Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract �Ir►r CAG-04-145
AIA Document A101T" - 1997
Standard Form of Agreement Between Owner and Contractor
where the basis of payment is a STIPULATED SUM
AGREEMENT made as of the 4f day of V10, in the year of 2004
(In words, indicate day,month and year)
BETWEEN the Owner:
(Name,address and other information)
ADDITIONS AND DELETIONS:
City of Renton Tne author of this document has
1055 S.Grady Way added information needed for its
Renton,WA 98055 completion.The author may also
have revised the text of the
original AIA standard form.An
and the Contractor: Additions and Deletions Report
(Name,address and other information) that notes added information as
well as revisions to the standard
Landscape Structures,Inc. form text is available from the
P.O.Box 198 author and should be reviewed.
601 7th Street South A vertical line in the left margin of
Delano,MN 55328 this document indicates where
the author has added necessary
The Project is: information and where the author
has added to or deleted from the
original AIA text.
Sunset Court Park Play Equipment Purchase&Installation This document has important
1150 Harrington Avenue NE legal consequences.
Renton,WA 98056 Consultation with an attorney
is encouraged with respect to
The Architect is: its completion or modification.
(Name,address and other information) AIA Document A201-1997,
NIA General Conditions of the
Contact for Construction,is
adopted in this document by
reference.Do not use with other
general conditions unless this
The Owner and Contractor agree as follows. document is modified.
This document has been
approved and endorsed by The
Associated General Contractors
of America.
AIA Document A101 r"'—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1980,1987,1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING:This AIAe Document is protected by U.S.Copyright Law and International Treaties.
Unauthorized reproduction or distribution of this AIAe Document,or any portion of it,may result in severe civil and criminal penalties,and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:14 on 10/19/2004 under Order
No.1000141828_1 wh;ch expires on 5/9/2005,and is not for resale.
User Notes: (687927291)
1400'
ARTICLE 1 THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other
Conditions),Drawings,Specifications,Addenda issued prior to execution of this Agreement,other documents listed
in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as
fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire
and integrated agreement between the parties hereto and supersedes prior negotiations,representations or
agreements,either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in
Article 8.
ARTICLE 2 THE WORK OF THIS CONTRACT
The Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically
indicated in the Contract Documents to be the responsibility of others.
ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
§31 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated
below or provision is made for the date to be fixed in a notice to proceed issued by the Owner.
(Insert the date of commencement if it differs from the date of this Agreement or, if applicable,state that the date
will be fixed in a notice to proceed.)
If,prior to the commencement of the Work,the Owner requires time to file mortgages,mechanic's liens and other
security interests,the Owner's time requirement shall be as follows:
§3.2 The Contract Time shall be measured from the date of Notice to Proceed.
§3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ninety(90)days from the
slate of commencement,or as follows:
(Insert number of calendar days.Alternatively,a calendar date may be used when coordinated with the date of
commencement. Unless stated elsewhere in the Contract Documents, insert any requirements for earlier Substantial
Completion of certain portions of the Work.)
Portion of Work Substantial Completion Date
subject to adjustments of this Contract Time as provided in the Contract Documents.
(Insert provisions, if any,for liquidated damages relating to failure to complete on time or for bonus payments for
early completion of the Work.)
ARTICLE 4 CONTRACT SUM
§41 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the
Contract.The Contract Sum shall be Sixty-nine thousand,seven hundred eighty-seven dollars and fifty-eight cents
($69,787.58),including Washington State Sales Tax,subject to additions and deductions as provided in the Contract
Documents.
§4.2 The Contract Sum is based upon the following alternates,if any,which are described in the Contract
Documents and are hereby accepted by the Owner:
(State the numbers or other identification of accepted alternates.If decisions on other alternates are to be made by
the Owner subsequent to the execution of this Agreement,attach a schedule of such other alternates showing the
amount for each and the date when that amount expires)
AIA Document A101Tm—1997.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1980,1987,1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING:This AIA! Document is protected by U.S.Copyright Law and International Treaties. 2
Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:14 on 10/19/2004 under Order
No.1000141828_1 which expires on 5/9/2005,and is not for resale.
User Notes: (687927291)
`�r✓ fir'
N/A
§4.3 Unit prices,if any,are as follows:
Description Units Price($0.00)
ARTICLE 5 PAYMENTS
§5.1 PROGRESS PAYMENTS
§5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for
Payment issued by the Architect,the Owner shall make progress payments on account of the Contract Sum to the
Contractor as provided below and elsewhere in the Contract Documents.
N/A. See section 5.2,Final Payment.
§5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of
the month,or as follows:
§3.1.3 Provided that an Application for Payment is received by the Architect not later than the day of a month,
the Owner shall make payment to the Contractor not later than the day of the same month.If an Application
for Payment is received by the Architect after the application date fixed above,payment shall be made by the Owner
not later than (`` )days after the Architect receives the Application for Payment.
N/A. See section 5.2,Final Payment.
§5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the
Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract
Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported
by such data to substantiate its accuracy as the Architect may require. This schedule,unless objected to by the
Architect,shall be used as a basis for reviewing the Contractor's Applications for Payment.
N/A. See section 5.2 Final Payment.
§5.1,5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the
end of the period covered by the Application for Payment.
N/A. See section'5.2 Final Payment.
§5.1.6 Subject to other provisions of the Contract Documents,the amount of each progress payment shall be
computed as follows:
N/A. See section 5.2,Final Payment.
.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by
multiplying the percentage completion of each portion of the Work by the share of the Contract Sum
allocated to that portion of the Work in the schedule of values,less retainage of ( ).Pending
final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be
included as provided in Section 7.3.8 of AIA Document A201-1997;
.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and
suitably stored at the site for subsequent incorporation in the completed construction(or,if approved
in advance by the Owner,suitably stored off the site at a location agreed upon in writing),less
retainage of ( );
.3 Subtract the aggregate of previous payments made by the Owner;and
AIA Document A101TM—1997.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1980,1987,1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties. 3
Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:14 on 10/19/2004 under Order
No.1000141828_1 which expires on 5/9/2005,and is not for resale.
User Notes: (687927291)
.4 Subtract amounts,if any,for which the Architect has withheld or nullified a Certificate for Payment
as provided in Section 9.5 of AIA Document A201-1997.
§5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be farther modified under
the following circumstances:
N/A. See section 5.2,Final Payment.
.1 Add,upon Substantial Completion of the Work,a sum sufficient to increase the total payments to the
full amount of the Contract Sum,less such amounts as the Architect shall determine for incomplete
Work,retainage applicable to such work and unsettled claims;and
(Section 9.8.5 of AIA Document A201-1997 requires release of applicable retainage upon Substantial
Completion of Work with consent of surety, if any.)
.2 Add,if final completion of the Work is thereafter materially delayed through no fault of the
Contractor,any additional amounts payable in accordance with Section 9.10.3 of AIA Document
A201-1997.
§5.1.8 Reduction or limitation of retainage,if any,shall be as follows:
N/A. See section 5.2,Final Payment.
(If it is intended,prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from
the percentages inserted in Sections 5.1.61 and 5.1.6.2 above,and this is not explained elsewhere in the Contract
Documents, insert here provisions for such reduction or limitation.)
§'5.1.9 Except with the Owner's prior approval,the Contractor shall not make advance payments to suppliers for
materials or equipment which have not been delivered and stored at the site.
5.2 FINAL PAYMENT
§5.2.1 Final payment,constituting the entire unpaid balance of the Contract Sum,minus a retainage fee of five
percent(5%),shall be made by the Owner to the Contractor when:
1 the Contractor has frilly performed the Contract except for the Contractor's responsibility to correct
Work as provided in Section 12.2.2 of AIA Document A201-1997,and to satisfy other requirements,
if any,which extend beyond final payment;and
(Paragraph deleted)
§5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the
Architect's final Certificate for Payment,or as follows:
ARTICLE 6 TERMINATION OR SUSPENSION
§6.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document
A201-1997.
§6.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-1997.
ARTICLE 7 MISCELLANEOUS PROVISIONS
§7.1 Where reference is made in this Agreement to a provision of AIA Document A201-1997 or another Contract
Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract
Documents.
AIA Document A101TM—1997.Copyright m 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1980,1987,1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING:This AIAs Document is protected by U.S.Copyright Law and International Treaties. 4
Unauthorized reproduction or distribution of this AIA!Document,or any portion of it,may result in severe civil and criminal penalties,and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:14 on 10/19/2004 under Order
No.1000141828_1 which expires on 5/9/2005,and is not for resale.
User Notes: (687927291)
r
§7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated
below,or in the absence thereof,at the legal rate prevailing from time to time at the place where the Project is
located.
N/A
(Insert rate of interest agreed upon, if any.)
( )per annum
(Usury laws and requirements under the Federal Truth in Lending Act,similar state and local consumer credit laws
and other regulations at the Owner's and Contractor's principal places of business,the location of the Project and
elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or
modifications,and also regarding requirements such as written disclosures or waivers.)
§7.3 The Owner's representative is:
(Name,address and other information)
Bill Rasmussen
1055 S.Grady Way
Renton,WA 98055
Telephone Number:425-430-6617
Fax Number:425-430-6603
§7.4 The Contractor's representative is:
(Name,address and other information)
Jean Hayes
Landscape Structures,Inc.
P.O.Box 198
601 7th Street South
Delano,MN 55328
Telephone Number: 800-328-0035
Fax Number:763-972-5291
§7.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the
other party.
§7.6 Other provisions:
ARTICLES ENUMERATION OF CONTRACT DOCUMENTS
§8.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as
follows:
§8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner and
Contractor,AIA Document A101-1997.
§8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction,AIA
Document A201-1997.
§8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated
,and are as follows
AIA Document A101TM—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1980,1987,1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties. 5
Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:14 on 10/19/2004 under Order
No.1000141828_I which expires on 5/9/2005,and is not for resale.
User Notes: (687927291)
c
�'rl✓ vr/
Document Title Pages
I RFP Sunset Court Play Equipment 56
Purchase and Installation
§8.1.4 The Specifications are those contained in the Project Manual dated as in Section 8.1.3,and are as follows:
(Either list the Specifications here or refer to an exhibit attached to this Agreement.)
Title of Specifications exhibit: Proposal Documents submitted by Archictecreation,Inc.
§8.1.5 The Drawings are as follows,and are dated unless a different date is shown below:
(Either list the Drawings here or refer to an exhibit attached to this Agreement.)
Title of Drawings exhibit: Proposal Documents submitted by Architecreation,Inc.
§8.1.6 The Addenda,if any,are as follows: N/A
Number Date Pages
Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding
requirements are also enumerated in this Article 8.
§8.1.7 Other documents,if any,forming part of the Contract Documents are as follows:
(List here any additional documents that are intended to form part of the Contract Documents.AIA Document A201-
1997 provides that bidding requirements such as advertisement or invitation to bid,Instructions to Bidders, sample
forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They
should be listed here only if intended to be part of the Contract Documents.)
