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 32 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
Documents and the approved Schedule of Values. Each application shall be supported by
such substantiating data as Owner or Architect 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 and Architect,
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;
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 33 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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 of Work: Work by Owner to correct defective Work or
complete the Work in accordance with Section 5.16;
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 34 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
A. 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
A. 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 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 completed 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 35 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 or Architect
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 36 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
executed in accordance with the Contract Documents.
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
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.
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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 37 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 38 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 in
paragraph 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.
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 39 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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;
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 State of Washington 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 40 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
(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, including material invoice or reasonable
lump-sum estimate, of the quantity and cost of additional materials needed to
perform the change in the Work. Material costs shall be developed first from
actual known costs, second from supplier quotations or if these are not available,
from standard industry pricing guides acceptable to Owner. 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 on-site. Costs will be allowed
for construction equipment only to the extent used solely for the changed Work,
or for additional rental costs actually incurred by 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 41 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
(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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 42 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 their forces, 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.
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;
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 43 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Architect and assist in monitoring the Work being
performed. As requested by Owner or Architect, 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
b. Owner verification of quantities: Quantities must be supported by field
measurement statements signed by Owner or Architect.
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 or Architect, 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 and Architect review.
c. Allow Owner or Architect 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 or
Architect’s prior written approval.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 44 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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,
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 45 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
event, or condition complained of, and that the Contract Documents provide
entitlement to an equitable adjustment in Contract Time for such act, event, or
condition; and supporting documentation sufficiently detailed to permit an informed
analysis of the request by Owner and Architect. 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
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 46 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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;
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 47 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 or Architect 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
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 48 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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;
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;
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 49 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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:
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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 50 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 5.20; 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 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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 51 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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;
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. 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.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 52 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
10.3 MEANING OF WORDS
Meaning of words used in Contract Documents: 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 is 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 the 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 items as are shown on the Drawings or required to complete the
installation.
10.4 RIGHTS AND REMEDIES
A. 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 and licensed: Pursuant to RCW 39.06, Contractor shall be
registered and licensed as required by the laws of the State of Washington, including but not
limited to RCW 18.27, and the City of Renton.
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.
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
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 53 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 Contractor is encouraged to meet or exceed any
identified project goals by any level of participation, regardless of category.
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-24-229 00 72 00 - 54 of 54
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 73 00 – Supplemental Conditions
Contract No. CAG-24-229 00 73 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
1.1 NON-DISCRIMINATION LAWS
A. Comply with all applicable federal, state and local nondiscrimination laws and/or policies,
including but not limited to the Americans with Disabilities Act; Civil Rights Act; and the Age
Discrimination Act.
1.2 WAGES AND JOB SAFETY
A. Comply with all applicable laws, regulations and policies of the United States, State of
Washington, and City of Renton which affect wages and job safety. State Prevailing Wage
Laws (RCW 39.12) are applicable to comply with such laws and Contractor shall pay the
prevailing rate of wage to all workers, laborers, mechanics employed in the performance of
any part of this Contract.
B. File a Statement of Intent to pay prevailing wage with the Washington State Department of
Labor and Industries as required by RCW 39.12.040. Comply with the provisions of the rules
and regulations of the Washington State Department of Labor and Industries.
1.3 DISBARMENT AND CERTIFICATION
A. Do not enter into any agreements or arrangements related to this Agreement with any party
that is on the Washington State Department of Labor and Industries “Debarred Contractor
List”.
1.4 RECORD MAINTENANCE
A. Maintain all books, records, documents, data, and other evidence relating to this Contract
and performance of services, as described herein. Retain such records for a period of nine
(9) years from the date of Final Acceptance, the records shall be retained until all litigation,
claims, or audit findings involving the records have been resolved.
B. Access to Records and Data. At no additional cost, records relating to this Project, including
all materials generated under this Contract, shall be subject at all reasonable times to
inspection, review or audit by state granting agencies, Office of the State Auditor, and federal
and state officials so authorized by law, regulation or agreement.
1.5 INDEMNIFICATION RCW TITLE 51 – INDUSTRIAL INSURANCE
A. Any agreement relating to this Project involving any contractors, subcontractors and/or
vendors of any tier shall require that the contracting entity indemnify, defend, waive RCW 51
immunity, and otherwise protect, defend, indemnify and hold the City and its officers and
employees harmless from all crimes, demands, or suits of law or equity arising in whole or in
part.
1.6 COVID-19-RELATED HEALTH AND SAFETY REQUIREMENTS
A. Contractor shall follow all applicable federal, state, county and local health requirements for
COVID-19-related safety and work conditions.
B. The Contractor and its Subcontractors have a general obligation to keep a safe and healthy
DIVISION 00 – CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 73 00 – Supplemental Conditions
Contract No. CAG-24-229 00 73 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
worksite. Under RCW 49.17.060, “each employer shall furnish to each of their employees a
place of employment free from recognized hazards that are causing or likely to cause
serious injury or death to his or her employees and shall comply with the rules, regulations,
and orders promulgated under this chapter.”
END OF SECTION
DIVISION 00 –CONTRACTING REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
SECTION 00 80 00 - Forms
Contract No. CAG-24-229 00 80 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
1.1 Submit With Bid
1. Form A – Bid Form
2. Form B – Proposal Bid Bond
3. Form E – Contractor Qualifications/Evaluation
1.2 Forms Required Only if Bid is $1,000,000 or More:
1. To Be Submitted Within 1 Hour of Bid Submission:
Form C – List of Subcontractors, Part One (Submission of HVAC, Plumbing
and Electrical Subcontractors)
2. To Be Submitted Within 48 hours of Bid Submission:
Form D – List of Subcontractors, Part Two (Submission of Structural Steel and
Rebar Subcontractors)
1.3 Forms to be Completed by Apparent Low Bidder Within 48 hours following Bid
Submittal:
1. Form F– Qualifications of Key Personnel
1.4 Submit With Executed Agreement Between Owner and Contractor:
1. Form G – 100% Contract and Performance Bond Form
2. Required Insurance Certificates
END OF SECTION
Talbot Hill Reservoir Park Improvements Bid Form
Page 1 of 9
CITY OF RENTON
HAND DELIVER TO: OFFICE OF THE CITY CLERK
RENTON CITY HALL – LOBBY
1055 S. GRADY WAY, RENTON, WA, 98057
for the
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
CAG-24-229
Bids Due: 1:30 PM PST November 21, 2024
Bidder’s Name:
Address:
Telephone:
(MUST BE COMPLETED AND SIGNED)
Having carefully examined the Bidding Documents and Instructions to Bidders, the Project site and
conditions affecting the Work, and all Addenda, the undersigned Bidder certifies that: (i) it has the
personnel and means to complete the Work and (ii) it will furnish all labor, materials, equipment, and
management to perform all Work required by, and in strict accordance with, the above-named documents
for the following sum within the time fixed. All Bid amounts shall include overhead, profit, bonds,
insurance, WA State Sales Tax (WSST) and any other expense required to complete the Work.
The undersigned Bidder certifies that it is, at the time of submitting the Bid, and shall remain throughout
the period of the Contract, licensed by the State of Washington to perform the type of work required
under the Contract Documents. It further certifies that it is skilled and regularly engaged in the general
class and type of work called for in the Contract Documents.
B I D F O R M
Talbot Hill Reservoir Park Improvements Bid Form
Page 2 of 9
A. BID SCHEDULE
Insert values for Unit Price (Dollars.Cents) and Total Price (Dollars.Cents) into Bid Table.
Measurement and payment descriptions for each item listed in the Schedule of Bid items are set forth in
Section 01 20 00.
Item No.
Approx.
Qty Unit Description of Item
Unit Price
Dollars.Cents
Total Amount
Dollars.Cents
A-1 1 LS
Mobilization & Demobilization
(not to exceed 8% of Total Base
Bid)
A-2 1 LS Erosion & Sediment Control
A-3 1 LS Demolition & Salvage
A-4 1 LS Clear & Grub
A-5 1 LS
Earthwork & Subgrade
Preparation
A-6 25 TON Structural Fill
A-7 1 EA ADA Parking Stall Sign w/ Footing
A-8 20 TON Crushed Surfacing Top Course
A-9 21 TON HMA Cl. 3/8 IN. PG58H-22
A-10 1 LS Asphalt Parking Lot Crack Repair
A-11 6900 SF Asphalt Parking Lot Sealant
A-12 11 CY
Cement Concrete Pavement w/
Reinforcing
A-13 1 LS
Reservoir Concrete Lid: Diamond
Grind & Drainage Joint Retrofit
A-14 240 LF Extruded Cement Concrete Curb
A-15 1 LS
Asphalt Pavement
Markings & Striping
A-16 1 LS
Sport Court Surfacing, Leveling,
Crack Repair, & Striping
A-17 1 LS
Replace Wood (Studs & Panels) &
Repaint Practice Wall
A-18 1 EA
Fabric Shade Structure including
Engineering Plans/Calculations for
Building Permit
A-19 1 LS
Fabric Shade Structure Four
Footings, Attachments, &
Reinforcing
Talbot Hill Reservoir Park Improvements Bid Form
Page 3 of 9
A-20 1 EA Bicycle Rack w/ Attachments
A-21 1 LS
Two Removable Bollards w/ Four
Receivers
A-22 1 LS
Chain Link Fence w/ Sleeved Posts,
Gates, & Windscreen
A-23 1 LS
Drinking Fountain & Utilities
(Water & Sanitary Sewer)
A-24 1 EA Drinking Fountain
A-25 1 EA Trash Receptacle
A-26 1 LS
Six Moveable Pickleball Nets &
Nine Pickleball Paddle Racks
A-27 1 LS
Planting (Sod, Soil, Mulch,
Watering)
A-28 255 LF 12” Depth Root Barrier
A-29 9 EA Boulders Installation
A-30 4 EA
Bench w/ Back, Wood Beam, &
Chain w/ Pad Lock
A-31 2 EA
Divider Net Structure, Nets, &
Footings
A-32 1 LS
Pedestrian Bridge – Shop
Fabricated Aluminum Structure
including Engineering
Plans/Calculations for Building
Permit
A-33 1 LS
Pedestrian Bridge – Four Concrete
Footings, One Headwall, & Two
Wingwalls, w/ Attachments &
Reinforcing
A-34 1 LS
Plumbing, Traffic Control Plan,
Environmental Stormwater
Discharge, and other regulatory
permits as required
A-35 1 LS
Additional Work for Minor
Changes $65,000 $65,000
SUBTOTAL = $______________________.________
WA STATE SALES TAX (10.3%) = $_______________.________
TOTAL = $______________________.________
Talbot Hill Reservoir Park Improvements Bid Form
Page 4 of 9
B. BASE BID
The Bidder agrees to complete the Work for this Project for the following Base Bid amount:
_______________________________________________________________ DOLLARS (words)
$______________________________________________________________ (numerals)
C. TRENCH EXCAVATION SAFETY PROVISIONS
The Base Bid amount includes any trench-excavation safety provisions required for compliance with
Chapter 39.04 RCW and Chapter 49.17 RCW, as applicable, and the amount included in the Base Bid
is: $_______________
D. SUBCONTRACTOR LISTING
If the project is expected to cost $1,000,000 or more, as required by RCW 39.30.060, every Bidder
must complete and provide the included Subcontractor listing forms (Forms C and D) in
accordance with the applicable timing requirements.
E. RECEIPT OF ADDENDA
Bidder acknowledges receipt of the following addenda:
Addendum No. Addendum No.
Addendum No. Addendum No.
All requirements therein are included in the appropriate Bid amount.
F. CONDITIONS OF PROPOSAL
1. Determination of Low Bidder:
a. The City of Renton (alternatively referred to as “Owner” or “City”) reserves the right
to award the Contract for the Project based on the Contractor’s Base Bid and any
selected Alternates(s), in whatever manner is in the City’s best interest.
2. Overhead and Profit:
All of the above Bid Prices shall include overhead, profit, bonds, insurance, and any other
expense required to complete the Work.
G. PERIOD OF BID VALIDITY/ACCEPTANCE OF BID
The undersigned hereby agrees that this Bid shall be a valid and firm offering for the period of sixty
(60) days from the Bids Due date.
Within sixty (60) days from the Bids Due date, the City will act either to accept the Bid from the
lowest responsive and 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 required insurance to execute the Agreement set forth in the Contract
Documents, and other designated documents.
Talbot Hill Reservoir Park Improvements Bid Form
Page 5 of 9
H. EXECUTION OF CONTRACT
If the written Notice of Intent to Award Contract is mailed, telegraphed, or delivered via facsimile
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 the City of Renton Standard Form of Agreement Between Owner and Contractor where
the basis of payment is a Stipulated Sum (“Agreement”) set forth in the Contract Documents.
I. TIME FOR COMPLETION
Substantial Completion - The undersigned hereby agrees to Substantially Complete all the Work
under the Base Bid (and accepted Alternates) no later than May 23, 2025, following Notice to
Proceed.
Notice to Proceed – Anticipated date for Notice to Proceed is January 6, 2025.
Final Completion – All the Work shall achieve Final Completion in accordance with the Contract
Documents within 30 calendar days after the date of Substantial Completion.
J. LIQUIDATED DAMAGES
The undersigned agrees to pay the Owner as liquidated damages the sum of $750.00 for each
calendar day beyond the date upon which Substantial Completion of the entire Work is required
to be complete until Substantial Completion is achieved, in accordance with the Contract
Documents.
K. BID SECURITY (As per the Bidding Documents)
If applicable, Bid Security must be submitted with the Bid Form.
L. BID FORM ATTACHMENTS TO BE COMPLETED WITH BID FORM
The following document is attached to the Bid Form and must be executed by the Contractor in
connection with the Bid From for it to be complete:
• Attachment 1 – Non-Collusion, Anti-Trust and Minimum Wage Affidavit
M. ACKNOWLEDGMENT
The undersigned acknowledges that it has read, understands, and agrees to comply with all
federal and state non-discrimination laws, regulations, and policies during the performance of the
Work.
Talbot Hill Reservoir Park Improvements Bid Form
Page 6 of 9
Legal Name of Person or Entity Submitting Bid: _____
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Authorized Signatory: Title:
Printed Name:
Address:
City: State: Zip Code: Date:
Telephone: Fax:
Washington Contractor's License No.: Federal Tax ID #:
E-mail address:
Washington State UBI No.: Expiration Date:
Talbot Hill Reservoir Park Improvements Bid Form
Page 7 of 9
CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTES
The undersigned Bidder hereby certifies, under the penalty of perjury, that within the three-
year period immediately preceding the Bid Submission date, the Bidder has not 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 chapters 49.46, 49.48, or 49.52 RCW.
I certify under penalty of perjury under the laws of the State of Washington that the
foregoing is true and correct.
Legal Name of Person or Entity Submitting Bid
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.
Talbot Hill Reservoir Park Improvements Bid Form – Attachment 1
Page 8 of 9
Bid Form – Attachment 1
This form must be submitted with the Bid Form
NON-COLLUSION AFFIDAVIT
The undersigned, having been duly sworn, deposes and says, that he/she is the identical person who
submitted the forgoing 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
The City of Renton (“City”) and Bidder recognize that in actual economic practice overcharges resulting
from anti-trust violations are in fact usually borne by the Bidder. Therefore, the Bidder hereby assigns
to the City any and all claims for such overcharges as to goods and materials purchased in connection
with this 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 Contract. In addition, the
Bidder warrants and represents that such of his suppliers and subcontractors shall assign any and all
such claims to the City, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
The undersigned, having been duly sworn, deposed, says and certif that in connection with the
performance of the Work of this Project, (a) 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 and (b) 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.
[SIGNATURE PAGE FOLLOWS]
Talbot Hill Reservoir Park Improvements Bid Form – Attachment 1
Page 9 of 9
FOR: NON-COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Legal Name of Person or Entity Submitting Bid
Signature of Authorized Official*
Printed Name
Title
Date City State
Subscribed and sworn to before me on this day of , 20 .
End of Bid Form
Talbot Hill Reservoir Park Improvements
Proposal Bid Bond – FORM B
BID BOND PAGE 1 OF 1
FORM B
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ________________________________
____________________of [address] ____________________________________________ as
Principal, and [Surety] __________________________________________________________________
a corporation duly organized under the laws of the State of ____________________________________ ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the
City of Renton in the sum of five (5) percent of the total amount of the Bid 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 Bid 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 Bidding Documents 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]
Talbot Hill Reservoir Park Improvements
List of Subcontractors, Part One – FORM C
Talbot Hill Reservoir Park Improvements Page 1 of 2
List of Subcontractors – FORM C October 29, 2024
CITY OF RENTON
EMAIL TO: bsevertsen@rentonwa.gov
If Bid amount exceeds $1,000,000, this list must be submitted within one (1) hour of the time and date
specified for Bid Submission.
Bidder’s Name:
Project: Talbot Hill Reservoir Park Improvements
1055 S. Grady Way
Renton, WA 98057
CAG-24-229
SUBCONTRACTOR LISTING
If the bid amount exceeds $1,000,000 or more including Washington State Sales Tax, Bidder must list the Heating,
Ventilation, and Air Conditioning (HVAC), Plumbing, and Electrical Subcontractors as required per RCW 39.30.060.
Subcontractor Name Work Category
1. HVAC
2. Plumbing
3. Electrical
[SIGNATURE PAGE FOLLOWS]
LIST OF SUBCONTRACTORS, PART ONE
Submission of HVAC, Plumbing, and Electrical Subcontractors
Talbot Hill Reservoir Park Improvements
List of Subcontractors, Part One – FORM C
Talbot Hill Reservoir Park Improvements Page 2 of 2
List of Subcontractors – FORM C October 29, 2024
Legal Name of Person or Entity Submitting Bid: _____
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Authorized Signature: Title:
Printed Name:
Address:
City: State: Zip Code: Date:
Telephone: Fax:
Washington Contractor's License No.: Federal Tax ID #:
E-mail address:
Washington State UBI No.: Expiration Date:
End of Form
Talbot Hill Reservoir Park Improvements
List of Subcontractors, Part Two – FORM D
Talbot Hill Reservoir Park Improvements Page 1 of 2
List of Subcontractors – FORM D October 29, 2024
CITY OF RENTON
EMAIL TO: bsevertsen@rentonwa.gov
If Bid amount exceeds $1,000,000, this list must be submitted within forty-eight (48) hours of the time
and date specified for Bid Submission.
Bidder’s Name:
Project: Talbot Hill Reservoir Park Improvements
1055 S. Grady Way
Renton, WA 98057
CAG-24-229
SUBCONTRACTOR LISTING
The Project is expected to cost $1,000,000 or more. Every Bidder must list the Structural Steel and Rebar
Subcontractors as required per RCW 39.30.060.
Subcontractor Name Work Category
1. Structural Steel Installer
2. Rebar Installer
If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted are described
below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of
Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the
Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.)
Describe any change to list if Alternates are accepted: ______________________________________
__________________________________________________________________________________
[SIGNATURE PAGE FOLLOWS]
LIST OF SUBCONTRACTORS, PART TWO
Submission of Structural Steel and Rebar Installers
Talbot Hill Reservoir Park Improvements
List of Subcontractors, Part Two – FORM D
Talbot Hill Reservoir Park Improvements Page 2 of 2
List of Subcontractors – FORM D October 29, 2024
Legal Name of Person or Entity Submitting Bid: _____
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Authorized Signature: Title:
Printed Name:
Address:
City: State: Zip Code: Date:
Telephone: Fax:
Washington Contractor's License No.: Federal Tax ID #:
E-mail address:
Washington State UBI No.: Expiration Date:
End of Form
Talbot Hill Reservoir Park Improvements
Contractor Qualifications/Evaluation - FORM E
(Must submit with Bid Form)
Talbot Hill Reservoir Park Improvements 1 | Page
Contractor Qualifications/Evaluation – FORM E
Contractor Name: Date Incorporated:
Mailing Address: State Incorporated:
Business Phone: Owner/President’s Name:
Contact Name and Title: Other or Former Organization Name(s)
Contact Phone: Contact Email: Reason for Name Change(s):
PERFORMANCE EXPERIENCE
• Has company been disqualified (debarred) from performing public work by State of Washington or federal government?
• Yes No
• Are there any judgments, claims, arbitration proceedings or suits pending against company or its officers? Yes No
If Yes, please describe: Judgments
• Has company ever failed to complete any work awarded to it? Yes No If Yes, please describe:
• Has company been obligated for liquidated damages within the past 5 years? Yes No
If Yes, please describe:
FINANCIAL INFORMATION
1. Average total annual value of construction work performed during the past 5 years:
2. Provide at least three trade references:
• Name/Contact
• Name/Contact
• Name/Contact 3. Provide surety company and agent name: Surety
PROJECT EXPERIENCE – Projects of Similar Scope Requiring Prevailing or Davis Bacon Wages within Past 5 Years
(3 Required)
PROJECT #1 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address:
Percent of Work Performed by
Own Forces:
Substantial Completion Date
Firm was General Contractor: Yes No If not GC, describe role:
Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No
Talbot Hill Reservoir Park Improvements
Contractor Qualifications/Evaluation - FORM E
(Must submit with Bid Form)
Talbot Hill Reservoir Park Improvements 2 | Page
Contractor Qualifications/Evaluation – FORM E
Phone: Phone:
Email: Email:
PROJECT #2 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address:
Percent of Work Performed by
Own Forces:
Substantial Completion Date
Firm was General Contractor:
Yes No
If not GC, describe role:
Owner Name: Architect Name: Project Required Prevailing or
Davis Bacon Wages?
Yes No
Phone: Phone:
Email: Email:
PROJECT #3 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address:
Percent of Work Performed by
Own Forces:
Substantial Completion Date
Firm was General Contractor:
Yes No
If not GC, describe role
Owner Name: Architect Name: Project Required Prevailing or
Davis Bacon Wages?
Yes No
Phone: Phone:
Email: Email:
Talbot Hill Reservoir Park Improvements
Qualifications of Project Key Personnel – FORM F
(Must submit within 48 hours following Bid Submittal)
Email to: bsevertsen@rentonwa.gov
Talbot Hill Reservoir Park Improvements
Qualifications of Project Key Personnel – FORM F Page 1 of 2
PROJECT MANAGER
Name:
Current Position with Company:
Years’ Experience
Total
With Current Firm
Firm Name and Location (City and State):
Training/Education/Specialization:
Years of Experience in the Proposed Role:
RELEVANT PROJECT 1 of 3 (Minimum)
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 2 of 3 (Minimum)
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 3 of 3 (Minimum)
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm Name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
Talbot Hill Reservoir Park Improvements
Qualifications of Project Key Personnel – FORM F
(Must submit within 48 hours following Bid Submittal)
Email to: bsevertsen@rentonwa.gov
Talbot Hill Reservoir Park Improvements
Qualifications of Project Key Personnel – FORM F Page 2 of 2
SUPERINTENDENT
Name:
Current Position with Company:
Years’ Experience
Total
With Current Firm
Firm Name and Location (City and State):
Training/Education/Specialization:
Years of Experience in the Proposed Role:
RELEVANT PROJECT 1 of 3
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 2 of 3
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 3 of 3
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm Name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
End of Form
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Contract Bond – FORM G
Talbot Hill Reservoir Park Improvements Page 1 of 2 Contract Bond to the CITY of Renton
03/08/2022 F clb
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________
of [address]________________________________________________ as PRINCIPAL , and
(SURETY)_________________________________________ a corporation organized and existing under
the laws of the State of ________________________ as a SURETY corporation, and qualified under the
laws of the State of Washington to become SURETY upon bonds of contractors with municipal
corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton
(CITY/OWNER) in the sum of________________________________________________ US Dollars
($________________________) Total Contract Amount, for the payment of which sum on demand we
bind ourselves and our heirs, successors, assigns, executors, administrators and personal
representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of
Washington and the ordinances of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 20______.
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-24-229 providing for construction of the Talbot Hill
Reservoir Park Improvements; the PRINCIPAL has accepted, or is about to accept, the Contract, and
undertake to perform the Work therein provided for in the manner and within the time set forth.
• The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and
assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such
payments for labor, equipment, and materials by satisfying all claims and demands incurred under
the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in
making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from
the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors material persons, and all persons who shall supply such
contractor or subcontractors with provisions and supplies for the carrying on of such work; and,
against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs,
executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower
tier subcontractors of the PRINCIPAL) to faithfully perform the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond.
SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work to be performed thereunder and agrees that
modifications and changes to the terms and conditions of the Contract that increase the total amount
to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract
Bond and notice to SURETY is not required for such increased obligation.
• This Contract Bond shall be governed and construed by the laws of the State of Washington, and
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Contract Bond – FORM G
Talbot Hill Reservoir Park Improvements Page 2 of 2 Contract Bond to the CITY of Renton
03/08/2022 F clb
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
• Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the
manner and within the time specified as may be extended under the Contract;
• Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the
sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material
suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on
of such work under the Contract;
• Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and
51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82
RCW or any other law;
• Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized
representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’
duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed
and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETY Company:
Telephone:
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 10 00 – Summary of Work
Contract No. CAG-24-229 01 10 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 GENERAL
1.1 SECTION INCLUDES
A. This Section includes the following:
1. Work covered by the Contract Documents.
2. Type of contract.
3. Permits and fees.
4. Work sequence
5. Owner's occupancy requirements.
6. Contractor use of site and premises.
7. Work restrictions.
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 PROJECT
A. Project Name: Talbot Hill Reservoir Park Improvements
1. Owner's Name: City of Renton
2. Architect’s Name: Hough Beck & Baird Inc., LLC.
3. The Project consists of the following:
a. Construction of park improvements and related site work including earthwork, picnic
shelter, pathways, sports court improvements, parking lot improvements, site
furnishings and landscape planting for the construction of Talbot Hill Reservoir Park
Improvements for the City of Renton, Washington, all as shown and described on
the Contract Documents prepared by Hough Beck & Baird Inc., LLC., dated,
October 3, 2024.
1.4 CONTRACT DESCRIPTION
A. Contract Type: Single General Construction Contract based on unit prices as described in
Division 00 11 13 – Advertisement for Bids.
1.5 PERMITS AND FEES
A. The Owner will obtain and pay for the following permits prior to a Notice to Proceed. Permits
obtained: City of Renton Land Use Permit and Critical Areas Exemption. The Contractor
shall follow all Provisions noted on the Approvals and Permits. Copies of the Approvals and
Permits are available from the Owner.
B. Contractor shall obtain and pay for all Plumbing, Traffic Control Plan, Environmental
Stormwater Discharge, and other regulatory permits as required.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 10 00 – Summary of Work
Contract No. CAG-24-229 01 10 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
C. Contractor shall obtain but City will pay Building Permit fees issued by the City of Renton.
Contractor shall pay for all supplier engineering documents (signed/stamped plans and
calculations) required for the Building Permit application.
1.6 WORK SEQUENCE
A. The work will be a single project with Notice to Proceed and Substantial Completion dates.
1. Work period from Notice to Proceed to Substantial Completion.
2. Anticipated Notice to Proceed: January 6, 2025.
3. Substantial Completion Date: May 23, 2025.
B. The Contractor shall schedule and supervise the work to accomplish completion within the
contract time.
1.07 OWNER OCCUPANCY
A. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. Maintain
access to existing utility infrastructure, walkways, corridors, and other adjacent facilities. Do
not close or obstruct roads, sidewalks, or driveways without written permission from Owner
and authorities having jurisdiction.