This Agreement is entered into as of the day and year first written above and is executed in at least three original
copies,of which one is to be delivered to the Contractor,one to the Architect for use in the administration of the
Contract,,and the remainder to the Owner. Landscape Structures Inc.
0 Qom- Q g(
OWNER( ignature) CONT TC OR(Signal e)
KathyKeolker-Wheeler,Mayor Jean Hayes , Contract Specialist
(Printed name and title)
(Printed name and title)
ATTEST(Signature)
_Bonrre Walton,City Clerk .�yhn ,�Q r7'Q IS C�P�fUI �C'PGr/it�/ 'r
j (P,#,ted name and title)
AIA Document A101 Tm—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1980,1987,1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING:This AIA'"Document is protected by U.S.Copyright Law and International Treaties. 6
Unauthorized reproduction or distribution of this AIO Document,or any portion of it,may result in severe civil and criminal penalties,and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:14 on 10/19/2004 under Order
No.1 0001 41 828-1 which expires on 5/9/2005,and is not for resale.
User Notes: (687927291)
Bond No. 6047263 NOW 'NWV
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned Landscape Structures, Inc.
601 7th Street South, Delano, MN 55328
as principal,and First National Insurance Compan_y_of America_ corporation organized and existing under the laws of
the State of Was inciton as a surety corporation, and qualified under the laws of the
State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly
and severally held and firmly bound to the City of Renton in the penal sum$ 69.787.58 for the
payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives,as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of
Renton. p
Dated at Minneapolis Minnesota this 0 day of 0 4 2004
Nevertheless,the conditions of the above obligation are such that:
WHEREAS,under and pursuant to Public Works Construction Contract CAG providing for construction
of Sunset Court Park Play F,,taipmPnt —
Pcojc�,t taame
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS,the principal has accepted, or is about to accept,the contract,the undertake to perform the work therein
provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and
within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall
pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or
subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract or from
defects appearing or developing in the material or workmanship provided or performed under the contract within a
period or one year after its acceptance thereof by the City of Penton, then and in that event this obligation shall be
void;but otherwise it shall be and remain in full force and effect.
Landscape Structures Inc. _ First National Insurance Company of America
Prirripol � Surety �,
si ture Signature
,Tear. Haves, Contract Specialist Meredith F. Shian, Attorney-in-fact
Title Title
wo,
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company of America, American
States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the
Terrorism Risk Insurance Act of 2002 extends to"surety insurance". This means that under certain
circumstances we may be eligible for reimbursement of certain surety bond losses by the United States
government under a formula established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
S-6248/GEEF 2/03
FRP
*"Sol
*
STATE OF MINNESOTA )
SS:
COUNTY OF HENNEPIN )
On � ,2004,before me,Notary Public within and for said County and State,
personally appeared Meredith F. Shian known to me to be the Attorney-In-Fact of
First National Insurance Comony of America
the corporation described in and that executed the within and foregoing instrument and known to me to be
the person who executed the said instrument in behalf of said corporation and she duly acknowledged to
me that such corporation executed the same.
z
!,.'.inri twi,r A i.
S Q F E C •
� POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY PO BOX 34526
FIRST NATIONAL SURETY SEATTLE,WA 98124-1526
PO BOX 34526
SEATTLE,WA 98124-1526
No. 3728
KNOW ALL BY THESE PRESENTS:
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint
********MEREDITH F.SHIAN;BRIAN D.CARPENTER;SCOTT G.LABAT;MARIANNE C.SCHMIDT;BARBARA L.RAEDEKE;Minneapolis,Minnesota********
its true and lawful attorney(s)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a
similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as
if such instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 28th day of October 2003
4 �_ P -✓N d.4 ,
CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT
CERTIFICATE
Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V,Section 13.-FIDELITY AND SURETY BONDS ...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with
authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or
on any bond or undertaking of the company,the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided, however,
that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V,Section 13 of the By-Laws,and
(ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof."
I, Christine Mead,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto,are true and correct, and that both the By-Laws,the
Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this day of
��S�11P OCR C�'45e
1928 4r
�diJ F°f
+ ► CHRISTINE MEAD,SECRETARY
S-1049/FNEF 7/98
®A registered trademark of SAFECO Corporation
10/28/2003 PDF
� REQUEST FOR
PROPOSAL
SUNSET COURT PARK
PLAY EQUIPMENT PURCHASE
AND INSTALLATION
1150 Harrington Avenue NE
Renton, Washington
Owner: CITY OF RENTON
COMMUNITY SERVICES DEPARTMENT
" 1055 South Grady Way
Renton, WA 98055
_.. Bill Rasmussen, CIP Coordinator
Ph: 425 430 6617
Fx: 425 430 6603
Date: June 23, 2004
REQUEST FOR PROPOSAL
for
Purchase and Installation of
Playground Equipment and Safety Surfacing
at
SUNSET COURT PARK
1150 Harrington Avenue NE
t RENTON, WASHINGTON 98056
PREPARED BY:
CITY OF RENTON
COMMUNITY SERVICES ADMINISTRATION
1055 SOUTH GRADY WAY
® RENTON, WASHINGTON
JUNE 2004
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
TABLE OF CONTENTS
TITLE NUMBER OF PAGES
Tableof Contents .................................................................................................................... 1
DIVISION O - BIDDING REQUIREMENTS CONTRACT FORMS
AND CONDITIONS OF THE CONTRACT
00020 Synopsis of Bidding Information .............................................................................. 1
00030 Invitation to Bid........................................................................................................ 1
00040 Request for Proposals............................................................................................. 1
00110 Bidder's Checklist.................................................................................................... 1
00200 Instructions to Bidders............................................................................................. 3
00310 Bid Proposal (also inserted separately)....................................................................4
00400 Non-Collusion, Anti-Trust, Minimum Wage Form (also inserted separately)............ 1
00420 Statement of Bidder's Qualifications (also inserted separately) ...............................2
00705 Contract Agreement................................................................................................. 2
00900 Special Conditions................................................................................................... 3
00920 Insurance & Related Requirements......................................................................... 3
,�. DIVISION 1 - GENERAL REQUIREMENTS
01010 Summary of Work and Sequence............................................................................ 3
01015 Special Provisions.................................................................................................... 6
01028 Change Orders........................................................................................................ 2
' 01060 Regulatory Requirements........................................................................................ 1
01340 Shop Drawings, Product Data & Samples................................................................ 1
01400 Quality Control......................................................................................................... 1
01430 Inspections & Tests ................................................................................................. 2
01500 Construction Facilities, Utilities, and Temporary Controls ........................................ 2
r. 01570 Traffic Regulation ....................................................................................................2
01700 Project Closeout ...................................................................................................... 5
DIVISION 2 — INSTALLATION
02860 Equipment Installation — Playground Equipment......................................................4
02870 Equipment Installation —Wood Fiber Ground Surfacing ..........................................4
APPENDIX A
Site Plan
2004-100aa TABLE OF CONTENTS
PAGE 1
BIDDING REQUIREMENTS,
CONTRACT FORMS, AND
CONDITIONS OF THE CONTRACT
DIVISION 0
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SYNOPSIS OF PROPOSAL INFORMATION
SECTION 00020
1. PROJECT: SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
1150 Harrington Avenue NE
Renton, WA 98056
2. OWNER: City of Renton
1055 South Grady Way
Renton, WA 98055
3. OWNER'S REPRESENTATIVE:
Bill Rasmussen, Capital Project Coordinator
Community Services Administration
Renton City Hall, 5th Floor
1055 South Grady Way
Renton, WA 98055
Phone (425) 430-6617
FAX (425) 430-6603
4. PROPOSALS DUE: Friday, July 16, 2004, by 2:30PM
Renton City Hall - Seventh Floor—Office of the City Clerk
(Please note: Attachment C, Color Photo Display Board, will be
delivered to Bill Rasmussen, CIP Coordinator, 5th Floor, City Hall,
1055 S. Grady Way, Renton, WA 98055, at the date and time
specified above.)
5. TENTATIVE SCHEDULE OF WORK:
The following dates represent the tentative schedule for the work
to be performed under this contract:
Documents Available for Proposal Wednesday, June 23, 2004
Proposals Due by 2:30 PM Friday, July 16, 2004
Commence Work September 2004
6. TIME OF CONSTRUCTION:
Ninety (90) calendar days
7. PERFORMANCE BOND & PAYMENT BOND:
I� 100% of contract amount
8. WAGES:
Pay state promulgated prevailing wages rates.
9. TYPE OF CONTRACT:
Single lump-sum contract encompassing all work.
END OF SECTION
2004-100aa 00020
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSALFORM
SECTION 00310
FORM OF PROPOSAL
for the
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
1150 Harrington Avenue NE
Renton, Washington 98056
Proposals Due: 2:30 P.M. Friday, July 16, 2004
To: Renton City Hall
City Clerk, Seventh Floor
1055 South Grady Way
Renton, WA 98055
The undersigned hereby certifies that they have carefully examined the proposal documents
entitled "Sunset Court Park Play Equipment Purchase & Installation", Renton, WA and
have examined the site of the work and the locations where said work is to be done, and fully
understands the manner in which payment is proposed to be made for the cost thereof, hereby
proposes to furnish all materials/equipment and to perform all labor which may be required to
complete said work within the time fixed, and upon the terms and conditions provided in said
proposal documents for consideration of the following amounts.
A. PROPOSAL QUOTE
ATTACHMENT A: Manufacturer's parts specifications included Yes No
ATTACHMENT B: Layout drawing to scale included Yes No
ATTACHMENT C: Color photo display board included Yes No
ATTACHMENT D: ASTM and CPSC Statements of Compliance Yes No
ATTACHMENT E: Wood Fiber Sample and Typical Section Dwg Yes No
2004-100aa 00310
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSAL FORM
SECTION 00310
We propose to furnish, deliver, and install the following:
Playground Equipment and Wood Fiber Surfacing for Sunset Court Park
ITEM BRAND MODEL UNIT COST QTY TOTAL COST
$
FREIGHT $
EQUIPMENT INSTALLATION $
SURFACING INSTALLATION $
SALES TAX @ % $
TOTAL PRICE $
2004-100aa 00310
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSALFORM
SECTION 00310
B. CONDITIONS OF PROPOSAL
DETERMINATION OF THE BEST PROPOSAL PER CRITERIA:
The Owner will award the purchase to the best proposal according to its best
judgment—the best equipment and variety in play experience for the money
available. The City reserves the right to reject any or all quotes and to waive any
formalities. The evaluation matrix is as follows:
• Play opportunities (1-10 points)
• Uniqueness/Equipment fits with Surrounding Environment (1-5 points)
• Relationship of Play Components: 2-5 years (1-10 points)
• Relationship of Play Components: 5-12 years (1-10 points)
• Presentation board and materials (0-1 point)
C. PERIOD OF PROPOSAL VALIDITY/ACCEPTANCE OF PROPOSAL
1. PROPOSAL VALIDITY
The undersigned hereby agrees that this PROPOSAL as described in paragraph "A"
shall be valid and firm offerings for the period of forty-five (45) days from closing
time for the "Receipt Of Proposal."