1.08 CONTRACTOR USE OF SITE AND PREMISES
A. Construction Operations: Limited to areas noted on Drawings.
B. Arrange use of site and premises to allow:
1. Work by Others.
2. Work by Owner including daily management of drinking water utility infrastructure.
C. Provide access to and from site as required by law.
1. Do not obstruct roadways, sidewalks, or other public ways without permit.
WORK RESTRICTIONS
A. Hours of Operation: Per City of Renton Municipal Code 4-4-030 C.: Commercial, multi-
family, new single family and other nonresidential construction activities shall be restricted to
the hours between seven o’clock (7:00) a.m. and eight o’clock (8:00) p.m., Monday through
Friday. Haul hours shall be restricted to the hours between eight-thirty (8:30) a.m. and three-
thirty (3:30) p.m., Monday through Friday, and work on Saturdays shall be restricted to the
hours between nine o’clock (9:00) and seven o’clock (7:00), unless otherwise approved in
advance by the Owner, in conjunction with the Parks and Recreation Division.
B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or
others unless permitted under the following conditions and then only after arranging to
provide temporary utility services according to requirements indicated.
1. Provide Owner not less than 72 hours’ notice in advance of proposed utility
interruptions.
2. Do not proceed with utility interruptions without Owner's written permission.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 00 10 00 – Summary of Work
Contract No. CAG-24-229 01 10 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
C. Contractor will coordinate construction activities, including all deliveries and equipment
movement with Parks Maintenance Staff, and others as required before commencing
activities in the construction area. Contractor will notify Owner of any planned construction
activities in the areas of the parking lots, roadways, or other areas of the park ten (10)
calendar days before scheduled activities.
D. Other Restriction per Section 01 50 00 Temporary Facilities and Controls.
PART 2 PRODUCTS – NOT USED
PART 3 EXECUTION – NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 11 30 – Hazardous Materials
Contract No. CAG-24-229 01 11 30 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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.
1.4 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)
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 12 00 – Delegated Design
Contract No. CAG-24-229 01 12 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Requirements in this section apply to delegated design ("design-build") building systems
and fabricated assemblies identified in individual specification sections.
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 SUMMARY
A. Section Includes: Requirements in this section apply to delegated design ("design-build")
building systems and fabricated assemblies identified in individual specification sections:
1. Picnic Shelter
2. Pedestrian Bridge
3. Custom Bollards
INTENT
A. Design requiring structural analysis of load bearing components and connections. Design
requiring compliance with life or health safety regulation.
B. Performance and Design Criteria: Provide products and systems complying with specific
performance and design criteria indicated where professional design services or
certifications by a design professional are specifically required of Contractor by Contract
Documents.
C. If criteria indicated are not sufficient to perform services or certification required, submit a
written request for additional information to the Owner.
D. Delegated design will be required for elements designed by a specialty professional, which
may include:
1. Elements that require specialized fabrication equipment or a proprietary fabrication
process not usually available at job site
2. Elements normally fabricated off-site
3. Elements requiring engineering, not normally a part of scope of services performed by
architectural; structural; mechanical; electrical; or other disciplines of Engineer.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 12 00 – Delegated Design
Contract No. CAG-24-229 01 12 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
1.04 STATUS OF BID DOCUMENT
B. Contract Drawings are diagrammatic and do not purport to identify nor solve problems of
thermal or structural movement, anchorage or moisture resistance of any manufactured
assemblies.
C. Requirements shown by details are intended to establish basic dimension of unit, sight
lines and profiles of members.
D. Coordinate shop drawings and installation to resolve conflicts.
E. Allow for installation tolerances, expansion and contraction of adjacent materials, and
design.
F. Assemblies shall be free from rattles, and noise due to thermal and structural movement
and wind pressure.
G. Attachment considerations are to take into account site peculiarities and expansion and
contraction movements so there is no possibility of loosening, weakening, or fracturing
connection between units and building structure or between units themselves.
PART 2 PRODUCTS – NOT USED
PART 3 EXECUTION – NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 14 00 – Work Restrictions
Contract No. CAG-24-229 01 14 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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, building entryways, 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.
a. Schedule deliveries to minimize use of roadways and to minimize space and time
requirements for storage of materials and equipment on-site.
b. 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:
a. Saturday: 9 a.m. to 8 p.m.
b. Sunday and Holidays (City of Renton official recognized): No work permitted.
1.3 NOISE CONTROL
A. Meet all requirements of WAC 173-60-040. Maintain the level of construction noise inside
adjacent buildings from exceeding a dB(A) 60 curve (with windows closed).
B. Meet all requirements of the City of Renton Municipal Code.
C. Outdoor Vehicle and Internal Combustion Engine Noise: 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.
D. Air Compressors: Equip air compressors with silencing packages. Electric-driven compressors
are preferred.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 GENERAL
1.1 SECTION INCLUDES
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 for all requirements pertaining to retainage.
C. Payment items for the work of this Contract are listed in the Bid Schedule, Section 00 80 00 of
these Specifications. All costs for items of work, which are not specifically mentioned to be
included in a particular payment item, shall be included in the listed lump sum/unit price item
most closely associated with the work involved. The lump sum/unit price and payment made for
each item listed shall constitute full compensation for furnishing all labor, materials, and
equipment, for performing the work. Any associated costs for Contractor quality control,
environmental protection, safety requirements, and reporting for which separate payment is not
otherwise provided shall be considered incidental to the project and shall be included in a
related Bid item as appropriate.
1.02 MEASUREMENT AND PAYMENT PROCEDURES
A. Measurement and payment descriptions for each item listed in the Schedule of Bid items are set
forth in this Section and throughout these Specifications.
B. The method of measurement and computations to be used in determination of quantities of
material furnished or of work performed under the Contract will be those methods generally
recognized as conforming to good engineering practice and will be carried to the proper
significant figures or fractions of units for each item to conform to the usual practice of the City.
C. Items of work for which payment is made by a “lump sum” will be measured as a complete unit.
Partial payment, if made, will be made according to the completed percentage of the various
components of the lump sum item detailed in a Schedule of Values.
D. Measurement of Quantities
1. Unless otherwise specified, measurements will be made horizontally or vertically.
2. Structures will be measured according to neat lines indicated on the Plans or as altered
by the Engineer to fit field conditions.
3. For any item that is measured by the linear foot, the measurement shall be made
parallel to the base or foundation upon which such structures are placed, unless
otherwise noted on the Plans or specified.
4. When a complete structure or structural unit or piece of equipment is specified as the
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
unit of measurement, the unit will be construed to include all fittings and accessories
necessary for full unit operation.
5. Measurements by weight shall be done on certified platform scales or, when reviewed
and accepted by the Engineer, on a completely automated weighing and recording
system. The Contractor shall furnish the Engineer with duplicate licensed
weighmaster’s certificates showing actual net weights. The City will accept the
certificates from certified landfills as evidence of weights delivered.
6. No measurement will be made for work performed or materials placed outside of lines
indicated on the Plans or established by the Engineer; materials wasted, used, or
disposed of in a manner not called for under the Contract; material rejected after it has
been placed, by reason of the failure of the Contractor to conform to the provisions of
the Contract; hauling and disposing of rejected materials; material remaining on hand
after completion of the work; or other work or material payment for which is contrary to
the provisions of the Contract.
E. For any and all work not specifically described in the separate Bid items listed in the Bid
Schedule, the Contractor shall include the cost of said work in the prices bid for which such
work is appurtenant thereto and no additional payment will be allowed therefor.
1.3 PAYMENT SCHEDULE
A. Scope:
1. Payment for the various items of the bid sheets, as further specified herein, shall
include all compensation to be received by the Contractor for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of Work being described, as necessary to complete
the various items of the Work all in accordance with the requirements of the Contract
Documents, including all appurtenances thereto, and including all costs of compliance
with the regulations of public agencies having jurisdiction, including Safety and Health
Administration of the U.S. Department of Labor (OSHA). No separate payment will be
made for any item that is not specifically set forth in the Bid Schedules, and all costs
therefore shall be included in the prices named in the Bid Schedules for the various
appurtenant items of Work.
2. The Owner shall not pay for material quantities, which exceed the actual measured
amount used and approved by the Engineer.
3. It is the intention of these Specifications that the performance of all Work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
4. Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
B. Bid Items:
1. BID ITEM NO. A-1: MOBILIZATION AND DEMOBILIZATION (NOT TO EXCEED 8%
OF TOTAL BASE BID)
a. This Bid item shall include all costs associated with preparatory work and
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
operations performed by the Contractor including, but not limited to, those
necessary for the movement of its personnel, equipment, supplies and
incidentals to the project site; temporary fencing, field office and chemical
toilets, permits, schedules, utility coordination and submittals, bonds and
insurance, and costs for performing any administrative element of work not
included in other Bid items. At the completion of work, this Bid item shall
include removing all equipment, materials, and facilities that were necessary to
do the work as well as overall site cleanup and all project closeout procedures.
The total cost provided by Contractor for this bid item shall not exceed 8% of
the total base bid amount.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
2. BID ITEM NO. A-2: EROSION & SEDIMENT CONTROL
a. This Bid item encompasses all labor, materials, equipment, and incidentals
required for the implementation of erosion and sediment control measures,
including installation and maintenance of inlet protection, silt fencing, concrete
washout, stabilized construction entrance, exposed soil stabilization, CSWPP
supervision, and other best management practices (BMPs) necessary to
prevent soil erosion and water pollution during construction. This Bid item also
encompasses the maintenance of BMP measures and their removal at the
completion of the project.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
3. BID ITEM NO. A-3: DEMOLITION & SALVAGE
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the demolition and salvage of existing site elements as indicated
in the project plans. The work includes removal, transportation, and recycling or
disposal of debris generated from demolition activities in accordance with local
regulations. The work includes measures to protect existing facilities including
Utility locates and surveying, covers/barriers, and other protective measures.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
4. BID ITEM NO. A-4: CLEAR & GRUB
a. This Bid item consists of all materials, labor, and equipment necessary to clear
the site of all vegetation, debris, and root systems as required for site
preparation. This includes the disposal of removed materials in accordance
with local regulations.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
5. BID ITEM NO. A-5: EARTHWORK & SUBGRADE PREPARATION
a. This Bid item includes all excavation, grading, and subgrade preparation
necessary to achieve the required site elevations and specifications. It involves
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
site leveling, compaction, and stabilization as necessary for subsequent work.
The work includes trench excavation safety provisions.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
6. BID ITEM NO. A-6: STRUCTURAL FILL
a. This Bid item encompasses all labor, materials, equipment, and incidentals
required for the installation of structural fill. This includes the sourcing,
placement, and compaction of structural fill material as specified in the project
plans.
b. Measurement and payment for this Bid item will be based on the tonnage of
structural fill installed and will be paid at the unit price of ton as named in the
Bid Schedule.
7. BID ITEM NO. A-7: ADA PARKING STALL SIGN W/ FOOTING
a. This Bid item includes the provision and installation of an ADA-compliant
parking stall sign, including the necessary footing and anchoring materials as
specified in the project plans.
b. Payment for this Bid item will be made at the unit price named in the Bid
Schedule for each sign installed.
8. BID ITEM NO. A-8: CRUSHED SURFACING TOP COURSE
a. This Bid item consists of all labor, materials, equipment, and incidentals
needed to install crushed surfacing top course material as specified in the
project plans. This includes grading and compacting the top course material.
b. Measurement and payment for this Bid item will be based on the tonnage of
crushed surfacing top course installed and will be paid at the unit price of ton as
named in the Bid Schedule.
9. BID ITEM NO. A-9: HMA CL. 3/8 IN. PG58H-22
a. This Bid item includes all labor, materials, equipment, and incidental work
necessary for the installation of Hot Mix Asphalt (HMA) Class 3/8 inch, PG58H-
22 as specified in the project plans. This encompasses surface preparation,
compaction, and finishing.
b. Measurement and payment for this Bid item will be based on the tonnage of
HMA installed and will be paid at the unit price of ton as named in the Bid
Schedule.
10. BID ITEM NO. A-10: ASPHALT PARKING LOT CRACK REPAIR
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the repair of cracks in the asphalt parking lot as specified in the
project plans. This includes preparation, filling, and sealing of all identified
cracks.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 5
Talbot Hill Reservoir Park Improvements October 29, 2024
11. BID ITEM NO. A-11: ASPHALT PARKING LOT SEALANT
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the application of sealant to the asphalt parking lot, as per the
specifications provided. This includes surface preparation and application of
sealant to the entire lot.
b. Measurement and payment for this Bid item will be based on the square
footage of asphalt sealant applied and will be paid at the unit price per square
foot as named in the Bid Schedule.
12. BID ITEM NO. A-12: CEMENT CONCRETE PAVEMENT W/ REINFORCING
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of cement concrete pavement with reinforcing as
specified in the project plans. This encompasses subgrade preparation,
placement, finishing, and curing of the concrete.
b. Measurement and payment for this Bid item will be based on the cubic yard of
cement concrete pavement installed and will be paid at the unit price per cubic
yard as named in the Bid Schedule.
13. BID ITEM NO. A-13: RESERVOIR CONCRETE LID: DIAMOND GRIND & DRAINAGE
JOINT RETROFIT
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for diamond grinding of the reservoir concrete lid and retrofitting
drainage joints as specified in the project plans. This work includes surface
preparation and application of any required treatments.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
14. BID ITEM NO. A-14: EXTRUDED CEMENT CONCRETE CURB
a. This Bid item consists of all labor, materials, equipment, and incidentals
necessary for the installation of extruded cement concrete curb as per the
specifications provided. This includes site preparation, forming, pouring, and
finishing of the curb.
b. Measurement and payment for this Bid item will be based on the linear footage
of curb installed and will be paid at the unit price per linear foot as named in the
Bid Schedule.