2. PROPOSAL ACCEPTANCE
Acceptance of Proposal: Within thirty (30) days after the opening of Form Of
Proposal, the City will act either to accept the best proposal per criteria, or to reject
all proposals. The City reserves the right to request extensions of such proposal
acceptance period.
The acceptance of a proposal will be evidenced by a written Notice of Intent to
Award Contract to the Bidder whose proposal is under consideration for acceptance,
together with a request to furnish evidence of insurance to execute the agreement
set forth in the proposal documents and other designated documents.
D. EXECUTION OF CONTRACT
1. If written "Notice of Intent to Award Contract" is mailed, telegraphed, facsimile, or
delivered to the undersigned within the "period of proposal validity" noted above, or
any time thereafter before this proposal is withdrawn, the undersigned will, within ten
(10) days after the date of such notification, execute a Contract.
2. If the business is a Corporation, name of the corporation should be listed in full
and both 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, 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 business is an
Individual Proprietorship, the name of the owner should appear, followed by d/b/a
and the name of company.
2004-100aa 00310
PAGE 3
i
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSAL FORM
SECTION 00310
E. TIME FOR COMPLETION
The undersigned hereby agrees to "FINAL COMPLETION" of all Work outlined in the
Contract Documents within ninety (90) calendar days after receipt of Notice to Proceed.
F. EXECUTION OF PROPOSAL
Name of Firm
State License Registration No.
Address
City State Zip Code
Telephone ( ) FAX ( )
The undersigned designates the above as the firm and address to which "NOTICE OF
CONTRACT AWARD" may be mailed, hand delivered or delivered via facsimile.
NOTE: If a Bidder is a corporation, write state of incorporation; and if a partnership, give
full names and addresses of all partners below:
The undersigned certifies that the above is a firm and valid PROPOSAL to accomplish all
Work and comply with all requirements of the Contract Documents.
Date
Signature
Signed Printed
Title
H. ENCLOSURES PROVIDED BY CONTRACTOR
The Contractor shall provide the following enclosure with this Form of Proposal:
A. Non-Collusion Affidavit (located in this Specification Section 00400).
B. Assignment of Antitrust Claims To Purchaser (located in this Specification Section
00400).
C. Minimum Wage Affidavit Form (located in this Specification Section 00400).
D. Statement of Bidder's Qualifications (located in this Specification Section 00420).
END OF PROPOSAL FORM
2004-100aa 00310
PAGE 4
a
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
NON-COLLUSION AFFADAVIT/MINIMUM WAGE FORM
SECTION 00400
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says,that he is the identical person who submitted the forgoing proposal, and that
such proposal 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 proposal,or any other person or corporation to refrain from bidding, and that deponent
has not in any manner sought by collusion to secure to himself or to any other person any advantage over the other
Bidder or Bidders.
AND
CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are
in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such
overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges
resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the
price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and
subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn,deposed, say and certify that in connection with the performance of the
work of this project, I will pay each classification of laborer, workman,or mechanic employed in the performance of
such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the
principal contract:that I have read the above and foregoing statement and certificate, know the contents thereof and
the substance as set forth therein is true to my knowledge and belief.
FOR: NON-COLLUSION AFFIDAVIT,ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT:
SUNSET COURT PARK PLAY EQUIPMENT PURCHASE&INSTALLATION
Name of Bidders Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this day of 2004.
Notary Public in and for the State of Washington
Residing at:
END OF SECTION
2004-100aa 00400
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
STATEMENT OF BIDDER'S QUALIFICATIONS
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
Nameof Contractor......................:....................................................................................................................
Address: ...........................................................................................................................................
...........................................................................................................................................................
PhoneNumber: ................................................. Fax : .................................................
Washington State Department of Labor and Industries Workmen's Compensation Account No.:
...........................................................................................................................................................
Washington State Department of Licenses Contractor's Registration
No.....................................................................................................................................................
Expiration Date: .........................
Number of years the contractor has been engaged in the construction business under the present firm name
indicated:.................................. ..............
Gross dollar amount of work under contract: ................................................................................
Gross dollar amount of contracts not completed: ..........................................................................
Type of work generally performed by contractor: .........................................................................
...........................................................................................................................................................
List of five public projects of a similar nature which have been completed by the contractor within the last five
years and the gross dollar amount of each project:
Bid Contact& Year
Project Name Agency Phone No. Completed
Amount
.................................... ....................................... ................................ ................. ...................
.................................... ....................................... ................................ ................. ...................
.................................... ....................................... ................................ ................. ...................
.................................... ....................................... .............I.................. ................. ...................
.................................... ....................................... ................................ ................. ...................
2004-100aa 00420
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
STATEMENT OF BIDDER'S QUALIFICATIONS
SECTION 00420
List of major pieces of equipment which are owned by the Contractor and which will be available and required
for use on this project:
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
BankReferences:...............................................................................................................................
..........................................................................................................................................................
Have you changed bonding companies within the last three years...................................................
Ifso,why? (Optional): ...................................................................................................................
..........................................................................................................................................................
Have you ever sued or been sued by the client on any public works contract for a special district,municipality,
county,or state government? .....................................................................................
Who? ...............................................................................................................................................
Forwhat reason: ..............................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
Dispositionof case,if settled: ............................................................................................................
...........................................................................................................................................................
Name of Superintendent to be used on the project and how long with your company:.....................
...........................................................................................................................................................
Bidder: .............................................................................................
(Printed Name of Bidder)
By: ................................................................................................
(Signature ofAuthorized Official)
Title: ................................................................................................
END OF SECTION
2004-100aa 00420
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
' INVITATION TO BID
SECTION 00030
CITY OF RENTON
COMMUNITY SERVICES ADMINISTRATION
SUNSET COURT PARK PLAY AREA
IYou are invited to submit a proposal for the work associated with the purchase and installation
of playground equipment and safety surfacing at Sunset Court Park, 1150 Harrington Avenue
' NE, Renton, Washington. Proposals will be received at the Office of the City Clerk, Seventh
Floor, Renton City Hall, 1055 South Grady Way, Renton, WA, 98055 until 2:30 P.M., Friday,
July 16, 2004. (Please note: Attachment C of the proposal, Color Photo Display Board, will be
received by Bill Rasmussen, 5th Floor, Renton City Hall, 1055 S. Grady Way, Renton, WA
98055, on the date and time specified above.) Proposals received after the specified time and
date will not be considered.
The project work consists of selection, purchase, delivery and installation of play equipment and
safety surfacing.
A single contract proposal including general and specialty contracts shall be submitted in
accordance with the Drawings, Project Manual, and other contract documents. The City
reserves the right to reject any and all proposals and waive any informalities or irregularities in
the proposals received. The estimated purchase and installation cost, including tax and freight
to the City of Renton, shall not exceed $70,000.
The City's fair practices/non-discrimination policies and State Prevailing Wage Rates apply to
this project.
Proposal documents may be obtained at the Community Services Administration Office, Renton
City Hall, Fifth Floor, 1055 South Grady Way, Renton (Phone: 425 430 6600), beginning
Wednesday, June 23, 2004, at a non-refundable cost of $10 per set. Mailing cost is $5 extra
per set. Checks only are accepted, payable to the City of Renton. Questions about the project
shall be addressed to Bill Rasmussen, City of Renton, Community Services Administration,
1055 Grady Way, Fifth Floor, Renton, WA, 98055, phone (425) 430-6617, fax (425) 430-6603.
The successful vendor shall enter into a contract in accordance with the proposal and shall
furnish a Performance Bond in the amount of 100% amount bid.
2004-100aa 00030
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
REQUEST FOR PROPOSALS
SECTION 00040
' REQUEST FOR PROPOSALS
GENE COULON MEMORIAL BEACH PARK PLAY AREA
RENTON, WASHINGTON
Proposals for the purchase and installation of play equipment and safety surfacing at Sunset
Court Park will be received at the Office of the City Clerk, Renton City Hall, 7th Floor, 1055
M South Grady Way, Renton, Washington 98055, until 2:30 PM on Friday, July 16, 2004.
(Please note: Attachment C of the proposal, Color Photo Display Board, shall be delivered to
Bill Rasmussen, Capital Improvement Project Coordinator, City Hall — Fifth Floor, 1055 S. Grady
Way, Renton, WA 98055, at the date and time specified above.)
The project work includes selection, purchase, delivery and installation of play equipment and
safety surfacing according to specifications.
Proposal documents may be obtained at City of Renton Community Services Department on the
Fifth Floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055 (Ph: 425 430 6600)
beginning Wednesday, June 23, 2004, at a non-refundable amount of $10.00 (check only,
payable to City of Renton). Mailing cost is an additional non-refundable fee of $5.00 per set to
cover postage.
The City reserves the right to reject any and all proposals and waive any informalities or
irregularities in proposals received. The City's fair practices and non-discrimination policies and
State Prevailing Wage Rates apply to this project.
All proposals shall be mailed or hand delivered to:
City of Renton
Attn: City Clerk— 7th floor
Renton City Hall
1055 South Grady Way
Renton, WA 98055
(Please note: Attachment C of the proposal, Color Photo Display Board, shall be delivered to
Bill Rasmussen, Capital Improvement Project Coordinator, City Hall — Fifth Floor, 1055 S. Grady
Way, Renton, WA 98055 at the date and time specified above.)
Proposals shall be in a sealed envelope marked:
"SUNSET COURT PARK PLAY EQUIPMENT PURCHASE &INSTALLATION"
To be published in: Daily Journal of Commerce
June 23 and 30, 2004
END OF SECTION
b
2004-100aa 00040
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SECTION 00110
BIDDER'S CHECKLIST
' BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed
in full as required and submitted with the proposal:
1. Proposal
The proposal price shall be stated in terms of a total lump. Illegible figures may
invalidate the bid.
' Z Proposal Signature Sheet
To be filled in and signed by the bidder.
3. Statement of Bidder's Qualifications
w To be filled in and signed by the bidder.
4. Non-Collusion Affidavit
To be signed and submitted with the proposal. Failure to complete the
aforementioned forms and to submit said forms with the proposal shall be due
cause for rejection of proposal.
END OF SECTION
r
1
1
2004-100aa 00110
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSTRUCTIONS TO BIDDERS
SECTION 00200
INSTRUCTIONS TO BIDDERS
1. BIDDERS REPRESENTATIONS
A. The work involved under the terms of this contract document shall be full and
complete installation of the facilities, as shown on the plans and as described in the
construction specifications.
B. The Bidder, by submitting a proposal, represents that he has read and understands
the proposal documents and the proposal is made in accordance therewith. He has
also visited the site, become familiar with local conditions under which the Work is to
be performed and has correlated the bidder's personal observations with the
requirements of the proposal docments.
C. Proposals shall include Work in conformance with all applicable State Laws, Municipal
Ordinances, and the rules and regulations of all authorities having jurisdiction over the
construction of the Project.
D. A total of ninety (90) calendar days will be allowed for the purchase and installation of
play equipment for this project. It is anticipated that Notice to Proceed will be issued
thirty (30) days after the receipt of proposals.