15. BID ITEM NO. A-15: ASPHALT PAVEMENT MARKINGS & STRIPING
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of asphalt pavement markings and striping as
specified in the project plans. This includes layout, application, and curing of all
markings.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
16. BID ITEM NO. A-16: SPORT COURT SURFACING, LEVELING, CRACK REPAIR, &
STRIPING
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 6
Talbot Hill Reservoir Park Improvements October 29, 2024
a. This Bid item consists of all labor, materials, equipment, and incidentals
necessary for the surfacing, leveling, crack repair, and striping of the sport
court as specified in the project plans. This includes surface preparation and
application of all materials.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
17. BID ITEM NO. A-17: REPLACE WOOD (STUDS & PANELS) & REPAINT PRACTICE
WALL
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary to replace the wood studs and panels and repaint the practice wall
as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
18. BID ITEM NO. A-18: FABRIC SHADE STRUCTURE INCLUDING ENGINEERING
PLANS/CALCULATIONS FOR BUILDING PERMIT
a. This Bid item encompasses all labor, materials, equipment, and engineering
services necessary for the design and installation of the fabric shade structure,
including all required documentation for building permits as per the project
specifications.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
19. BID ITEM NO. A-19: FABRIC SHADE STRUCTURE FOUR FOOTINGS,
ATTACHMENTS, & REINFORCING
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of four footings, attachments, and reinforcing for
the fabric shade structure as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
20. BID ITEM NO. A-20: BICYCLE RACK W/ ATTACHMENTS
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the provision and installation of a bicycle rack with all required
attachments as specified in the project plans.
b. Payment for this Bid item will be made at the unit price named in the Bid
Schedule for each bicycle rack installed.
21. BID ITEM NO. A-21: TWO REMOVABLE BOLLARDS W/ FOUR RECEIVERS
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the shop drawing submittal, fabrication, and installation of two
removable bollards and the four receivers as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 7
Talbot Hill Reservoir Park Improvements October 29, 2024
22. BID ITEM NO. A-22: CHAIN LINK FENCE W/ SLEEVED POSTS, GATES, &
WINDSCREEN
a. This Bid item includes all labor, materials, equipment, and incidentals necessary
for the installation of a chain link fence with sleeved posts, gates, and
windscreen as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
23. BID ITEM NO. A-23: DRINKING FOUNTAIN & UTILITIES (WATER & SANITARY
SEWER)
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of drinking fountain water and sanitary sewer
utilities as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
24. BID ITEM NO. A-24: DRINKING FOUNTAIN
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of a drinking fountain as specified in the project
plans.
b. Payment for this Bid item will be made at the unit price named in the Bid
Schedule for each drinking fountain installed.
25. BID ITEM NO. A-25: TRASH RECEPTACLE
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the provision and installation of a trash receptacle as specified in
the project plans.
b. Payment for this Bid item will be made at the unit price named in the Bid
Schedule for each trash receptacle installed.
26. BID ITEM NO. A-26: SIX MOVEABLE PICKLEBALL NETS & NINE PICKLEBALL
PADDLE RACKS
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the provision and installation of six moveable pickleball nets and
nine paddle racks as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
27. BID ITEM NO. A-27: PLANTING (SOD, SOIL, MULCH, WATERING)
a. This Bid item consists of all labor, materials, equipment, and incidentals
necessary for planting, including the provision of sod, soil, mulch, and watering
as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
28. BID ITEM NO. A-28: 12” DEPTH ROOT BARRIER
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 8
Talbot Hill Reservoir Park Improvements October 29, 2024
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of a 12-inch depth root barrier as specified in the
project plans.
b. Measurement and payment for this Bid item will be based on the linear footage
of root barrier installed and will be paid at the unit price per linear foot as
named in the Bid Schedule.
29. BID ITEM NO. A-29: BOULDERS INSTALLATION
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of boulders as specified in the project plans. This
encompasses site preparation, placement, and stabilization of boulders.
b. Payment for this Bid item will be made at the unit price named in the Bid
Schedule for each boulder installed.
30. BID ITEM NO. A-30: BENCH W/ BACK, WOOD BEAM, & CHAIN W/ PAD LOCK
a. This Bid item consists of all labor, materials, equipment, and incidentals
necessary for the installation of benches with backs, wood beams, and chains
with padlocks as specified in the project plans.
b. Payment for this Bid item will be made at the unit price named in the Bid
Schedule for each bench installed.
31. BID ITEM NO. A-31: DIVIDER NET STRUCTURE, NETS, & FOOTINGS
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the installation of a divider net structure, including nets and
footings as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
32. BID ITEM NO. A-32: PEDESTRIAN BRIDGE – SHOP FABRICATED ALUMINUM
STRUCTURE INCLUDING ENGINEERING PLANS/CALCULATIONS FOR BUILDING
PERMIT
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the design, fabrication, and installation of the aluminum
pedestrian bridge, including the engineering plans and calculations required for
the building permit.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
33. BID ITEM NO. A-33: PEDESTRIAN BRIDGE – FOUR CONCRETE FOOTINGS, ONE
HEADWALL, & TWO WINGWALLS, W/ ATTACHMENTS & REINFORCING
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary for the construction of four concrete footings, one headwall, and two
wingwalls for the pedestrian bridge, including necessary attachments and
reinforcing as specified in the project plans.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 9
Talbot Hill Reservoir Park Improvements October 29, 2024
34. BID ITEM NO. A-34: PLUMBING, TRAFFIC CONTROL PLAN, CONSTRUCTION
STORMWATER GENERAL PERMIT, AND OTHER REGULATORY PERMITS AS
REQUIRED
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary to secure all required permits and to complete all necessary
plumbing work, the development of a traffic control plan and compliance with
environmental regulations related to stormwater discharge.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
35. BID ITEM NO. A-35: ADDITIONAL WORK FOR MINOR CHANGES
a. This Bid item includes all labor, materials, equipment, and incidentals
necessary to perform additional work for minor changes that may occur during
the course of the project, as agreed upon by the Contractor and the Owner.
b. Payment for this Bid item will be made at the lump sum price named in the Bid
Schedule.
1.3 SCHEDULE OF VALUES
A. 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.
B. The Schedule of Values shall consist of a detailed breakdown of the Bid items. A separate
schedule shall be prepared for each Bid item. Each schedule shall include:
1. All the quantities for each of the various kinds of work as indicated on the Plans and
Specifications.
2. A developed unit price for each kind of work. The unit prices developed for each kind of
work shall be the same for all similar elements of the work, unless the Contractor can
demonstrate to the Engineer’s sole satisfaction that the same kind of work is more
costly in one element than another.
3. An extended price for each kind of work equal to the quantity times the developed unit
price.
4. The Schedule of Values shall have a subtotal of the extended prices prepared for each
element of the work.
C. For each Schedule of Values, the sum of all extended prices shall equal the lump sum contract
price for that Bid item. All work indicated on the Plans and Specifications shall be included in the
lump sum contract price for the Bid item. An unbalanced breakdown will not be acceptable.
D. The Engineer will review and approve the Schedule of Values. Unbalancing of the Schedule of
Values to favor one item of work over another shall be cause for rejection. If the Engineer
indicates that changes to the schedules are required, the Contractor shall review and resubmit
the schedules.
E. The Contractor shall be solely responsible for ensuring that each Schedule of Values is a
correct and true representation of the work at all times. Any corrections required by the
Engineer shall be promptly made by the Contractor regardless of when and by whom these
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 10
Talbot Hill Reservoir Park Improvements October 29, 2024
corrections were discovered. The corrected values shall be used to determine future payments
and to adjust previous payments. In no case shall the sum of all payments determined using the
Schedule of Values exceed the lump sum contract price for the Bid item. F. Revise schedule to
list approved Change Order Proposals (COP), 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.
c. Contractor's written instructions should be addressed to the Owner with a copy to the
Architect.
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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 11
Talbot Hill Reservoir Park Improvements October 29, 2024
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:
(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 investment 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. Application for Payment Form: As provided by the Owner
F. Execute certification by signature of authorized officer.
G. Use data from approved Schedule of Values. Provide dollar value in each 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 12
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
6. Copies of Certified Payroll from Contractor and all sub-contractors.
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 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 5 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-24-229 01 20 00 - 13
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
2. 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 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.
1.6 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 21 00 – Prevailing Wage Rates
Contract No. CAG-24-229 01 21 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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://lni.wa.gov/licensing-
permits/public-works-projects/prevailing-wage-rates/.
1. Contractor must include these provisions in all subcontracts for work performed under this
Contract.
B. Based in the bid submittal deadline for this project, the applicable effective date for prevailing
wages for this project is November 21, 2024. 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Progress 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.
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 progress meeting intervals, as approved by Owner
and Architect.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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’s consultants
directly, unless directed otherwise. Contractor's subcontractors will not directly contact
the Owner, Architect, or Architect’s sub consultants.
2. Owner will issue all instructions, whether verbal or written. No other instructions will be
recognized. Owner to coordinate all decisions and communications with the Architect.
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.
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 deny any RFI whose resolution is already contained within
the Contract Documents.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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. Architect 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. Project Personnel
b. Communications
c. Scheduling/Coordination
d. Job Site Management including Safety, Security, Staging, Parking, Neighborhood,
Cleanliness
e. Utility Coordination
f. Design Intent
g. Permits
h. Inspections/Quality Control
i. Job Site Record Keeping
j. Procedures for Submittals, RFIs, Field Authorizations, Changes, Pay Applications
k. Completion - Substantial, Warranties, Final Acceptance, Closeout
4. Owner will record minutes and provide copies to Architect and Contractor for their
distribution to all parties affected by decisions or actions resulting from the meeting.
B. Progress Meetings
1. Attend progress meetings at approved intervals or as required by the Owner and
Architect. Coordinate meeting schedule with preparation of applications for payment.
2. Owner will prepare agenda and preside at meetings.
3. Attendance Required:
a. Owner.
b. Architect 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Architect and Contractor for their
distribution to all parties affected by decisions or actions resulting from the meeting.
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: Owner 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.
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 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 5
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
F. Qualification Data: Written information demonstrating the capabilities and experience of a
firm or person.
G. 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.
H. Test Reports: Reports written by a qualified testing agency, indicating and interpreting test
results of materials or products for compliance with requirements.
I. Inspection Reports: Reports written by a qualified inspection agency, indicating and
interpreting inspection results of materials, products, or assemblies for compliance with
requirements.
J. 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.
K. Manufacturer's Field Reports: Written information documenting factory-authorized service
representative's tests and inspections.
L. Project Record Documents, Operation & Maintenance Data, and Warranties and Bonds:
Combination of submittal types, submitted at project closeout. See Section 01 78 00.
N. Material Safety Data Sheets: Submit directly to Owner.
O. 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 6
Talbot Hill Reservoir Park Improvements October 29, 2024
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 may 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 and one physical
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-24-229 01 30 00 - 7
Talbot Hill Reservoir Park Improvements October 29, 2024
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 at Progress Meetings.
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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 32 16 – Construction Schedule
Contract No. CAG-24-229 01 32 16 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Division 1 Specification sections,
apply to this Section.
B. Section 01 10 00 - Summary: For work sequence, Owner occupancy, and Owner-furnished
items.
C. Section 01 20 00 - Payment Procedures: For schedule of values.
D. Section 01 30 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. 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.
2. List submittals, materials 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.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 32 16 – Construction Schedule
Contract No. CAG-24-229 01 32 16 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
D. Indicate procurement activities for long-lead and major items, including submittal, approval,
and fabrication activities. See Section 01 30 00 for submittal review durations.
E. Coordinate content with schedule of values specified in Section 01 20 00.
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 workday of each week.
3.3 REVIEW AND EVALUATION OF SCHEDULE
A. Participate in joint review and evaluation of schedule with Owner and Architect 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.
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, Architect and to the Owner.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in
schedules.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 42 00 - Definitions.
1.3 REFERENCE STANDARDS
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 product incorporated into the Work
comply with requirements. Services do not include Contract enforcement activities performed
by Architect.
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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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:
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
1.7 QUALITY CONTROL
A. Owner will employ and pay for services of an independent Quality Control Testing Agency to
perform construction materials testing and inspections services. Contractor shall schedule
Testing Agency for inspections.
B. This independent testing shall include inspection, observation, and/or testing of the following:
1. Subgrade Preparation for Pedestrian Bridge Footings and Abutment Wall, Picnic Shelter
Column Footings, and Divider Net Post Foundation.
2. Steel Reinforcement for Pedestrian Bridge Footings and Abutment Wall, Picnic Shelter
Column Footings, and Divider Net Post.
3. Concrete for Pedestrian Bridge Footings and Abutment Wall, Picnic Shelter Column
Footings, Divider Net Post and Extruded Curb.
4. Subgrade Preparation for Asphalt Parking Lot
4. Asphalt for Parking Lot and Pedestrian Pathway.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
1.8 SUBSTITUTIONS
A. The Owner and Architect will consider requests for Substitutions up to 10 days prior to bid
opening date. Approved Substitutions will be listed on Addenda.
B. Substitutions may be considered after bid opening only when a Product becomes unavailable
through no fault of the Contractor.
C. Document each request with complete data substantiating compliance of proposed
Substitution with Contract Documents.
D. A request constitutes a representation that the Bidder/Contractor:
1. Has investigated proposed substitution Product and determined that it meets or
exceeds the quality level of the specified Product.
2. Will provide the same warranty for the substitution as for the specified Product.
3. Will coordinate installation and make changes to other work that may be required for
the Work to be complete with no additional cost to Owner.
4. Waives claims for additional costs or time extension that may subsequently become
apparent.
5. Will reimburse Owner for review or redesign services associated with re-approval by
authorities.
E. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals.
F. Substitution Submittal Procedure:
1. All substitution requests shall be accompanied with the Substitution Request Form,
completely filled out. Substitution Request Forms are found in the Specifications in
Section 01 40 10.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 5
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 6
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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, Architect 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-24-229 01 40 00 - 7
Talbot Hill Reservoir Park Improvements October 29, 2024
3. Schedule tests and inspections with Testing Agency. Notify Owner, 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 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 10 – Product Substitution Request
Contract No. CAG-24-229 01 40 10 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
TO: CITY OF RENTON Parks Planning & Natural Resources
Betsy Severtsen, Capital Projects Coordinator
Email to: bsevertsen@rentonwa.gov
PROJECT NAME:
CONTRACTOR:
We hereby submit for consideration the following product instead of specified item for above project:
Section Paragraph Specified Item
Proposed Substitution:
Attach complete dimensional information and technical data, including laboratory tests, if applicable.
Include complete information on changes to Drawings and/or Specifications, which proposed substitution will
require for its proper installation.
Submit with request all necessary samples and substantiating data to prove equal quality, performance, and
appearance to that which is specified. Clearly mark manufacturer's literature to indicate equality performance.
Differences in quality of materials and construction shall be indicated.
Fill in blanks below:
A. Reason for substitution request:
B. Does the substitution affect dimensions shown on Drawings:
Yes_____ No _____ If yes, clearly indicate changes.
C. Will the undersigned pay for changes to the design, including engineering and detailing costs
caused by the request substitution:
Yes _____ No _____Comment:
______________________________________________________________________________
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 10 – Product Substitution Request
Contract No. CAG-24-229 01 40 10 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
______________________________________________________________________________
______________________________________________________________________________
D. What effect does this substitution have on other trades, other Contracts, and Contract completion
date:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
E. What effect does this substitution have on applicable code requirements:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
F. Differences between proposed substitution and specified item:
G. Manufacturer's guarantee of the proposed and specified items are:
Same _____ Different _______ (explain): ____________________________________
______________________________________________________________________________
H. List of names and addresses of three similar projects on which product was used, date of
installation, and Architect's name and address:
I. Cost and supplier of specified product:
J. Cost and supplier of proposed substitution product:
The undersigned attests function and quality equivalent or superior to specified items.
CERTIFICATION OF EQUAL PERFORMANCE :
AND ASSUMPTION OF LIABILITY FOR
EQUAL PERFORMANCE.
Submitted By:
Signature Title
Firm
Address
______________________________________
Telephone
______________________________________
Date
Signature must be by person having authority to legally bind the firm to the above term.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 40 10 – Product Substitution Request
Contract No. CAG-24-229 01 40 10 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
ARCHITECT’S RECOMMENDATION:
Accepted:
Accepted as Noted:
Not Accepted:
Received Too Late:
By:
Date:
Remarks:
Concurrence by Architect: _________________________________________
OWNER’S ACCEPTANCE:
Accepted:
Accepted as Noted:
Not Accepted:
Received Too Late:
By:
Date:
Remarks:
Concurrence by Owner: _________________________________________
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 42 00 – Definitions
Contract No. CAG-24-229 01 42 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Master Format and City of Renton standards
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.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 42 00 – Definitions
Contract No. CAG-24-229 01 42 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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 72 00,
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", 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 42 00 – Definitions
Contract No. CAG-24-229 01 42 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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 tests.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-24-229 01 50 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Temporary utilities.
B. Temporary telecommunications 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, 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.
1.5 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities for use during construction 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-24-229 01 50 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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 each construction site; equip with vehicular and
pedestrian gates with locks. Install fencing around entire Park site when under construction.
C. Existing site fence and vehicular gate may be utilized. Coordinate locks with City staff to ensure
access for daily utility management.
1.8 CONSTRUCTION AIDS
A. Provide, operate, and maintain a complete plan for fabricating, handling, conveying, installing,
and erecting all Work required under the Contract. Maintain materials and equipment in safe
and efficient operating condition. Contractor shall be responsible for damages due to defective
materials 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. Traffic Control Plan: Contractor will prepare, obtain and maintain a Traffic Control Plan approval
and permit from the City of Renton for all work associated with Talbot Road South and work for
the park project.
F. Delivery and Storage: Conduct operations in such a manner as to avoid 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-24-229 01 50 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
1.13 EQUIPMENT
A. Fire Extinguishers: Portable, UL-rated, with extinguishing agent as required by locations and
classes of fire exposure.
1.14 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, materials, 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 specify condition.
1.15 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:
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 work. Obtain required
certifications and permits.
1.16 PROJECT CONDITIONS
A. Conditions of Use:
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-24-229 01 50 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
1.17 SUBMITTALS
A. Temporary Facilities Site Plan: Show temporary facilities, utility connections, staging areas and
parking areas for construction personnel.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 00 - 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 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Closeout Submittals.
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
A. See Section 01 10 00 Summary of Work 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 Applicable)
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
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 benchmarks 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.
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. Saw cut existing work smooth to avoid damage to existing work to remain.
3. Fit products together to integrate with other work.
4. Provide openings for penetration of mechanical, electrical, and other services.
5. Match work that has been cut to adjacent work.
6. Repair areas adjacent to cuts to required condition.
7. Repair new work damaged by subsequent work.
8. Remove samples of installed work for testing when requested.
9. 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 5
Talbot Hill Reservoir Park Improvements October 29, 2024
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, saw cutting, 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 airtight 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 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 6
Talbot Hill Reservoir Park Improvements October 29, 2024
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, 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 7
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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. Participate in commissioning in accordance with individual specification section
requirements.
8. Submit test/adjust/balance records.
9. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
10. Submit changeover information related to Owner's occupancy, use, operation, and
maintenance.
11. Complete final cleaning requirements.
12. 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 and 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/Architect’s Substantial
Completion Punch List. The Owner’s/Architect’s Substantial Completion Punch List will
subsequently be provided to the Contractor for resolution. Owner/Architect 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/ Architect’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 must be complete.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 8
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Quality Assurance Manager (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 technical specifications.
7. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems.
8. 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,
Architect will either proceed with inspection or notify Contractor of unfulfilled requirements and
notify Owner of their findings. Owner 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
must be complete.
3.12 LIST OF INCOMPLETE ITEMS (CONTRACTOR'S PUNCH LIST)
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-24-229 01 70 00 - 9
Talbot Hill Reservoir Park Improvements October 29, 2024
3.13 FINAL CLEANING
A. Execute final cleaning prior to Substantial Completion.
B. Use cleaning materials that are nonhazardous.
C. Clean surfaces exposed to view; remove temporary labels, stains and foreign substances.
D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the
surface and material being cleaned.
E. Clean site: sweep paved areas, rake clean landscaped surfaces.
F. 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-24-229 01 74 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-24-229 01 74 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-24-229 01 74 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-24-229 01 74 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
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 Waste Management Plan.
B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each
subcontractor, Owner, and Engineer.
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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-24-229 01 78 00 - 1
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-24-229 01 78 00 - 2
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 Engineer 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-24-229 01 78 00 - 3
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-24-229 01 78 00 - 4
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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 Engineer.
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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-24-229 01 78 00 - 5
Talbot Hill Reservoir Park Improvements October 29, 2024
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 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.
3.6 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.
DIVISION 01 – GENERAL REQUIREMENTS
TALBOT HILL RESERVOIR PARK IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-24-229 01 78 00 - 6
Talbot Hill Reservoir Park Improvements October 29, 2024
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.
3.7 SYSTEMS AND EQUIPMENT MAINTENANCE COMPONENT OF O&M MANUALS
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.
3.8 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
APPENDIX A: PERMITS
DEPARTMENT OF COMMUNITY
AND ECONOMIC DEVELOPMENT
D_Talbot Hill Reservoir Park Site Improvements_FINAL
PLANNING DIVISION
CERTIFICATE OF EXEMPTION
FROM CRITICAL AREAS REGULATIONS
EVALUATION FORM & DECISION
DATE OF DECISION: October 24, 2024
PROJECT NUMBER: LUA24-000312, CAE
PROJECT NAME: Talbot Hill Reservoir Park Site Improvements
PROJECT MANAGER: Ashley Wragge, Assistant Planner
APPLICANT/CONTACT: Betsy Severtsen
1055 S Grady Way, Renton, WA 98055
OWNER: City of Renton
1055 S Grady Way, Renton, WA 98055
PROJECT LOCATION: 1900 Talbot Rd S (APNs 7222000130, 7222000061, 7222000121)
PROJECT DESCRIPTION: The applicant, Betsy Severtsen, on behalf of the City of Renton’s Parks and Recreation
Department, is requesting a Critical Areas Exemption to facilitate the maintenance and repair improvements of
the Talbot Hill Reservoir Park located at 1900 Talbot Rd S (APNs 7222000130, 7222000061, 7222000121). Per City
of Renton (COR) Maps, this park falls within the coalmine hazard area. Parcel 7222000130 has a high coal mine
hazard in the northwest area of the parcel and moderate coal mine hazard throughout the majority of the parcel.
Parcel 7222000061 also has moderate coal mine hazards in the northwest part of the parcel. The property, 113,376
square feet (2.60 acres) in size, is located within the Residential-8 (R-8) zone and Talbot Community Planning Area.
The current use of the site is a neighborhood park.
Per the project narrative (Attachment A), the proposed objectives of maintenance and repair improvements are
to improve the sports courts and the site access and amenities. For the sports courts, the proposal includes
resurfacing all courts and repairing cracks, adding pickleball striping, refurbishing the fencing, rebuild the practice
wall, and installing new nets and dividers. Regarding access and amenities, the proposal includes upgrades to the
pathways, a pedestrian bridge, and adding a parking stall to make the park more Americans with Disabilities Access
(ADA) compliant. Other amenities improvements include parking lot repairs and improved landscaping, as well as
new amenities such as a shade structure, bike rack, waste bin, and drinking fountain. These maintenance and
repair measures are noted in detail in the draft plans (Attachment B). In the draft plans, it also notes the retention
and protection of all utilities, existing structures, and trees.
CRITICAL AREA: Moderate and High Coal Mine Hazards
Docusign Envelope ID: AEC81E73-BAA5-45D3-A66B-46225D520862
City of Renton Department of Community & Economic Development Certificate of Exemption From Critical Areas Regulations
Talbot Hill Reservoir Park Site Improvement LUA24-000312, CAE
Permit Date: October 24, 2024 Page 2 of 3
D_Talbot Hill Reservoir Park Site Improvements_v1
EXEMPTION JUSTIFICATION: Renton Municipal Code (RMC) 4-3-050 Critical Areas Regulations:
RMC 4-3-050C.3.e.ii, Maintenance, Operation, and Repair of existing Parks, Trails, Roads, Facilities, and Utilities,
and the Construction of New Trails
CRITCAL AREA EXEMPTION FINDINGS:
The proposed development is consistent with the following findings pursuant to RMC section 4-3-050C.2.d:
i. The activity is not prohibited by this or any other provision of the Renton Municipal
Code or State or Federal law or regulation;
Staff Comments: Maintenance and repair of existing parks, trails, facilities and utilities
are exempt activities in the City of Renton’s Critical Areas Regulations. This certificate
does not exempt the applicant from any other agency approvals needed to do the
proposed work.
ii. The activity will be conducted using best management practices as specified by
industry standards or applicable Federal agencies or scientific principles;
Staff Comments: The project includes critical areas for moderate and high coalmine
hazards and the project proposal requests minimal ground disturbance and therefore
is unlikely to warrant additional caution for geologic hazard controls.
iii. Impacts are minimized and, where applicable, disturbed areas are immediately
restored;
Staff Comments: This project is proposing minimally required updates to keep the park
in updated and usable condition. The proposal includes minimally ground invasive
work, such as parking lot maintenance, installation of a water fountain, and
resurfacing sports courts. In the event of ground disturbance, it is for the purpose of
improvement to the current state of the park.
iv. Where water body or buffer disturbance has occurred in accordance with an
exemption during construction or other activities, revegetation with native vegetation
shall be required;
Staff Comments: Not applicable. This site has no body of water or nearby buffer to
disturb.
v. If a hazardous material, activity, and/or facility that is exempt pursuant to this Section
has a significant or substantial potential to degrade groundwater quality, then the
Administrator may require compliance with the Wellhead Protection Area
requirements of this Section otherwise relevant to that hazardous material, activity,
and/or facility. Such determinations will be based upon site and/or chemical-specific
data.
Staff Comments: Not applicable. The proposal does not include a significant or
substantial potential to degrade groundwater quality.
DECISION: An exemption from the Critical Areas Regulations is hereby Approved.
Docusign Envelope ID: AEC81E73-BAA5-45D3-A66B-46225D520862
City of Renton Department of Community & Economic Development Certificate of Exemption From Critical Areas Regulations
Talbot Hill Reservoir Park Site Improvement LUA24-000312, CAE
Permit Date: October 24, 2024 Page 3 of 3
D_Talbot Hill Reservoir Park Site Improvements_v1
SIGNATURE & DATE OF DECISION:
________________________________________ ____________________________________
Matthew Herrera, Planning Director Date
RECONSIDERATION: Within 14 days of the decision date, any party 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: This administrative land use decision will become final if not appealed in writing to the Hearing
Examiner on or before 5:00 PM on November 7, 2024. An appeal of the decision must be filed within the 14-day
appeal period (RCW 43.21.C.075(3); WAC 197-11-680). Appeals must be submitted electronically to the City Clerk
at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday through Friday. The appeal fee,
normally due at the time an appeal is submitted, will be collected at a future date if your appeal is submitted
electronically. The appeal submitted in person may be paid on the first floor in our Finance Department. Appeals
to the Hearing Examiner are governed by RMC 4-8-110 and additional information regarding the appeal process
may be obtained from the City Clerk’s Office, cityclerk@rentonwa.gov.
EXPIRATION: Two (2) years from the date of decision (date signed).