2. CONDITIONS OF THE WORK
A. Each bidder must inform himself fully of the conditions relating to the construction of
the project and the employment of labor thereon. Failure to do so will not relieve a
successful bidder of his obligations to furnish all material and labor necessary to carry
out the provisions of his contract.
B. Insofar as possible the Contractor, in carrying out his work, must employ such
methods or means as will not cause any interruption of or interference with the work of
any other contractor.
3. ADDENDA AND INTERPRETATIONS
A. No interpretation of the meaning of the plans, specifications or other proposal
documents will be made to any bidder orally.
B. Every request for such interpretation should be in writing addressed to the Owner's
Representative, and to be given consideration must be received at least four (4) days
prior to the date fixed for the submittal of proposals. Any and all such interpretations
and any supplemental instructions will be in the form of written addenda to the
specifications which, if issued, will be mailed and faxed no later than two (2) days prior
to the date fixed for the opening of bids. Failure of any bidder to receive such
addenda or interpretation shall not relieve any such bidder from any obligation under
his proposal as submitted. All addenda so issued shall become part of the contract
documents.
4. SUBSTITUTIONS
A. The materials, products, and equipment described in the proposal documents
establish a standard of required function, dimension, appearance and quality to be
met by any proposed substitution.
r
2004-100aa 00200
PAGE 1
s
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSTRUCTIONS TO BIDDERS
SECTION 00200
B. The Owner's Representative shall have the final decision on the acceptability of '
substituted products. Refer to Section 01630 of the Specifications for Product
Substitutions.
5. PREPARATION OF PROPOSALS
Each proposal must be submitted on the enclosed form. Do not use or remove form bound
within the specifications. All blank spaces for proposal prices must be filled in, either in ink
or typewritten. The amount for each specified type of work, the pre-tax lump sum,
applicable taxes, and total lump sum bid must be stated in both words and figures and
where conflict occurs, the written or typed word shall prevail. (see Section 1-02.6, City of '
Renton Supplemental Specifications). Each proposal must be accompanied by fully
completed and executed items in the Bidder's Checklist, Section 00110.
6. SUBMISSION OF PROPOSALS ,
A. Each proposal must be submitted in a sealed envelope bearing on the outside the
name of the bidder, his address, and the name:
"Sunset Court Park Play Equipment Purchase & Installation
Sealed Proposal Enclosed"
B. All proposals must be self-explanatory. No opportunity will be offered for oral
explanation except as the City may request further information on particular points.
C. Proposals shall be submitted to the City Clerk's Office, Renton City Hall, 1055 South
Grady Way, 7'h Floor. Bids will be received until 2:30 pm, Friday, July 16, 2004.
(Please note: Attachment C of the proposal, Color Photo Display Board, shall be
delivered to Bill Rasmussen, Capital Improvement Project Coordinator, City Hall —
Fifth Floor, 1055 S. Grady Way, Renton, WA 98055, on the date and time specified
above.)
D. No telegraphic or fax modifications will be allowed.
7. AWARD OF PROPOSAL
A. It is the intent of the Owner to award a Contract to the best proposal, according to
the criteria, within the funds available for work, inclusive of Washington State sales
tax and freight charges, provided the proposal has been submitted in accordance
with the requirements of the proposal documents.
B. The Owner reserves the right to reject any proposal if the evidence submitted or
investigation of such vendor fails to satisfy the Owner that the vendor and
equipment are properly qualified to complete work of the highest quality.
8. NOTICE TO PROCEED
Notice To Proceed shall be given after the City Council, City Attorney, and Risk Manager
approve the Contract and the Contract is signed by the Mayor.
9. TIME OF CONSTRUCTION
After the designated date of Start of Work, the Contractor shall proceed with promptness
and diligence. The Contractor has ninety (90) calendar days to complete the project.
2004-100aa 00200
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSTRUCTIONS TO BIDDERS
SECTION 00200
10. CHANGE ORDER
A. When extra work is performed under an approved Change Order and paid for by
acceptable lump sum or mutually agreed prices, the contractor will be limited to a
markup of 10% overhead and profit.
B. When extra work is performed as above by a subcontractor to the general
contractor, the general contractor shall be limited to a 10% markup on the
subcontractors work. No further markup shall be permitted to cover any other
miscellaneous costs.
11. QUALIFICATIONS OF BIDDING
A. Each bidder must furnish a statement of his construction experience and general
ability to perform the work on the "Statement of Bidder's Qualifications" form included
in the Specifications.
B. The Owner may take such investigations as he deems necessary to determine the
ability of the bidder to perform the work, and the bidder shall furnish to the Owner all
such information and data for this purpose as the Owner may request. The Owner
reserves the right to reject any proposal if the evidence submitted by, or investigation
of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry
' out the obligation of the contract and to complete the work contemplated therein. In
addition, the Contractor covenants that he is registered and licensed as required by
the laws of the State of Washington.
' 12. QUALIFICATIONS OF SUBCONTRACTORS
Installer must have prior experience in equipment installation (12 months or more major
playground units).
13. SECURITY FOR FAITHFUL PERFORMANCE
Simultaneously with his delivery of the executed contract, the Contractor shall furnish a
surety bond or bonds, as required by RCW 39.08.010, as security for faithful performance
of this contract and for the payment of all persons performing labor on the project under this
' contract and furnishing materials in connection with this contract, as specified in the
General Conditions included herein. The surety on such bond or bonds shall be duly
authorized by a surety company satisfactory to the Owner.
14. CITY OF RENTON
It should be noted that the City of Renton as project Owner is distinct in dealings and
responsibilities from the City of Renton as building official and regulatory agency regarding
compliance with existing ordinances, etc.
Ir
15. EQUAL OPPORTUNITY EMPLOYER
The City of Renton is an Equal Opportunity Employer.
END OF SECTION
2004-100aa 00200
PAGE 3
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSAL FORM
SECTION 00310
FORM OF PROPOSAL
for the
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
1150 Harrington Avenue NE
Renton, Washington 98056
Proposals Due: 2:30 P.M. Friday, July 16, 2004
To: Renton City Hall
City Clerk, Seventh Floor
1055 South Grady Way
Renton, WA 98055
The undersigned hereby certifies that they have carefully examined the proposal documents
entitled "Sunset Court Park Play Equipment Purchase & Installation", Renton, WA and
have examined the site of the work and the locations where said work is to be done, and fully
understands the manner in which payment is proposed to be made for the cost thereof, hereby
proposes to furnish all materials/equipment and to perform all labor which may be required to
complete said work within the time fixed, and upon the terms and conditions provided in said
proposal documents for consideration of the following amounts.
A. PROPOSAL QUOTE
ATTACHMENT A: Manufacturer's parts specifications included Yes No
ATTACHMENT B: Layout drawing to scale included Yes No
ATTACHMENT C: Color photo display board included Yes No
ATTACHMENT D: ASTM and CPSC Statements of Compliance Yes No
ATTACHMENT E: Wood Fiber Sample and Typical Section Dwg Yes No
2004-100aa 00310
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSALFORM
SECTION 00310
We propose to furnish, deliver, and install the following:
Playground Equipment and Wood Fiber Surfacing for Sunset Court Park
ITEM BRAND MODEL UNIT COST QTY TOTAL COST
$ m
FREIGHT $
EQUIPMENT INSTALLATION $
SURFACING INSTALLATION $
SALES TAX @ % $
TOTAL PRICE $
2004-100aa 00310
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSALFORM
SECTION 00310
B. CONDITIONS OF PROPOSAL
DETERMINATION OF THE BEST PROPOSAL PER CRITERIA:
The Owner will award the purchase to the best proposal according to its best
judgment—the best equipment and variety in play experience for the money
available. The City reserves the right to reject any or all quotes and to waive any
formalities. The evaluation matrix is as follows:
• Play opportunities (1-10 points)
• Uniqueness/Equipment fits with Surrounding Environment (1-5 points)
• Relationship of Play Components: 2-5 years (1-10 points)
• Relationship of Play Components: 5-12 years (1-10 points)
• Presentation board and materials (0-1 point)
C. PERIOD OF PROPOSAL VALIDITY/ACCEPTANCE OF PROPOSAL
1. PROPOSAL VALIDITY
The undersigned hereby agrees that this PROPOSAL as described in paragraph "A"
shall be valid and firm offerings for the period of forty-five (45) days from closing
time for the "Receipt Of Proposal."
2. PROPOSAL ACCEPTANCE
Acceptance of Proposal: Within thirty (30) days after the opening of Form Of
Proposal, the City will act either to accept the best proposal per criteria, or to reject
all proposals. The City reserves the right to request extensions of such proposal
acceptance period.
The acceptance of a proposal will be evidenced by a written Notice of Intent to
Award Contract to the Bidder whose proposal is under consideration for acceptance,
together with a request to furnish evidence of insurance to execute the agreement
set forth in the proposal documents and other designated documents.
D. EXECUTION OF CONTRACT
1. If written "Notice of Intent to Award Contract" is mailed, telegraphed, facsimile, or
delivered to the undersigned within the "period of proposal validity" noted above, or
any time thereafter before this proposal is withdrawn, the undersigned will, within ten
(10) days after the date of such notification, execute a Contract.
2. If the business is a Corporation, name of the corporation should be listed in full
and both 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, 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 business is an
Individual Proprietorship, the name of the owner should appear, followed by d/b/a
and the name of company.
2004-100aa 00310
PAGE 3
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROPOSALFORM
SECTION 00310
E. TIME FOR COMPLETION
The undersigned hereby agrees to "FINAL COMPLETION" of all Work outlined in the
Contract Documents within ninety (90) calendar days after receipt of Notice to Proceed.
F. EXECUTION OF PROPOSAL
Name of Firm
State License Registration No.
Address
City State Zip Code F
Telephone ( ) FAX
The undersigned designates the above as the firm and address to which "NOTICE OF
CONTRACT AWARD" may be mailed, hand delivered or delivered via facsimile.
NOTE: If a Bidder is a corporation, write state of incorporation; and if a partnership, give
full names and addresses of all partners below:
The undersigned certifies that the above is a firm and valid PROPOSAL to accomplish all
Work and comply with all requirements of the Contract Documents.
Date
Signature
Signed Printed
Title
H. ENCLOSURES PROVIDED BY CONTRACTOR
The Contractor shall provide the following enclosure with this Form of Proposal:
A. Non-Collusion Affidavit (located in this Specification Section 00400).
B. Assignment of Antitrust Claims To Purchaser (located in this Specification Section
00400).
C. Minimum Wage Affidavit Form (located in this Specification Section 00400).
D. Statement of Bidder's Qualifications (located in this Specification Section 00420).
END OF PROPOSAL FORM
2004-100aa 00310
PAGE 4
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
NON-COLLUSION AFFADAVIT/ MINIMUM WAGE FORM
SECTION 00400
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the forgoing proposal,and that
such proposal 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 proposal, or any other person or corporation to refrain from bidding, and that deponent
has not in any manner sought by collusion to secure to himself or to any other person any advantage over the other
Bidder or Bidders.