Attachments:
Attachment A: Talbot Hill Reservoir Park Project Narrative
Attachment B: Talbot Hill Reservoir Park Draft Plans
Docusign Envelope ID: AEC81E73-BAA5-45D3-A66B-46225D520862
10/24/2024 | 8:35 AM PDT
Talbot Hill Reservoir Park Improvements: Project Narrative
The proposed renovation project for the park encompasses a comprehensive overhaul designed
to enhance both functionality and accessibility. Key elements of the project include:
1.Sports Court Improvements: The project will involve renovating the entire sports court
area (six existing courts plus shoulder and practice wall areas) located atop the drinking
water reservoir roof, a task that adds a layer of complexity due to the unique structural
considerations of the reservoir. The renovation includes:
o Removing all sport court surfacing and striping from the top surface of the water
reservoir lid and cleaning all drainage joints, while protecting lid concrete from
damage.
o Repairing cracks, applying filler courses to improve drainage slopes, providing
shallow diamond grinding to the shoulders to improvement drainage, and
applying acrylic paint surfacing on existing courts (3 tennis and 3 pickleball),
walking, and practice wall areas.
o Adding dual pickleball stripes to the three tennis courts, effectively creating six
additional pickleball courts.
o Refurbishing the fencing surrounding the courts through sleeving posts and
providing new fabric and frame components.
o Rebuilding the plywood section of the practice wall.
o Installing new nets (utilizing recoated net posts), as well as moveable nets for the
6 additional pickleball areas, and benches.
o Installing two new divider nets between the existing pickleball courts
2.Access and Site Amenity Improvements:
o Creation of an ADA-accessible pathway that will connect all new and existing
elements, ensuring comprehensive accessibility.
o Installation of a new aluminum pedestrian bridge to improve connectivity and
ADA-compliance between the on-grade pathway and court structure.
o Addition of a new ADA-compliant parking stall.
o Repair and resealing of the parking lot, including fixing curbs and addressing
cracks.
o Installation of a small shade structure and salvaged picnic tables
o Installation of a new bike rack and waste receptacle
o Installation of a new drinking fountain near the restroom, strategically
positioned due to utility constraints.
o Placement of landscape boulders
Project Timeline:
•The project is scheduled to be put out to bid around the end of October with the goal of
notice to proceed for the selected contractor in December/January.
•Given the weather-dependent nature of the work, we anticipate completing
construction by late spring to early summer, contingent upon favorable spring weather
conditions.
RECEIVED
10/02/2024 AWragge
PLANNING DIVISION
Docusign Envelope ID: AEC81E73-BAA5-45D3-A66B-46225D520862
APPENDIX B: INADVERTENT
DISCOVERY PLAN/PROTOCOL
8/27/2021 RCO Plan: Procedures for the Unanticipated Discovery of Cultural Resources or Human Skeletal
Page | 1
RECREATION AND CONSERVATION OFFICE
PLAN AND PROCEDURES FOR THE INADVERTENT DISCOVERY OF CULTURAL RESOURCES AND
HUMAN SKELETAL REMAINS – NO FURTHER WORK REQUIRED
1. INTRODUCTION The following Inadvertent Discovery Plan (IDP) outlines procedures to follow, in accordance with state and federal laws, if archaeological materials or human remains are discovered. An IDP is required, as part of Agency Terms and Conditions for all grant funded projects. An IDP is not a substitute for a formal cultural resource review (Executive 21-02 or Section 106). Once completed, the IDP should always be kept at the project site during all project activities. It is the responsibility of the grant recipient (Sponsor) to ensure all staff (and subcontracted entities) working on the project is familiar with this plan.
2. RECOGNIZING CULTURAL RESOURCES: A cultural resource discovery could be prehistoric or historic. Examples include (see images for further examples):
• An accumulation of shell, burned rocks, or other food related materials,
• Bones, intact or in small pieces.,
• Area of charcoal or very dark stained soil with or without artifacts,
• Stone tools or waste flakes (i.e. an arrowhead, or stone chips),
• Modified or stripped trees, often cedar or aspen, or other modified natural features, such as rock drawings or carvings
• Agricultural or logging materials that appear older than 50 years, could include equipment, fencing, canals, spillways, chutes, derelict sawmills, tools, and many other items
• clusters of tin cans or bottles, logging or agricultural equipment that appears to be older than 50 years
• Old munitions casings. Always assume these are live and never touch or move
• buried railroad tracks, decking, or other industrial materials.
• Remnants of homesteading. These could include bricks, nails, household items, toys, food containers, and other items associated with homes or farming sites
• The above list does not cover every possible cultural resource. When in doubt, assume the material is a cultural resource.
3. ON-SITE RESPONSIBILITIES: If any employee, contractor, or subcontractor believes that they have uncovered cultural resources or human remains at any point in the project, take the following steps to Stop-Protect-Notify. If you suspect that the discovery includes human remains, also follow Sections 4. The discovery location should be secured at all times.
STEP A: STOP WORK. If an employee, contractor, subcontractor or volunteer believes that they have uncovered a cultural resource at any point in the project, all work in the immediate area of the discovery must stop.
STEP B: Protect the Discovery. Leave the discovery and the surrounding area untouched and create a clear, identifiable, and wide boundary (30 feet or larger) with temporary fencing, flagging, stakes, or other clear markings. Provide protection and ensure integrity of the discovery until cleared by the Department of Archaeological and Historical Preservation (DAHP) or a licensed, professional archaeologist.
Do not permit vehicles, equipment, or unauthorized personnel to traverse the discovery site. Do not allow work to resume within the boundary until the requirements of this IDP are met.
8/27/2021 RCO Plan: Procedures for the Unanticipated Discovery of Cultural Resources or Human Skeletal
Page | 2
STEP C: Notify Project Archaeologist (if applicable). If the project has an archaeologist, notify that person. If there is a monitoring plan in place, the archaeologist will follow the outlined procedure.
Project Archaeologist (If Applicable)
Name: Margaret Berger
Company: Cultural Resource Consultants, LLC
Phone: (206) 855-9020
Email: margaret@crcwa.com
STEP D: NOTIFY PROJECT MANAGEMENT Contact the RCO Grants Manager and Cultural Resources Coordinator and sponsoring entity’s Project Manager.
Cultural Resources Program
Coordinator
Sarah Johnson Humphries
(360) 764-3072 (Cell)
sarah.johnsonhumphries@rco.
wa.gov
RCO Archaeologist
Sarah Steinkraus
(360) 867-8195 (Cell)
sarah.steinkraus@rco.
wa.gov
RCO Archaeologist
Troy Wilson
(360) 764-9841
(Cell)
troy.wilson@rco.w
a.gov
Grants Managers
(360)-902-3000 (front
desk)
Grant Managers
contacts can be found:
https://rco.wa.gov/recre
ation-and-conservation-
office-grants/contact-a-
grants-manager/
STEP E: RCO will notify DAHP and Tribes: Once notified, the RCO Cultural Resource staff or the Project Manager will contact DAHP to report and confirm the discovery. To avoid delay, the Project Lead/Organization will contact DAHP if they are not able to reach RCO. DAHP will provide the steps to assist with identification. DAHP, RCO, and Tribal representatives may coordinate a site visit following any necessary safety protocols. DAHP may also inform the Project Lead/Organization and RCO of additional steps to further protect the site. Do not continue work until RCO has issued an approval for work to proceed in the area of, or near, the discovery.
The RCO will continue to manage the formal government to government consultation with Tribes. The City and your consultant may communication with Tribes for the purposes of technical communications and notifications.
DAHP Contacts:
Archaeological Materials:
Rob Whitlam, PhD
State Archaeologist
360-890-2615
Rob.Whitlam@dahp.wa.gov
Human Remains/Bones:
Guy Tasa, PhD
State Anthropologist
360-790-1633 (24/7)
Guy.Tasa@dahp.wa.gov
4. TRIBAL CONTACTS: In the event cultural resources are discovered, the following tribes will be contacted. See Section 10 for Additional Resources.
8/27/2021 RCO Plan: Procedures for the Unanticipated Discovery of Cultural Resources or Human Skeletal
Page | 3
InsertTribal Contacts: :
Muckleshoot Tribe Laura Murphy Cultural Resources
(253) 876-3272
laura.murphy@muckleshoot.nsn.us
Puyallup Tribe of Indians Brandon Reynon Cultural Resources, THPO
(253) 573-7986 brandon.reynon@puyalluptribe-nsn.gov
5. FURTHER CONTACTS (if applicable) If the discovery is confirmed, and there is a partnering federal or state agency, the Project Lead/Organization will ensure the partnering agency is immediately notified
8/27/2021 RCO Plan: Procedures for the Unanticipated Discovery of Cultural Resources or Human Skeletal
Page | 4
Insert Other Agencies (if applicable):
6. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL MATERIAL: If human remains are encountered, , regardless of antiquity or ethnic origin, treat them with dignity and respect at all times. Cover the remains with a tarp or other materials (not soil or rocks) for temporary protection in place and shield them from being photographed. Do not call or speak with the media about the remains specifically. Follow the steps under Stop-Protect-Notify. For specific instructions on how to handle a human remains discovery, see: RCW 68.50.645: Skeletal human remains—Duty to notify—Ground disturbing activities—Coroner determination—Definitions. (wa.gov).
If you are unsure whether the discovery is human bone or not, contact Guy Tasa with DAHP (contact info below), for identification and next steps. Do not pick up the discovery. A. Notify Law Enforcement Agency or Coroner’s Office:
• In addition to the actions described in Sections 3 and 4, the Project Sponsor (or person that made the discovery) will immediately notify the local law enforcement agency or coroner’s office.
• The coroner (with assistance of law enforcement personnel) will determine if the remains are human, whether the discovery site constitutes a crime scene, and will notify DAHP. B. Participate in Consultation:
• Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction over non-forensic human remains.
• RCO Cultural Reosureces staff will participate in consultation.
• Organizations may also participate in consultation at the descretiuon of DAHP, RCO and the Tribes. C. Further Activities:
• Documentation of human skeletal remains and funerary objects will be agreed upon through the consultation process described in RCW 27.44.055, RCW 68.50, and RCW 68.60.
• When consultation and documentation activities are complete, construction in the discovery area may resume as described in Section 7.
8/27/2021 RCO Plan: Procedures for the Unanticipated Discovery of Cultural Resources or Human Skeletal
Page | 5
Contacts for Human Skeletal Remains Dr. Guy Tasa State Physical Anthropologist 360) 790-1633 (Cell/Office) guy.tasa@dahp.wa.gov
County Coroner Contacts: https://dahp.wa.gov/sites/default/files/Washington%20State%20Medical%20Examiners-Coroners%20-%20Revised%202019.pdf
Note: • If the project occurs on federal lands (e.g., national forest or park, military reservation) or Indian lands (e.g., reservations, allotments, communities) the provisions of the Native American Graves Protection and Repatriation Act of 1990 apply, and the responsible federal agency will follow its provisions. Note that state highways that cross federal and Indian lands are on easements and are not owned by the state. • If the project occurs on non-federal lands, it will comply with applicable state laws, and the following procedure:
7. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS Archaeological deposits discovered during construction will be assumed eligible for inclusion in the National Register of Historic Places under Criterion D per 36CFR800.13(c) until a formal Determination of Eligibility is made. If the project does not have a federal nexus/compliance requirement, contact the Project Manager or DAHP regarding the possible need for an Emergency Excavation Permit per RCW. In general, expect that:
• All prehistoric and historic cultural material discovered during project construction will be recorded by a professional archaeologist on State of Washington cultural resource site or isolate form using standard techniques. Site overviews, feature, and artifacts will be photographed; stratigraphic profiles and soil/sediment descriptions will be prepared for subsurface exposures. Discovery locations will be documented on scaled site plans and site location maps
• Cultural features, horizons and artifacts detected in buried sediments may require further evaluation using hand-dug test units. Units may be dug in controlled fashion to expose features, collect samples from undisturbed contexts, or interpret complex stratigraphy. A test excavation unit or small trench might also be used to determine if an intact occupation surface is present. Test units will be used only when necessary to gather information on the nature, extent and integrity of subsurface cultural deposits to evaluate the site’s significance. Excavations will be conducted using state-of-the-art techniques for controlling provenience
• Spatial information, depth of excavation levels, natural and cultural stratigraphy, presence or absence of cultural material, and depth to sterile soil, regolith, or bedrock will be recorded for each probe on a standard form. Test excavation units will be recorded on unit-level forms, which include plan maps for each excavated level, and material type, number, and vertical provenience (depth below surface and stratum association where applicable) for all artifacts recovered from the level. A stratigraphic profile will be drawn for at least one wall of each test excavation unit.
• Sediments excavated for purposes of cultural resources investigation will be screened through 1/8-inch mesh, unless soil conditions warrant 1/4-inch mesh.
• All prehistoric and historic artifacts collected from the surface and from probes and excavation units will be analyzed, catalogued, and temporarily curated. Ultimate disposition of cultural materials will be determined in consultation with the federal agencies (if any), DAHP, and the affected tribe(s).
8/27/2021 RCO Plan: Procedures for the Unanticipated Discovery of Cultural Resources or Human Skeletal
Page | 6
• Within 90 days of concluding fieldwork, the archaeologist will provide a technical report describing any and all monitoring and resultant archaeological excavations to the Project Lead/Organization, who will forward the report to RCO, the federal agencies (if any), DAHP, and the affected tribe(s) for review and comment.
If assessment activity exposes human remains (burials, isolated teeth, or bones), the process described in Section 6 above will be followed.