AND
CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are
in fact usually bome by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such
overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges
resulting from anti-trust violations commencing after the date of the bid,quotation, or other event establishing the
price under this order or contract. In addition,vendor warrants and represents that such of his suppliers and
subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the
work of this project, I will pay each classification of laborer, workman,or mechanic employed in the performance of
such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the
principal contract:that I have read the above and foregoing statement and certificate, know the contents thereof and
the substance as set forth therein is true to my knowledge and belief.
FOR: NON-COLLUSION AFFIDAVIT,ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT:
SUNSET COURT PARK PLAY EQUIPMENT PURCHASE&INSTALLATION
Name of Bidders Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this day of 2004.
Notary Public in and for the State of Washington
Residing at:
END OF SECTION
2004-100aa 00400
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
STATEMENT OF BIDDER'S QUALIFICATIONS
•• SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
Nameof Contractor......:....................................................................................................................................
Address: ...........................................................................................................................................
...........................................................................................................................................................
r
PhoneNumber: ................................................. Fax: .................................................
Washington State Department of Labor and Industries Workmen's Compensation Account No.:
...........................................................................................................................................................
Washington State Department of Licenses Contractor's Registration
No.....................................................................................................................................................
Expiration Date: .........................
w.
Number of years the contractor has been engaged in the construction business under the present firm name
indicated:.................................................
r. Gross dollar amount of work under contract: ................................................................................
Gross dollar amount of contracts not completed: ..........................................................................
Type of work generally performed by contractor: .........................................................................
...........................................................................................................................................................
List of five public projects of a similar nature which have been completed by the contractor within the last five
years and the gross dollar amount of each project:
Bid Contact& Year
Project Name Agency Phone No. Completed
Amount
r .................................... ....................................... ................................ ................. ...................
.................................... ....................................... ................................ ................. ...I...............
r
.................................... ....................................... ................................ ................. ...................
.................................... ....................................... ................................ ................. ...................
2004-100aa 00420
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT .r
PURCHASE & INSTALLATION
STATEMENT OF BIDDER'S QUALIFICATIONS
SECTION 00420
List of major pieces of equipment which are owned by the Contractor and which will be available and required
for use on this project:
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
...........................................................................................................................................................
BankReferences:...............................................................................................................................
..........................................................................................................................................................
so
Have you changed bonding companies within the last three years...................................................
Ifso,why? (Optional): ...........................:.......................................................................................
..........................................................................................................................................................
Have you ever sued or been sued by the client on any public works contract for a special district,municipality,
county, or state government? .....................................................................................
Who? ...............................................................................................................................................
Forwhat reason: ..............................................................................................................................
r
...........................................................................................................................................................
...................................................................................................................
....................................... .rr
Dispositionof case,if settled: ............................................................................................................
r
...........................................................................................................................................................
Name of Superintendent to be used on the project and how long with your company:.....................
r
...........................................................................................................................................................
Bidder: .............................................................................................
•
(Printed Name of Bidder)
By: ................................................................................................ r
(Signature ofAuthorized Official)
Title: ................................................................................................ wi
END OF SECTION
2004-100aa 00420
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
CONTRACT AGREEMENT
SECTION 00705
n
CITY OF RENTON COMMUNITY SERVICES DEPARTMENT
CONTRACT AGREEMENT
THIS AGREEMENT is made as of the day of 2004, between the
CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as "CITY"
and , hereinafter referred to as"CONTRACTOR", to purchase,
deliver and install play equipment and surfacing material at Sunset Court Park, 1150 Harrington Avenue
NE, Renton, Washington.
The City and Contractor agree as set forth below.
1. Scope of Services. The Contractor will provide all material and labor necessary to perform all work
' described in Section 01010, Summary of Work and Sequence.
2. Changes in Scope of Services. The City, without invalidating the Contract, may order changes in the
Services consisting of additions, deletions or modifications, the Contract Sum being adjusted
accordingly. Such changes in the work shall be authorized by written Change Order signed by the City
and the Contractor.
3. Time of Performance. The Contractor shall commence performance of the Contract no later than ten
(10) calendar days after Contract's final execution, and shall complete the full performance of the
' Contract not later than ninety (90) calendar days from the date of commencement.
4. Term Of Contract. The Term of this Agreement shall end at completion of the scope of work. This
Agreement may be extended to accomplish change orders, if required, upon mutual written agreement
of the City and the Contractor.
5. Contract Sum. The total amount of this Contract is the sum of$ , which
includes Washington State Sales Tax and freight charges to the City of Renton.
6. Method of Payment. Payment by the City for the Services will only be made after the Services have
been performed and a voucher or invoice is submitted in the form specified by the City. Payment will
be made forty-five (45) days after receipt of such voucher or invoice. The City shall have the right to
withhold payment to the Contractor for any work not completed in a satisfactory manner until such time
as the Contractor modifies such work so that the same is satisfactory.
7. Employment, The Contractor's employees are not employees of the City of Renton.
8. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of this
Contract without express written consent of the City of Renton.
2002-061 as 00705
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT ,
PURCHASE & INSTALLATION
CONTRACT AGREEMENT ,
SECTION 00705
9. Record Keeping and Reporting. The 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 any records required by the City.
10. Hold Harmless. The Contractor shall indemnify, defend and hold harmless the City, its officers,
agents, employees and volunteers, from and against any and all claims, including claims from third '
parties, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury
or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or '
damage to property occasioned by a negligent act, omission or failure of the Contractor.
11. Insurance. The Contractor shall secure and maintain in force throughout the duration of the Contract
Commercial General Liability insurance in the amount of$2,000,000; Auto Liability insurance in the '
amount of$1,000,000; Excess Liability insurance in the amount of$1,000,000; and Workers' Comp
coverage. The City of Renton shall be named as an additional insured on the policy. A certificate of
insurance evidencing the contractor's insurance coverage shall be delivered to the City before
executing the Work on this Agreement.
12. Compliance with Laws. The Contractor and all of the Contractor's employees shall perform the
services in accordance with all applicable federal, state, county and city laws, codes and ordinances.
13. Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the City
of Renton contract shall prevail.
14. Prevailing Wage Rates. By executing this Contact, the Contractor agrees to comply with the State
prevailing wage requirements as set forth in the Contract Documents.
This Agreement is entered into as of the day and year written above.
CONTRACTOR CITY OF RENTON
Signature Signature
Kahty Keolker-Wheeler, Mayor
Printed Name and Tide Printed Name and Title
Business Name Attest
Bonnie Walton, City Clerk
Mailing Address Printed Name and Title
city State Zip
Telephone
Yr
END OF SECTION
2002-061 as 00705
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL CONDITIONS
SECTION 00900
1. COMPLIANCE WITH WAGE RATES AND FILING OF "INTENT TO PAY PREVAILING
WAGES" HEREINAFTER CALLED "INTENT' AND "AFFIDAVIT OF WAGES PAID"
' A. The Contractor and Subcontractors shall comply with 39.12 RCW and
amendments "Prevailing Wages on Public Works." For the most recent State
Promulgated Wage Rates refer to the website www.Ini.wa.gov/prevailingwage
or contact the Department of Labor & Industries.
rB. The prevailing rate wages to be p aid to all workers, laborers, or mechanics
employed in the performance of any part of this Contract shall be in accordance
' with the provisions of Chapter 39.12 RCW, as amended. The rules and
regulations of the Washington State Department of Labor and Industries and the
Schedule of Prevailing Wage Rates determined by the Industrial Statistician of
the Department of Labor and Industries, are available on the website listed
above or may be obtained from Washington State Department of Labor and
Industries.
' C. In case any wage dispute arises as to what are the prevailing rates of wages for
work of a similar nature, and such dispute cannot be adjusted by the parties in
interest, including labor and management representatives, the matter shall be
referred for dispute resolution to the Department of Labor and Industries. The
findings shall be final and conclusive and binding on all parties involved in the
dispute as provided for by RCW 39.12.060 as amended. Current prevailing
wage data will be furnished by the Industrial Statistician upon request. Requests
shall be made to the State of Washington Department of Labor and Industries.
The Contractor is responsible for paving the appropriate wage rates.
D. The Contractor, and all Subcontractors, on or before the date of commencement
of work, shall file a statement under oath with the Owner and with the Director of
Labor and Industries certifying the rate of hourly wages paid to each
it classification of laborers, workers, or mechanics employed to perform work
under this Contract shall not be less than the prevailing rate of wages
determined by the Washington State Labor and Industries. Such statement and
any supplemental statements which may be necessary shall be filed in
accordance with the practices and procedures required by the Department of
Labor and Industries.
E. Prior to commencing work, the Contractor and each and every Subcontractor hall
file a sworn statement of"Intent to Pay the Prevailing Wages," including fringe
benefits for each job classification to be utilized. Sample copy enclosed herein.
F. Copies of all "Intents" shall be on file with the Contractor, the Industrial
Statistician, and the Owner.
G. Affidavits of Wages Paid, upon completion of project, the Contractor shall fully
execute and file "Affidavit of Wages Paid" with the Washington State Department
of Labor and Industries and any other agencies required by law. Sample copy
enclosed herein.
2004-100aa 00900
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL CONDITIONS
SECTION 00900
Copies of the Affidavits shall be provided to the City prior to Final Completion
and Final Payment.
Each affidavit of wages paid must be certified by the Industrial Statistician of the
Department of Labor and Industries before it is submitted.
H. All costs and fees for and associated with the "Intent to Pay Prevailing Wages"
and "Affidavits of Wages Paid" are to be paid by the Contractor.
2. STATE LICENSING LAW ,
The Contractor agrees to comply with all requirements of Chapter 18.27 RCW. The
Contractor agrees and covenants to furnish unto the Owner proper evidence that the '
Contractor has fully complied with the State Licensing Law of the State of Washington,
Chapter 18.27 RCW, and a Contractor's Certificate of Registration shall be in full force
and effect throughout the work project herein above enumerated, prior to starting work.
3. NON-DISCRIMINATION
A. It is the policy of the City of Renton to promote and provide equal treatment and
service to all citizens and to ensure equal employment opportunity to all persons
without regard to race, color, national origin, ethnic background, gender, marital
status, age, or disability, when the City of Renton can reasonably accommodate
the disability of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens.
B. EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities including recruitment, selection, promotion, demotion, training,
retention and separation are conducted in a manner which is based on job-
related criteria which does not discriminate against women, minorities and other
protected classes. Human resources decisions will be in accordance with
individual performance, staffing requirements, governing civil service rules, and
labor contract agreements.
C. COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity in employment.
D. AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate
equitable representation with the City work force and to assure equal
employment opportunity to all. It shall be the responsibility of elected officials, the
Mayor, the Affirmative Action Officer, department administrators managers,
supervisors, Contract Compliance Officers, and all employees to carry out the
policies, guidelines and corrective measures set forth in the Affirmative Action
Plan and Equal Employment Program.
2004-100aa 00900
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL CONDITIONS
SECTION 00900
E. CONTRACTORS OBLIGATIONS - Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by the
law and in the City's Affirmative Action Plan and Equal Employment Program.