8. PROCEEDING WITH WORK: The Project Lead/Organization shall work with the archaeologist, DAHP, and affected tribe(s) to determine the appropriate discovery boundary and where work can continue. Project work outside the discovery location can typically continue while documentation and assessment of the cultural resources proceed. A Cultural Resources Specialist (either from DAHP, a consulting Tribe, or a professional consultant) must determine the boundaries of the discovery location. In consultation with DAHP and affected tribes, the RCO and the grants sponsor will determine the appropriate level of documentation and treatment of the resource. If federal agencies are involved, the agencies will make the final determinations about treatment and documentation. Project work may continue at the discovery location only after the process outlined in this plan is followed and DAHP (and the federal agencies, if any) determine that compliance with state and federal laws is complete
9. ORGANIZATION RESPONSIBILITY The Project Lead/Organization is responsible for ensuring: •
• This plan has complete and accurate information.
• This plan is immediately available to all field staff at the sites and available by request to any party.
• This plan is implemented to address any discovery at the site.
• That all field staff, contractors, and volunteers are instructed on how to implement this plan
10. ADDITIONAL RESOURCES:
Informational Resources
DAHP (https://dahp.wa.gov)
Washington State Standards for Cultural Resource Reporting: https://dahp.wa.gov/project-review/washington-state-standards-for-cultural-resource-reporting
Association of Washington Archaeologists (https://www.archaeologyinwashington.com)
Interactive Map of Tribes by Area (https://dahp.wa.gov/archaeology/tribal-consultation-information)
WSDOT Tribal Contact Website (https://wsdot.wa.gov/tribal/TribalContacts.htm
Ecology's IDP Video https://www.youtube.com/watch?v=ioX-4cXfbDY (The Ecology video is an informative resources that explains the value of IDP protocol and what to do in the event of a discovery. The target audience is anyone working on the project who could unexpectedly find cultural resources or human remains while excavating or digging)
Implement the IDP if you see:
stone artifacts from Washington
chipped stone artifacts
Examples include:
• angular material
• glass-like material
• unusual material or shape
for the area
• regularity of flaking
• variability of size
bi-face-knife, scraper or pre-form
stone artifacts from Oregon
Implement the IDP if you see:
chipped stone artifacts (continued)
flaked stone artifact from Colorado
intertidal stone fish trap, BC
flaked stone core on Lopez Island
shell midden with fish bone, BC
eroding shell midden, BC
Implement the IDP if you see:
stone artifacts – intact
Examples include:
• unnatural shapes or unusual
stone
• striations or scratching
• etching, perforations or
pecking
• regularity in modifications
• variability of size, function or
complexity
fishing weight - credit CRITFC
fishing weight - credit CRITFC
fishing weight - credit CRITFC
fishing weight - credit CRITFC
Implement the IDP if you see:
bone or shell artifacts
Examples include:
• smooth or carved
materials
• unusual shape
• pointed as if used as
tool
• wedge shaped like a shoehorn
• variability of size
• beads from shell
choker and bracelet from
Nez Perce
bone wedge from California
bone awls from Oregon
tooth pendants
bone pendants
Implement the IDP if you see:
culturally modified trees, fiber or wood
artifacts
Examples include:
• trees with bark stripped or peeled, carvings, axe cuts, de-
limbing, wood removal and other human modifications
• fiber or wood
artifacts in a wet
environment
• variability of size,
function and
complexity
culturally modified tree - Credit DAHP aspen tree carving - Credit DAHP
artifacts from Mud Bay, Olympia artifacts from Mud Bay, Olympia
Implement the IDP if you see:
strange, different or interesting looking dirt,
rocks or shells
Human activities leave traces in the ground that may or may not
have artifacts associated with them.
Examples include:
• unusual accumulation of rock
(especially fire-cracked rock)
• unusual shaped accumulation
of rock (such as a fire ring)
• charcoal or charcoal-stained
soils, burnt soil or soil with a
“layer cake” appearance
• accumulation of shell, bones
or artifacts that seem out of place
underground oven - Credit DAHP shell midden pocket in modern fill
hearth excavated near Hamilton, WA
Implement the IDP if you see:
strange, different or interesting looking dirt
rocks or shells (continued)
• often have a layered appearance, associated with black or
blackish soil and/or crushed or compacted shells
< blackish soil, layers of shell
midden, historic debris
blackish soil, layered
appearance, crushed and
compacted shells >
Implement the IDP if you see:
historic foundations or buried structures
Examples include:
• foundations
• railroad and trolley tracks
• remnants of structures
historic structure in SR99 tunnel
city of Spokane historic trolley tracks
intact foundation below parking lot
Implement the IDP if you see:
historic period artifacts – historic
archaeology considered older than 50 years
Examples include:
• agricultural or logging equipment (fencing, canals, spillways,
chutes, derelict sawmills, tools etc.)
• domestic items
(square or wire nails,
amethyst colored glass,
painted stoneware etc.)
artifacts discovered in Eastern WA
artifacts discovered in Eastern WA
willow pattern serving bowl
slip joint pocketknife
Implement the IDP if you see:
historic period artifacts (continued)
Examples include:
• railway tokens, coins and buttons
• spectacles, toys, clothing and personal items
• items helping to understand culture or identity
• food containers and dishware
coins discovered during excavation
spectacles discovered during excavation
Montgomery Ward
pitchfork toy
items discovered at North Shore site
Implement the IDP if you see:
historic period artifacts (continued)
Examples include:
• munition casings
• tins or glass bottles with maker’s
mark, distinct colors or older
methods of opening the container
british cartridge found at Skagit River
logo used between 1924-1938
beer can found in Oregon
maker's mark on bottle
APPENDIX C: PEDESTRIAN BRIDGE
PROPOSAL
Made in Blaine, Washington 98230 253-778-5140
Please issue POs and make payment to CMI Limited Co.
TO: City of Renton Date: 06/28/24
1055 S. Grady Way;6th Floor
Renton, WA 98507 bsevertsen@rentonwa.gov RE: Talbot Hill Reservoir Park
Pedestrian Bridge 100psf ATTENTION: Betsy Severtsen 425-430-6611
We hereby submit specifications and estimates for:
1 ea pedestrian bridge 6’–0” clear width x 30’–0” span.
• Warren truss structure.
• In accordance with IBC 2020.
• 100 psf minimum uniform live load capacity and L/360 max. deflection.
• Constructed of 6061-T6 aluminum.
• Welding will be performed by certified welders in accordance with AWS D1.1 (steel) and AWS D1.2 (aluminum).
• Slip resistant hinged cover plates both ends if applicable to conform with ADA compliance.
• Bearing angles a w/ UHMW isolation both ends.
• Horizontal guardrail and toe rail down each truss span.
• Standard handrail w/ end courtesy hoops.
• ¾” square molded FRP grating ADA compliant, Standard Grit
• Sealed shop drawings with support calculations.
• All mill markings will be removed
• Built in Weep Holes
Prices are as follows:
Bridge as described above:…….…………………………………………….……..
Shipping to Renton WA. 98055: ………………………………………………….
Total:……………………………………….………
|
$28,883
$825
$29,708
1,900 lb
Prices are F.O.B. Blaine, WA. Freight priced as optional. No taxes have been added. This proposal is valid for 30 days. The current
estimated lead time is about 4-6 weeks from approved drawings. The lead time may be affected by changes to drawings and vendor supply
chain. Please confirm lead time when ordering. Purchaser is solely responsible for determining the effectiveness, suitability, and safety of
any particular use or application of the product. Seller does not warrant any designs, engineering, or installation of specific structures. Seller
is not responsible for delivery delays, installation rates, or any consequential damages. Any claims are governed by the applicable
expressed Limited Warranty for each specific product. Mantle a CMI company complies with State and Federal material supply notification
requirements on Projects. Sales Tax Exemption certificates must be provided at the time of the order if applicable.
TERMS and CONDITIONS of SALE
General
1. Quoted Prices: Are valid for 30 Days.
2. Change Requests: Must be in writing and acknowledged by the Seller.
3. Sales Taxes: For States other than AL, CA, CO, FL, GA, IL, KY, LA, MD, MI, MN, NC, NJ, NY, OH, OK, PA, TN, TX, VA, WA are
the responsibility of Purchaser. EXEMPTION CERTIFICATES MUST BE PROVIDED AT THE TIME OF THE ORDER.
4. Shipping: FOB Plant. Seller will select method of shipment and routing unless specified by Purchaser. Any additional costs for
specified carriers, routing or services will be billed to Purchaser.
5. Freight Claims: Purchaser is responsible for unloading and inspecting all materials upon arrival. A driver signature evidencing
damages or shortage is required to file a claim with carrier.
PROPOSAL DATED 06/28/24
Quote was used for Engineer's Estimate
6. Returns: Stock Inventory Products: Requests for returns must be made in writing within 10 days of receipt and must have prior
authorization of Seller. Returns must be shipped back freight prepaid within 10 days of approval and will incur a 25% restoc king
fee. Credit can only be issued for unused product returned in saleable condition in its original packaging. Custom Products :
Custom Products are those requiring special order materials and / or manufacture / fabrication. All sales are final and cannot be
returned.
7. Credit Card Payments: A 3% fee will be added when payment is made by credit card.
8. Payment Terms: Late payments are subject to a 1.5% per month delinquency charge.
9. Purchase Orders: Containing any terms or conditions must be submitted and approved by seller with this Order.
10. Cancelled Orders: Non-Custom Product: are subject to a 10% cancellation fee. Custom Products: All charges are calculated
based on all costs incurred.
11. Deposits / Payments: Custom Products: Deposits and Progress Payments will be required.
12. Storage Fees: Charges of 1.5% per month will be billed on Orders held up from shipment by the customer after 30 days.
13. Applicable Law: This transaction shall be governed by the laws of the State of Georgia.
14. Freight Charges: Quoted freight, unless otherwise noted on quote, are exclusive of any SITE ACCESS costs. Buyer will be billed
for all added charges related to site access to deliver to the installation site.
15. Freight Estimate: Freight is quoted as an estimate. Actual freight cost will be invoiced at time of shipment.
16. Product Claims: Are governed by the expressed written warranty in effect at the time of sale.
Additional International
1. Freight Quoted: CIF
2. Shipping Charges: Are quoted separately and subject to change if shipping requirements or container requirements are changed
for any reason.
3. Freight Forwarder and method of shipment will be selected by Seller unless Purchaser makes specific request in writing. Any
additional freight costs for specified freight forwarder, carrier, routing, or services will be charged to Purchaser.
4. Seller order acceptance: All orders are subject to CMI receipt of payment, in the case of a pre-payment order option or CMI
approval of Letter of Credit. All banking charges for Letters of Credit are the responsibility of the customer.
Additional Fabrication
1. Product Design: Seller is responsible for designing the product in accordance with the specifications provided by the Buyer. Seller
does not perform project site inspection and testing to determine product selection or criteria and therefore does not assum e any
Fit for Use responsibilities belonging to buyer's engineers and managers.
2. Drawings: Product design drawings will be provided for final customer approval. Customer signature is required to begin
fabrication. Changes by Buyer requiring additional charges will require approval before proceeding to fabrication.
3. Seller is entitled to equitably adjust the price should one of the following occur:
• A force majeure event occurs. Force majeure, defined by supply chain disruptions as a type of force majeure event,
thereby triggering the escalation clause.
• Contract has been signed and structure has not shipped within 90 days of signature.
• Customer has extended their delivery date by more than 45 days from the original agreed date.
Deposits / Progress Payment for ALL custom fabricated structures:
50% Deposit Required to begin design process.
50% Prior to shipment (unless credit has been approved prior to order placement)
Standard Approved Credit Terms:
20% Deposit for drawings
40% Prior to fabrication
40% Net 30 days (upon approved credit)
CMI is not responsible for site preparation, the foundation nor the installation of the bridge and
therefore cannot make recommendations, nor engineer or design any connection apparatus or
system.
CMI is strictly a material supplier and is not an on-site project sub-contractor. CMI does not engineer or design structures and is not
responsible for any site evaluations or installations.
Payment to be made as follows: 50% down to initiate drawings/start reserving materials, 50% on completion
prior to shipment. Other terms available OAC. Please issue POs, and make payable to: CMI Limited Co.
ACH payments to: CIBC Bank USA. CMI Limited Co. Routing #071006486. Account #2756196.
Remit Address: 605 Molly Lane, Suite 150, Woodstock, GA 30189. This proposal was prepared by TZ. If you
have any questions, contact Kimmy@mantleindustries.com or call 253-778-5140
Thank you for the opportunity to quote this project.
Acceptance of Proposal-- The above prices, specifications
and conditions are satisfactory and hereby accepted. You are
authorized to do the work as specified. Payment will be made as
outlined above. The attached Terms and Conditions of Sale are an
integral part of this Sales Proposal and Order Form I understand
that upon signing, this SALES Proposal becomes my ORDER and
is a binding contract once it has been accepted by Mantle
Industries. Date of Acceptance:
Signature
Signature
cmilc.com 1-800-256-8857
up to 100'Maximum Length (L)1
Maximum Width (W)up to 12'
90mph - 150mphStandard Wind Speed2
Structural Material 6061-T6 Aluminum
(Recycled Billet)
Standard Live Load 100psf
Max Occasional
Vehicle Load
up to 10,000lbs (H5)
1 Spans longer than 100' are possible and require evaluation to
determine feasibility.
2 Wind speed based on ASCE 7-05 per AASHTO Pedestrian code.
3 Premium color & texture options are available.
4 Bridge can be designed per AASHTO criteria upon customer
request.
5 Combination rail, cable rail, mesh panel, 36" ADA grab rail, and
custom rail options are available. Mantle S-RailTM, Horizontal guard
rail, and toe rail shown here.
6 Premium decking options are available.
Standard Design
Codes4
International Building
Code
Aluminum Design
Manual
AWS D1.2 Structural
Welding Code -
Aluminum
Other Standard Bridge
Styles
CascadeTM
ContourTM
AtlantisTM
WARREN
PEDESTRIAN BRIDGE
Standard Railing5 Mantle S-RAILTM
Standard Decking6 1 1/2" MOLDED
FRP PLANKS
Standard Color & Texture3 Mill Finish
Aluminum
L
Gator Dock & Marine, LLC and Mantle Industries, LLC are wholly owned subsidiaries of CMI Limited Co.
Visit cmilc.com/legal for more information on referenced trademarks and patents owned by CMI Limited Co.
W
Updated: March 27, 2023
© Copyright 2023 - CMI
®
TM TM
TECHNICAL DATA SHEET FOR REFERENCE
ONLY. PROJECT BRIDGE SPECIFICATIONS
LISTED IN PROPOSAL DATED 06/28/24
1
MANTLE INDUSTRIES INC.
TECHNICAL SPECIFICATIONS
ALUMINUM BRIDGES
1. DESIGN CRITERIA
1.1 GENERAL
All construction is to be in accordance with the minimum provisions of the 2015
International Building Code (IBC). Where these specifications do not state
otherwise the provisions of the IBC shall apply.
Design of the aluminum bridges shall be in accordance with the Aluminum
Association ‘Specifications for Aluminum Structure’. Analysis of bridge trusses
shall utilize Holt’s method for determining top chord buckling as outlined in
‘Guide to Stability Design Criteria for Metal Structures’, 4th Edition, by
Theodore B. Galambos.
1.2 DEAD AND LIVE LOADS
Bridge deck and structural components shall be designed to support the dead
load of the bridge, plus snow load of 25 pounds per square foot, utility load as
required, and a uniform live oad of 100 pounds per square foot or 40 pounds
per square foot, depending on class of use. Maximum deflection under these
loads shall not exceed L/360.
The deck and structural components shall be designed to support a
concentrated load of 400 pounds applied to any 12 inch by 12 inch area.
Lateral design wind load shall be 100 mph, exposure ‘D’ (3 sec.) per IBC 2015.
1.3 HANDRAILS
The bridge shall have handrails along both sides of the walking surface. The
top of the handrails shall not be less than 34 inches nor more than 38 inches
above the walking surface. The ends shall have no sharp or catching edges.
The grasping portion of the handrails shall not be less than 1 ¼ inches nor more
than 2 inches in cross-sectional dimension, or the shape shall provide an
equivalent gripping surface. The handgrip portion of the handrails shall have a
smooth surface with no sharp corners. A minimum of 1-1/2 inches clearance
shall be provided between the gangway truss and the backside of the handgrip
portion.
2
The handrails shall be capable of withstanding a lateral load of 50 pounds per
lineal foot and 200 pounds concentrated load.
1.4 GUARDRAILS
The top chord of the truss serves as the guardrail, and shall be not less than 42
inches above the walking surface of the bridge. Continuous full-length
intermediate rails shall be provided to prevent passage of a 4-inch sphere
anywhere below the handrails, and on both sides of the walking surface.
Intermediate rails and supports shall be capable of withstanding a load applied
horizontally to the rails of 25 or 50 pounds per square foot, depending on
intended use.
1.5 UTILITY ATTACHMENTS (IF REQUIRED)
Aluminum ‘Uni-Strut’ bar shall be welded to the floor beams on 4 foot center
to center minimum. Any conduits or piping to be attached to this ‘Uni-Strut'
shall be isolated from contact with the aluminum framing.
1.6 TRANSITION PLATES (IF REQUIRED)
Full width, hinged transition plates shall be provided at both ends of the bridge.
The length of both shall be long enough to provide a slope which does not
exceed the maximum slope of the bridge. The leading edge of each transition
plate shall be UHMW that has been profiled to create no more than a ¼ inch
rise. Transition plates shall have arc-sprayed “Thermion” Ceramic Core
TH605 anti-skid aluminum garnet traction coating.
1.9 SUBMITTALS
Shop drawings of all components and details shall be submitted for written
approval prior to any fabrication.
If requested, sealed support calculations provided by a registered engineer
experienced in the design of aluminum structures showing analysis and design
review shall be submitted with the shop drawings.
Catalog cuts and loading charts shall be provided for decking information.
2. MATERIALS
2.1 GENERAL
All structural aluminum, including tubes, plates, angles, and pipe shall be alloy
6061-T6 per ASTM B308. All bolts shall be stainless steel appropriate for use
with aluminum in marine environments. Isolators shall be used when
connecting dissimilar metals. All items shall be mill finish with no die marks.
3
2.2 DECKING
Bridge decking shall be per project specifications, or shall be aggressively slip
and skid resistant and made from fiberglass reinforced plastic, aluminum or
other material appropriate for the intended use. Samples and/or catalog cut
sheets shall be provided for approval prior to fabrication. Method of securing
the decking product to the bridge frame shall be described and approved prior
to fabrication.
2.3 STRUCTURAL STEEL (WHERE REQUIRED)
All structural steel shall be ASTM A36, hot dipped galvanized per ASTM A123
or A153 after fabrication. All steel bolts (if used) shall be grade ASTM A-307,
minimum with a hot dip galvanized finish.
3. FABRICATION AND WORKMANSHIP
3.1 GENERAL
Design, fabrication, delivery, handling and installation of the aluminum bridge
shall conform to the latest revisions of the aluminum construction manual and
all applicable standards and data as described by the Aluminum Association.
Edges shall be cut true, smooth and free from burrs. Corner edges shall be
ground smooth. Weld splatters, burrs and weld flash shall be removed from all
exposed surfaces. Mill stamps shall be removed if required by project
specification.
Materials delivered and stored at the manufacturing facility shall be properly
marked and inventoried on vertical racks located in a lockable heated
warehouse.
Completed bridges shall be stored on dunnage or by other appropriate means
to prevent direct contact with the ground and unnecessary damage.
Completed bridges shall bear an identification decal showing the date of
manufacture, live load capacity and the identifying serial number. Every bridge
shall be directly traceable to the manufacturer.
Job files for every bridge shall be kept, holding all information including shop
drawings, submittals, material purchase orders, as-built shop drawings,
material certifications for all components, shipping information, and any
correspondence. Also included shall be the QC report.
Bridge Manufacturer must be regularly engaged in the design and fabrication
of aluminum bridge and bridge structures and shall show proof of having
successfully completed a minimum of twenty similar projects within the last
two years. Additionally, the manufacturer shall show proof of having liability
4
insurance for the manufacture of these structures. All bridge design,
engineering and manufacturing process shall be performed by American
tradesman. No out of country design, engineering or manufacturing shall be
allowed.
3.2 WELDING
All connections to be welded shall be of new material, clean and free of any
contaminants. All joints shall fit properly and be prepared for the appropriate
weld as described in the shop drawings.
All welding shall be performed by currently certified welders, per
AWS D1.2 for structural aluminum and per AWS D1.1 for structural
steel. Welders proof of certification shall be provided upon request.
Weld procedure qualifications shall be kept on file.
APPENDIX D: FABRIC SHADE
STRUCTURE
Northwest Playground Equipment, Inc.
PO Box 2410, Issaquah, WA 98027-0109
Phone (425) 313-9161 FAX (425) 642-8117
Email: sales@nwplayground.com
Thank you for considering Northwest Playground Equipment, Inc for
your Park, Playground, Shelter and Sports Equipment requirements
Page 1 of 2
QUOTE
Quote #DN-6132024-00007113
To:Renton, City of Date:06-13-2024
Re:Talbot Hill Reservoir Park - Shade Shelter Quote Name:Talbott Hill Reservoir Park - Poligon
20x12 IHIP
Bill To:Attn: Accounts Payable
1055 S. Grady Way
Renton, WA 98057
Site Address:710 S 19th St, Renton, WA 98055
Name:
Email:
Betsy Severtsen
bsevertsen@rentonwa.gov
Phone:
Cell:
425-430-6850
425.757.6657
Item #Qty Description Price Total Price
EQUIPMENT
Poligon
Poligon
PreFabShelter
1 Poligon IHIP 20 x 12' x 8' Entry Height Shade Structure. 4 Columns
with Base Plates, Anchor Bolt Kit Included. Note: 2024 MSRP, TBD
at Time of Order.
$6,500.00 $6,500.00
Poligon
Drawing
1 Sealed and Stamped Engineered Drawings, Calcs are not included
but available upon request.
$1,250.00 $1,250.00
Equipment Subtotal (less tax):$7,750.00
CONTRACT DISCOUNT
Poligon KCDA - King County Directors Association Discount: BID #22-315 5%($387.50)
FREIGHT
Poligon *Shipping & Handling, Includes Advance Bolt Template Freight Freight $2,500.00
Equipment Total (less tax):$9,862.50
CERTIFIED INSTALLATION
Installation is NOT provided but AVAILABLE Upon Request
Installation Total:$0.00
Performance Bond (If Required): 3.0%
Credit Card Fee (If Required):3.5%
Location Code: 1725 Resale Certificate Required for Tax Exemption: Tax:10.30%$1,015.84
ORDER TOTAL:$10,878.34
Acceptance of Proposal:
(Please be sure you have read, signed, initialed and understand the Terms and Conditions on Page 2 of this Quote)
The items, prices and conditions listed herein are satisfactory and are hereby accepted.
Doug Nelson
Sales Rep Customer Signature Date
CALCULATIONS MUST BE
INCLUDED IN SHOP DRAWINGS
PROPOSAL DATED 06/13/24
Quote was used for Engineer's Estimate
Northwest Playground Equipment, Inc.
PO Box 2410, Issaquah, WA 98027-0109
Phone (425) 313-9161 FAX (425) 642-8117
Email: sales@nwplayground.com
Thank you for considering Northwest Playground Equipment, Inc for
your Park, Playground, Shelter and Sports Equipment requirements
Page 2 of 2
Project Name:Talbot Hill Reservoir Park - Shade Shelter Quote #DN-6132024-00007113
TERMS AND CONDITIONS
QUOTE CONDITIONS AND ACCEPTANCE:
This quote is only valid for 10 days.
Orders placed or requested for delivery after 10 days are subject to Steel and Material price increases and Surcharges.
***________(Pls Initial) It is the Buyer's responsibility to verify quantities and description of items quoted.
Once your order has been placed, any changes including additions, deletions or color changes, will delay your shipment.
EXCLUSIONS: Unless specified, this quote specifically excludes all of the following:
Required Permits; Davis Bacon, Certified Payroll or Prevailing Wage fees
Performance/Payment Bonds
Site work and landscaping
Removal of existing equipment
Unloading; Receiving of inventory or equipment; Storage of equipment
Equipment assembly and/or installation
Safety surfacing; Borders or drainage requirements
Landscaping Repairs DUE to poor access or in climatic weather
FREIGHT AND DELIVERY:
Shipping is FOB Origin. A 24-hr Call Ahead is available at additional cost.
Delivery is currently 5+ weeks after order submittal. Unless otherwise noted, all equipment is delivered unassembled.
***________(Pls Initial)Buyer is responsible to meet and provide a minimum of 2 ADULTS to unload truck
A Check List, detailing all items shipped, will be mailed to you and a copy will be included with the shipment.
Buyer is responsible for ensuring the Sales Order and Item Numbers on all boxes and pieces match the Check List.
***________(Pls Initial)Shortages or damages must be noted on the driver's delivery receipt. Shortages or damages not noted become
the buyers financial responsibility.
Damaged Freight must be refused. Please notify Northwest Playground Equipment immediately of any damages.
Shortages and Concealed Damage must be reported to Northwest Playground Equipment within 10 days of delivery.
A reconsignment fee will be charged for any changes made to delivery address after order has been placed.
TAXES:
All orders delivering in Washington are subject to applicable sales tax unless a tax exemption or Reseller Permit is on file at the time the order
is placed.
PAYMENT TERMS: An approved Credit Application is required for new customers. 50% down payment is due at time of order with balance due
upon delivery, unless other credit terms have been approved. Interest may be charged on past due
balances at an annual rate of 18%. A 3% charge will be added to all credit card orders.
RESTOCKING: Items canceled, returned or refused will be subject to a minimum 25% restocking fee. All return freight
charges are the responsibility of the Buyer.
MAINTENANCE/WARRANTY:
Manufacturer's standard product warranties apply and cover equipment replacement and freight costs only; labor is not
included. Northwest Playground Equipment offers no additional warranties.
Maintenance of the equipment and safety surfacing is the responsibility of the customer.
Any unauthorized alterations or modifications to the equipment (including layout) will void your warranty.
INSTALLATION: (if applicable)
A private locate service for underground utilities must be completed before your scheduled installation.
Site must be level and free of loose debris (this includes ground cover/chips).
A minimum 6 foot opening with good access must be available to the site for delivery trucks and tractor.
An onsite dumpster must be provided for disposal of packaging materials.
Arrangements must be made in advance for the disposal of dirt/rocks from within the installation area.
Arrangements must be made in advance for the removal/disposal of existing equipment.
Additional charges may apply if large rocks or concrete are found beneath the surface.
Access to power and water must be available.
Site supervision is quoted in 8-hour days.
Acceptance of Terms & Conditions:
Acceptance of this proposal, made by an authorized agent of your company, indicates agreement to the above terms and conditions.
Doug Nelson
Sales Rep Customer Signature Date
Ø3
.
5
"
1
1
-
G
a
8'
8.
5
'
8.
5
3
'
8.
8
8
'
Ø2
.
8
7
5
"
1
2
-
G
a
Ø2
.
8
7
5
"
1
2
-
G
a
12
'
10
.
4
2
'
St
a
n
d
a
r
d
Ba
s
e
P
l
a
t
e
1.
9
6
3
N/
A
3
2.
9
4
Ou
t
o
f
r
a
n
g
e
Ou
t
o
f
r
a
n
g
e
N/
A
N/
A
N/
A
20
'
20
X
1
2
1
4
SQUARE FOOTING IS BASIS OF DESIGN W/ TOP OF FOOTING
FLUSH W/ FINISH GRADE OF ADJ CONCRETE PAVING
PROVIDE NAVY BLUE
PROVIDE BLACK COLOR