' 4. ENVIRONMENTAL LEGISLATION
A. The following list represents those federal, state, and local statutes, ordinances,
regulations and orders dealing with preservation of public natural resources and
prevention of environmental pollution currently know to the Owner and that may
effect or are effected by the proposed work. Bidders shall review such materials
prior to submittal of sealed bids.
1. Federal: Title 42, Section 4321, et. seq., of the United States Code.
2. State: Water Pollution Act, Chapter 90.58 RCW State Environmental
Policy Act of 1971, Chapter 43.21 C RCW and WAC Chapter 197-11/Title
38 RCW and Chapter 60.28 RCW.
3. Regional: Regulations I and II - Puget Sound Clean Air Agency.
4. Local: Applicable city ordinance and regulations.
B. The successful Bidder shall comply with applicable portions of the listed statutes,
ordinances, regulations, conditions, and such other regulatory measures dealing
with the prevention of environmental pollution and the preservation of public
natural resources.
5. CITY OF RENTON BUSINESS LICENSE
' Prior to signing a contract the contractor agrees to purchase a City of Renton Business
License and maintain the license in full force and effect throughout the work of the
project. License may be purchased from the Finance Department located in the Renton
City Hall, Lobby Level, 1055 South Grady Way, Renton, WA.
END OF SECTION
w
2004-100aa 00900
PAGE 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSURANCE & RELATED REQUIREMENTS
SECTION 00920
w
PART 1. MINIMUM INSURANCE COVERAGE AND REQUIREMENTS
tThe CONTRACTOR shall obtain and maintain the minimum insurance coverage set forth
below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or
construed to have assessed the risks that may be applicable to the CONTRACTOR under
Contract. The CONTRACTOR shall assess its own risks and if it deems appropriate and/or
prudent, maintain higher limits and/or broader coverage.
1 (1) Commercial General Liability - Accord Form or equivalent, written on an occurrence
basis, including:
• Premises and Operations
(Including CG 2503 general aggregate to apply per project if applicable)
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent
which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits - Show Washington Labor & Industries Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage
�. should be as broad as primary.
PART 2 CONTRACTORS INSURANCE REQUIREMENTS
The CONTRACTOR shall carry the following limits of liability as required below:
l` 1. Commercial General Liability
General Aggregate* $2,000,000
Products/Completed Operations Aggregate $2,000,000
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $ 50,000
Medical Payments (Any One Person) $ 5,000
Stop Gap Liability $1,000,000
*General Aggregate to apply per project
2004-100aa 00920
•• PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSURANCE & RELATED REQUIREMENTS
SECTION 00920
2. Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
3. Workers' Compensation
Statutory Benefits - Show Washington Labor & Industries Number
4. Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
PART 3 ADDITIONAL REQUIREMENTS
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees
and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). CONTRACTOR
shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if at our sole
discretion it is deemed appropriate Further, all policies of insurance described above shall:
1. Be on a primary basis nor contributory with any other insurance coverage and/or self-
insurance carried by CITY OF RENTON.
2. Include a Waiver of Subrogation Clause.
3. Severability of Interest Clause (Cross Liability)
4. Policy may not be non-renewed, canceled or materially changed or altered unless forty-
five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be
provided to CITY OF RENTON by certified mail.
An example of an acceptable cancellation clause is as follows:
"Should any of the above described policies be canceled before the expiration date
thereof, the issuing company will eRdeaveF to mail 45 days written notice to the
certificate holder named to the left.
5. The CONTRACTOR shall promptly advise the CITY OF RENTON in the event any
general aggregate or other aggregate limits are reduced below the required per
occurrence limit. At his or her own expense the CONTRACTOR will reinstate the
aggregate limits to comply with the minimum requirements and shall furnish to the CITY
OF RENTON a new certificate of insurance showing such coverage is in force.
2004-100aa 00920
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSURANCE & RELATED REQUIREMENTS
SECTION 00920
6. Required insurance coverage shall be maintained throughout the term of this contract,
except Automobile Liability and Workers' Compensation, for a period of two (2) years
after the date of substantial completion of the project.
7. On all Certificates of Insurance, the Certificate Holder shall be listed as "City of Renton,
Washington, Attention: Bill Rasmussen, Project Manager "
' END OF SECTION
1
2004-100aa 00920
PAGE 3
GENERAL REQUIREMENTS
DIVISION 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SUMMARY OF WORK AND SEQUENCE
SECTION 01010
PART 1 - GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
PROPOSALS will be received for the playground equipment and wood fiber ground
surfacing, including installation, for Sunset Court Park for the City of Renton Community
Services Department.
' A. Items quoted shall be F.O.B. Renton, Washington 98055.
B. Bidders must submit with their proposal all of the following attachments:
Attachment A: Complete manufacturer's parts specifications
Attachment B: Layout drawing to scale of the proposed play structure
Attachment C: Color photo display board
Attachment D: ASTM and CPSC statement of compliance
Attachment E: Proposed safety surfacing product sample and drawing of typical
section
C. The total price, including taxes and freight to City of Renton, shall be shown and
shall not exceed $70,000.
D. Color scheme to be determined at time of award and equipment order.
E. City of Renton reserves the right to make any deviations from the proposal that
could be considered beneficial to the City.
F. City of Renton will award the purchase to the best proposal according to its best
judgment—the best equipment and variety in play experience for the money
available. The City reserves the right to reject any or all quotes and to waive any
formalities. The evaluation matrix is as follows:
• Play opportunities (1-10 points)
+.r Uniqueness/Equipment fits with Surrounding Environment (1-5 points)
• Relationship of Play Components: 2-5 years (1-10 points)
• Relationship of Play Components: 5-12 years (1-10 points)
• Presentation board and materials (0-1 point)
G. Proposals with attachments listed above should be mailed or hand delivered to:
City of Renton
Aftn: City Clerk– 7th floor
Renton City Hall
1055 South Grady Way
Renton, WA 98055
(Please note: Attachment C of the proposal, Color Photo Display Board, shall
be delivered to Bill Rasmussen, Capital Improvement Project Coordinator, City
Hall, Fifth Floor, 1055 S. Grady Way, Renton, WA 98055, at date and time
specified below.)
6
W.
Proposals must be received by 2:30 p.m. on Friday, July 16, 2004, in order to be
considered.
2004-100aa 01010
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SUMMARY OF WORK AND SEQUENCE
SECTION 01010
H. Payment will be made within 45 days following receipt and acceptance of the
equipment and installation by the City.
I. Listed below are criteria for the playground structure.
1. The playground structure shall meet the following criteria:
a. Construction to be of manmade materials. Wood products are not
desired.
b. All uprights, supports and applicable connectors and fasteners shall be
the vendor's best quality and strength.
C. Minimum two (2) play experience groupings (for ages 2-5 and for ages
5-12) and two swing structures (for tots and for ages 5-12).
2. Playground features that SHOULD NOT BE included:
a. Bubble type panels
b. Talk tubes
C. Wood decks or other wood members
d. Roofs over decks and platforms
e. Steering wheels
f. Solid panels
3. Playground features that SHOULD BE included in Play Area 2-5 Years:
a. Minimum two (2) straight slides
b. Minimum one (1) deck tower with platforms progressing in height
C. Minimum one (1) arch or funnel bridge with barrier rails
d. Minimum one (1) arch climber
e. One (1) transfer station
f. Play equipment that encourages all types of play including climbing,
sliding, swinging, strength development, etc.
4. Playground features that SHOULD BE included in Play Area 5-12 Years:
a. Minimum two (2) straight slides (slides with pair configuration is
acceptable as two slides)
b. Minimum one (1) spiral slide
C. Minimum one (1) funnel bridge with barrier rails (a suspension bridge is
acceptable)
d. Minimum one (1) arch bridge with barrier rail
e. One (1) fire pole
f. Two (2) deck towers—both towers with series of two (2) platforms at
different heights
g. Transfer station(s)
h. Play equipment that encourages all types of play including climbing,
sliding, swinging, strength development, etc.
5. Swings that SHOULD BE included in the designated areas of the Play Area:
a. Minimum two (2) toddler swings (2 tot swing seats)
b. Minimum two (2) swings (2 belt swing seats) for ages 5-12 years
6. The play structure unit and its construction shall meet or exceed Consumer
Project Safety Commission and ASTM standards.
2004-100aa 01010
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SUMMARY OF WORK AND SEQUENCE
SECTION 01010
7. Structure(s) must be made accessible as required by the Americans with
Disabilities Act (ADA). The use of transfer points to gain accessibility to and
around the structure is preferred. Location of access ramps to play areas
should be determined by each vendor in design and clearly marked on the
submittal. Concrete access ramps to the play area will be constructed under
separate contract and are NOT part of the vendor's installation.
J. A scale drawing of the proposed unit and color photo attached to a display board
must accompany the proposal.
K. Playground surfacing shall cover the area shown in the drawing. All material shall
be in accordance with Wood Carpet specifications: three (3) inches of pea gravel,
filter fabric (top and bottom), twelve (12) inches minimum of compacted wood fiber
material, and wood carpet mats in wear areas under slides and swings are
required. Site work for the play area will be completed prior to playground
installation. Installation will take place once the area has been prepared.
' L. Questions concerning the proposal specifications should be directed to Bill
Rasmussen at 425-430-6617.
M. Anticipated Time Schedule:
' July 16, 2004 Proposals with display boards due
September 2004 Delivery and installation of play equipment and safety
surfacing
END OF SECTION
2004-100aa 01010
PAGE 3
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
' SPECIAL PROVISIONS
SECTION 01015
PART1 GENERAL
1.01 SPECIAL PROVISIONS
A. The following items, as Special Provisions of the Owner, are hereby made a
part of this Proposal Document in addition to the Special Conditions.
B. Should conflicts occur between these Provisions and the Special Conditions,
the Special Provisions govern.
1.02 ORGANIZATION & FORMAT OF SPECIFICATIONS
A. Organization: Division and paragraph numbers, as listed in the "Table of
Contents" of the Project Manual and the items of work included under the
headings generally conform with the "Master Format" of the Construction
Specification Institute. Numbering of paragraphs and divisions is merely for
' convenience and identification and may not be consecutive; the Contractor
shall check his copies of the Contract Documents with the specification index
and drawing index to be sure that they are complete. Trade headings are used
' in the specifications for convenience only. The Architect is not bound to define
the limits of any subcontractors.
' B. Format: These specifications are of the abbreviated or "streamlined" type, and
frequently include incomplete sentence. Words such as "shall", "shall be", "the
Contractor shall" and similar mandatory phrases are noted on the drawings.
Phrases following a heading for material or item of equipment and listing
' required features or characteristics of the item shall be construed as meaning,
"The item shall be...", or "The item shall include...", and the Contractor shall
provide all items, articles, materials, and operations listed; including all labor,
material, equipment and incidentals required for satisfactory installation and
j completion of the work.
I
C. Definitions: The following terms are used in the Contract Documents and are
defined as follows:
1. The terms "approved" and "for approval" mean "approved in writing by
the Architect" and "for the Architect's written approval".
2. The term "coordinate" means "satisfactorily combine the work of all
trades for a complete and operating installation".
3. The term "selected" means "selected by the Architect".
4. The term "provide" means "furnish and install".
5. The term "directed" means "as directed by the Architect".
6. Where the terms, "or approved" or "or approved equal" are used, the
Architect is the sole judge of the quality and suitability of the proposed
substitution.
D. Indicated Manufacturer: Materials, articles and pieces of equipment are
identified on the drawings and in the specifications by reference to a specific
manufacturer's or manufacturers' name, trademark, model or catalog number.
The respective manufacturer's or manufacturers' standard specification for
2004-100aa 01015
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT '
PURCHASE & INSTALLATION
SPECIAL PROVISIONS '
SECTION 01015
such material, particle or piece of equipment shall be deemed to be included
herein unless otherwise modified or indicated. '
E. Related Work: Certain Sections of these Specifications include references to '
"Related Work", shown in other Sections of these Specifications. These
references are provided only as a convenience to the Contractor, and may not
always occur, or always reference all related work or requirements in other
sections. The Contractor shall be responsible for conformance to these entire '
specifications, and shall be responsible for insuring that all requirements and
work in separate sections, whether referenced or not for his convenience, are
properly coordinated and executed. '
1.03 STANDARD SPECIFICATIONS
A. Reference in the technical divisions of these specifications to standard date of
the following organizations shall mean the latest edition at the date noted on
the specification book, unless otherwise noted. The Contractor shall conform
with said standard requirements when reference is made thereto as if the data
were repeated verbatim in the specifications, except where standard data are
supplemented and modified by the Specifications.
B. Abbreviations: Standard data of the following organizations are referenced in
the specifications, and the organization names are abbreviated as noted.
AAN: American Association of Nurserymen, 835 Southern Bldg.,
Washington, D.C. 20006
ACI: American Concrete Institute, P.O. Box 4754, Redford Station,
Detroit, Michigan 48219
AIA: American Institute of Architects, 1735 New York Avenue,
Washington, D.C. 20006
ANSI: American National Standards Institute, 1430 Broadway, New
York, N.Y. 10018
APWA: American Public Works Association, Washington State Chapter,
Olympia, Wa. 98504
ASTM: American Society for Testing & Materials, 1916 Race St.,
Philadelphia, Pa.
AWI: Architectural Woodwork Institute, 13924 Braddock Road,
Centreville, Va. 22020
AWS: American Welding Society, 33 West 39th Street, New York, N.Y.
100d18
AWWA: American Water Works Association, 2 Park Avenue, New York,
N.Y. 10000
CRSI: Concrete Reinforcing Steel Institute, 38 South Dearborn St.,
Chicago, III.
CS: Commercial Standard of the U.S. Department of Commerce,
Washington, D.C. 20025
CSI: Construction Specifications Institute, 1717 Massachusetts Ave.
N.W., Washington, D.C. 20036
2004-100aa 01015
PAGE 2 '
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL PROVISIONS
SECTION 01015
DPFA: Douglas Fir Plywood Association, now known as American
Plywood Association, P.O. Box 1337, Tacoma, Wash. 98401.
IEEE: Institute of Electrical & Electronic Engineers, 33 West 39th St.,
New York, N.Y. 10018
IPCEA: Insulated Power Cable Engineers Association, 283 Valley Road,
Montclair, New Jersey 07042
' NEMA: National Electrical Manufacturer's Association, 155 East 44th At.,
New York, N.Y. 10017
NFPA: National Fire Protection Association, 60 Betterymarch St., Boston,
Mass. 02110
NWMA: National Woodwork Manufacturers Association, 400 West
Madison Wn., Chicago, III. 60600
PS: Product Standard of U.S. Dept. of Commerce, Washington, D.C.
' 20025
SSPC: Steel Structures Painting Council, 4400 Fifth Ave., Pittsburgh, Pa.
15213
UBC: Uniform Building Code of International Conference of Building
Officials, 530 South Workman Hill Road, Whittier, California
90601
UL: Underwriter's Laboratories, 333 Pfinsten Road, Northbrook, III.
60062
WPWA: Washington Public Works Association
WWPA: Western Wood Products Association, Yeon Building, Portland,
Oregon 97204
WSDOT: Washington State Department of Transportation
1.04 PROTECTION
A. Protection of Employees: in order to protect the lives and health of its
employees under the Contract, the Contractor shall comply with all pertinent
provisions of the Occupational Safety and Health Administration including the
Contract Work Hours and Safety Standards Act, as amended, commonly
known as the Construction Safety Act, as pertains to health and safety
standards; the Washington Industrial Safety and Health Act; and shall maintain
an accurate record of cases of death, occupational disease, and injury
requiring medical attention or causing loss of time from work, arising out of and
in the course of employment on work under the Contract. The Contractor
alone shall be responsible for the safety, efficiency, and adequacy of his plant,
appliances, and methods, and for any damage which may result from their
failure or their improper construction, maintenance, or operation.
B. Protection of Property: The Contractor shall at its own expense carefully
protect from injury trees (other than those authorized for removal under
clearing operations), building, telephone, telegraph or power and light poles,
water lines, conduit, drains, culverts or any other structures and improvements
at no cost to the Owner, leaving them in as good condition as they were prior
to his interference, determined by the Architect; and the Contractor shall be
liable for any damages or claims arising from these interferences with said
2004-100aa 01015
PAGE 3
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL PROVISIONS
SECTION 01015
structures. The Contractor shall make every effort to avoid damage to or
breaking of water mains or service pipes.
C. Payment by the Owner for materials or equipment stored on site or off site, or
for work, does not relieve the Contractor of his responsibility to incorporate said
materials and equipment into the work, and for protecting these materials,
equipment and work from damage, theft, or destruction.
1.05 NUMBER OF SPECIFIED ITEMS REQUIRED
Wherever in these specifications, an article, device or piece of equipment is referred
to in the singular number, such reference applies to all and as many such articles as
are shown on the drawings or required to complete the installation.
1.06 CONTRACT RESTRICTION
Time of Completion: The work of this Contract shall commence immediately after the
effective date of the Notice to Proceed and shall be fully completed within the
specified number of calendar days. It is hereby understood and mutually agreed, by
and between the Contractor and the Owner, that the date of beginning and the time
for completion as specified in the Contract of Work to be done hereunder are
ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood and
agreed that the Work embraced in this Contract shall be commenced on a date to be
specified in the Notice to Proceed. The Contractor agrees that said Work shall be
prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will
insure full completion thereof within the time specified. It is expressly understood and
agreed, by and between the Contractor and the Owner, that the time for the
completion of the Work described herein is a reasonable time for the completion of the
same, taking into consideration the average climatic range and usual industrial
conditions prevailing in this locality.
1.07 PRE-CONTRACT CONFERENCE
After the award of the proposal and before the signing of the Contract, the successful
Bidder shall meet with the Owner and the Architect within 10 days of the proposal
award to coordinate the Progress Schedule and to discuss other requirements that
may be of concern to any of the parties involved; conditions mutually agreed upon at
this conference may be incorporated into the Contract.
1.08 PAYMENTS
Payment by the City for the Services will only be made after the Services have been
performed and a voucher or invoice is submitted in the form specified by the City.
Payment will be made forty-five (45) days after receipt of such voucher or invoice.
The City shall have the right to withhold payment to the Contractor for any work not
completed in a satisfactory manner until such time as the Contractor modifies such r
work so that the same is satisfactory.
2004-100aa 01015
PAGE 4 ,
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL PROVISIONS
SECTION 01015
1.09 INSTRUCTIONS
All instructions will be given to the Contractor, or to his authorized agent, by the
Architect for distribution to subcontractors or tradesmen on the Work., in like manner
all communication from subcontractors and tradesmen on the Work to the Owner or
Architect will be given through the Contractor; no subcontractors or tradesmen shall
contact the Owner or Architect to discuss the Work, except as the Contractor may
arrange.
1.10 HAZARDOUS AND TOXIC SUBSTANCES
A. Raw Sewage Liquids: Raw sewage liquids, without solids, removed from a
manhole or sewer main may be disposed of in a City owned sewer manhole
' with the approval by the Owner's field representative for each manhole
location.
' B. The following toxic substances may not be disposed into the City's sewage
system and must be disposed off site per all applicable laws and regulations at
the expense of the Contractor:
' 1. Solids: Any solids removed from the manhole being serviced, including,
but not limited to, rocks, concrete, vegetation, wood products and by-
' products.
2. Flammable or Explosive Material: Flammable liquids, solids, or gases
capable of causing or contributing to explosion or supporting combustion
' in any sewerage facilities including, but not limited to, the following: fuel
oil, waste crankcase oil, and acetylene generation sludge.
' 3. Odorous Substances: Any noxious or malodorous gas or substance
which either by itself or by interaction with other wastes, is capable of
creating a public nuisance or hazard to life or of preventing entry by
' authorized personnel to pump stations and other sewerage facilities.
4. Toxic Vapor: Any gas or substance which either by itself or by interaction
with other wastes can produce a toxic vapor. These substances include,
but are not limited to, chlorinated hydrocarbons, hydrogen sulfide, sulfur
dioxide, and cyanide compounds.
5. Corrosive Substances: Any gas or substance which either by itself or by
interaction with other waste may cause corrosive structural damage to
sewer works or treatment facilities, but in no case wastes with a PH lower
than 5.5.
6. Excessive Waste: Wastes at a flow rate and/or pollutant discharge rate
which are excessive over relatively short time periods so that there is a
treatment process upset and subsequent loss of treatment efficiency.
2004-100aa 01015
PAGE 5
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SPECIAL PROVISIONS
SECTION 01015
7. Slurry Type Materials: Materials such as concrete slurry or liquid epoxy
mix or other substance that may harden in the sewer system.
C. Toxic Waste Materials: Material removed from any sewage utility which has
contact with the raw sewage or vapors is considered toxic waste material and
must be disposed of in a proper manner as outlined by the State. This material
shall not be disposed of in the City.
D. The City does not provide a waste site for this project. The Contractor is
responsible for legal disposal of all waste materials.
1.11 CONDITION OF WORKSITE
The Contractor shall examine the premises and conditions of the site affecting the
Work and shall compare them to conditions as represented in the Contract
Documents. Should conflicts or inconsistencies between the actual conditions and
the Contract Documents be noted, the Contractor shall notify the Architect and await
his directions.
1.12 APPARENT CONTRADICTIONS
It is mutually agreed and understood between the Owner and the Contractor that if '
any instance of contradiction between drawings of different scale, or between
drawings and specifications, or between sections of the specifications, the more '
stringent requirements shall be interpreted as being in the Contract Sum.
1.13 OWNER OCCUPANCY '
The Owner reserves the right to use or to occupy the Project or any part thereof or
to use the equipment installed under the Contract, prior to final payment and
acceptance of the Work or any part thereof. Such use shall not negate or change
the responsibility of the Contractor to the Owner for satisfactory completion of the
Work, nor shall it negate any insurance provisions specified to be carried in full force
until the time of acceptance.
END OF SECTION
2004-100aa 01015
PAGE 6
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
CHANGE ORDERS
SECTION 01028
PART1 GENERAL
1.01 SECTION INCLUDES
Promptly implement change order procedures including:
1. Submittals
2. Documentation of change in Contract Sum/Price and Contract Time
3. Change procedures
4. Construction change directives
5. Unit price change orders
' 6. Execution of change orders
7. Correlation of contractor submittals
1.02 SUBMITTALS
Submit name of the individual authorized to receive change documents, and be
responsible for informing others in Contractor's employ or subcontractors of changes to
the Work.
1.03 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Submit detailed records of work to be done on a time and material basis. Provide
' full information required for evaluation of proposed changes, and to substantiate
costs of changes in the Work.
' B. Document each quotation for a change in cost or time with sufficient data to allow
evaluation of the quotation.
C. On request, provide additional data to support computations-
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from Contract, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material
basis, with additional information:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
4. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
2002-061aa 01028
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
CHANGE ORDERS
SECTION 01028
1.04 CHANGE PROCEDURES
A. Owner will advise of minor changes in the Work not involving an adjustment to
Contract sum or Contract Time.
B. The Owner's Representative may issue a Proposal Request which 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 an estimate within 5 days.
C. The Contractor may propose a change by submitting a request for change to the
Architect, describing the proposed change and its full effect of the Work, with a
statement describing the reason for the change, and the effect of the
Contract/Sum Price and contract Time with full documentation and a statement
describing the effect on Work by separate or other contractors.
1.05 CONSTRUCTION CHANGE DIRECTIVE - EMERGENCY CONDITIONS
A. Architect may issue a document, instructing the Contractor to proceed with a
change in the Work, for subsequent inclusion in a Change Order only under
emergency conditions or as authorized by the Owner.
B. The document will describe changes in the Work, and will designate method of '
determining any change in Contract Sum or Contract Time.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to
substantiate costs for changes in the Work.
E. Promptly execute the change in Work.
1.06 UNIT PRICE CHANGE ORDER
For pre-determined unit prices and quantities, the Change Order will be executed on a
fixed unit price basis.
1.07 EXECUTION OF CHANGE ORDERS
Execution of Change Orders: Architect will issue Change Orders for signatures of
parties as provided in the Conditions of the Contract.
END OF SECTION
2002-061 as 01028
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
REGULATORY REQUIREMENTS
SECTION 01060
PART GENERAL
1.01 SECTION INCLUDES
A. Comply with all governing laws, ordinances, statutes, rules and regulations,
bearing on the conduct of the work as drawn and specified. This includes
modifications, amendments, additions, and the like, current as of Project Manual
Date.
B. Referenced codes establish minimum requirement levels. Where provisions of
various codes or standards conflict, the more stringent provisions govern.
Promptly submit to Architect written notice of observed contract document
variations from legal requirements.
C. Compliance requirements include, but are not limited to following:
1. Uniform Building Code and City of Renton amendments to Code and Related
Standards, 1994 Edition, published by the International Conference of
Building Officials.
2. WSDOT Standard Specifications for Road, Bridge and Municipal
' Construction, 2000 Edition.
3. Rules and Regulations for the State/City/County Board of Health, as
applicable.
4. Department of Labor and Industries Regulations.
5. Environmental Requirements: All work to be performed in compliance with
relevant statutes and regulations dealing with prevention of environmental
' pollution and preservation of public natural resources.
6. Energy Requirements: Comply with insulation and energy conservation
requirements of State of Washington, WAC 51.11.
D. Specification of Higher Standards: Drawings and Specifications govern whenever
Drawings and Specifications require higher standards than are required by
governing codes, regulations, and the like.
�1 E. Jurisdiction Inspection Reports: Contractor shall immediately submit a copy to the
architect and owner upon receipt of all on-going inspection reports made by the
city, county, or state regulatory agencies pertaining to the construction and
construction procedures. Contractor shall request from inspection agency that all
inspection comments be made in writing and cite specific sections of code, rules or
regulations being referenced.
END OF SECTION
2004-100aa 01060
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
SHOP DRAWINGS, PRODUCT DATA, & SAMPLES
SECTION 01340
PART 1 GENERAL
1.01 SECTION INCLUDES
Submit Shop Drawings, Product Data and Samples required by the Contract Documents.
PART 2 PRODUCTS
2.01 PRODUCT DATA
Clearly identify on each copy, as applicable:
• Pertinent products or models; performance characteristics
' 2.02 SAMPLES
Office samples shall be of sufficient size and quantity to clearly illustrate:
• Products' functional characteristics with integrally related parts and attachment
devices; and full range of color and texture.
1 2.03 RESUBMISSION REQUIREMENTS
A. Make any corrections or changes in the submittals required by the Architect and
1 resubmit until approved.
B. Shop Drawings and Product Data: Revise initial drawings or data, and resubmit as
specified for the initial submittal.
' 2.04 ARCHITECT'S REVIEW RESPONSIBILITIES
Reviewing is only for general conformance and compliance with Project Design concept
and Contract Documents. Any action shown is subject to Contract Documents'
requirements. Contractor is responsible for:
1. Dimensions (confirm and correlate at job site).
2. Fabrication processes; construction techniques.
3. Quantities, space requirements, coordination of work with that of other trades.
4. Union jurisdiction, infringements of patent rights.
5. Possible cause of injury to persons or property.
6. Satisfactory performance of your work, and the like.
END OF SECTION
2004-100aa 01340
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
QUALITY CONTROL
SECTION 01400
PART1 GENERAL
1.01 REQUIREMENTS INCLUDE
A. General Quality Control
B. Workmanship
C. Manufacturer's Instructions
D. Testing Laboratory Services
1.02 QUALITY CONTROL, GENERAL
Maintain quality control over subcontractors and suppliers, manufacturers, products,
services, site conditions, delivery schedules, and workmanship, to produce work of
specified quality.
1.03 WORKMANSHIP
A. Comply with industry standards
B. Perform work by persons qualified to produce workmanship of specified quality.
C. Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, and racking.
1.04 MANUFACTURERS' INSTRUCTIONS
Comply with instructions in full detail, including each step in sequence. Should instructions
conflict with Contract Documents, request clarification from Architect before.proceeding.
1.05 TESTING LABORATORY SERVICES
A. Owner will employ and pay for services of an Independent Testing Laboratory to
perform inspections, tests, and other services required by individual Specification
Sections and by governing authorities.
B. Services will be performed in accordance with requirements of governing authorities
and with specified standards.
C. Reports will be submitted to Architect/Engineer/Owner in triplicate giving
observations and results of tests, indicating compliance or non-compliance with
specified acceptable standards and with Contract Documents.
END OF SECTION
2004-100aa 01400
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
INSPECTIONS &TESTS
SECTION 01430
PART GENERAL
1.01 SCOPE
When testing is required, special inspection and laboratory services obtained by the
Owner are solely an assurance that Contract Document provisions are met. Results of
Owner-procured tests and inspections may be made available to the Contractor as a
convenience only. In no way is this to be construed as relieving the Contractor of his
obligations to provide materials and workmanship in accordance with the specifications.
1.02 COSTS
Except as specified elsewhere, the Owner will select and pay for all initial services of the
testing laboratory for tests not required by public regulatory authorities. When initial
tests indicate non-compliance with the Contract Documents, the costs of initial tests
associated with that non-compliance will be deducted by the Owner from the Contract
Sum. All subsequent re-testing will be performed by the same testing laboratory and the
costs of any test not in compliance will be deducted from the Contract Sum.
1.03 CODE COMPLIANCE TESTING
Inspections and tests required by codes, ordinances or by a plan approval authority, and
made by a legally constituted authority, shall be the responsibility of and shall be paid for
by the Contractor, unless otherwise provided in the Contract Documents.
1.04 SUBMITTALS
Promptly process and distribute all required copies of test reports and related
instructions.
W. 1.05 DUTIES OF INSPECTORS AND TESTING SERVICES
A. General: Inspection and testing services may be engaged by the Owner for the
checking and testing of the following phases of the Work.
B. Site work and Utilities:
1. Compaction of Fill: Test fill after compaction for required densities.
2. Earthwork: Inspect excavations for conformance with specifications.
3. Depth and Class of material: Test paving and surfacing for specified depth,
class, and compaction.
4. Material make-up: Test for compliance with specifications.
1.06 CONTRACTOR'S RESPONSIBILITY
A. Notification:
1. Notify Owner's Representative at least 48 hours before inspection will be
required.
2004-100aa 01430
PAGE 1
i r
SUNSET COURT PARK PLAY EQUIPMENT ,
PURCHASE & INSTALLATION
INSPECTIONS & TESTS
SECTION 01430
2. Notify testing laboratory sufficiently in advance of operations (not less than
48 hours) to allow for laboratory assignment of personnel and scheduling of
tests.
B. Defective Work: Remove and replace or bring into conformance with the Contract '
Documents any materials and work found defective by testing and inspection
personnel at no additional cost to the Owner.
C. Adherence to Schedule: When the testing laboratory is ready to test according to
the determined schedule but is prevented from testing or taking specimens due to
incompleteness of the work, all extra costs attributable to the delay may be
charged to the Contractor.
END OF SECTION
2004-100aa 01430
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
CONSTRUCTION FACILITIES, UTILITIES, AND TEMPORARY CONTROLS
SECTION 01500
PART1 GENERAL
1.01 REQUIREMENTS INCLUDE:
A. Barriers
B. Protection of Property
C. Erosion and Sediment Control
D. Cleaning During Demolition
E. Noise Control
F. Automobile Parking
G. Pollution Control
1.02 PROTECTION OF UTILITIES & PROPERTY
A. The Contractor is responsible for location and protection of all existing
utilities. The Contractor shall at its own expense carefully protect from injury
trees (other than those authorized for removal under clearing operations),
building, telephone, telegraph or power and light poles, water lines, conduit,
drains, culverts or any other structures and improvements at no cost to the
Owner, leaving them in as good condition as they were prior to his
interference, determined by the Architect; and the Contractor shall be liable
for any damages or claims arising from these interferences with said
structures. The Contractor shall make every effort to avoid damage to or
breaking of water mains or service pipes and shall be responsible for
determining actual locations of public and private utilities in the field and
checking with the appropriate agencies involved. The Contractor shall be
i solely responsible for any damage resulting from his operations.
■ B. Sunset Court Park will be closed to the public during installation of the play
equipment and surfacing materials.
1.03 PROTECTION OF ADJACENT PROPERTIES
fA. Provide temporary protection of existing improvements in public ROW areas beyond the
property lines. Protect improvements from demolition traffic and movement of heavy
objects.
B. Protect during the entire project:
1. Adjacent structures, sidewalks, and alley
2. Utilities adjacent to the site
3. Trees and shrubs, except those to be removed
C. Repair or replace any damaged items.
a.
2004-100aa 01500
PAGE 1
i �r
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
CONSTRUCTION FACILITIES, UTILITIES, AND TEMPORARY CONTROLS
SECTION 01500
1.04 EROSION & SEDIMENT CONTROL
A. Set u temporary erosion control facilities as needed and required to prevent sediments
P P rY q P
entering into the existing storm water system and River.
B. Separate sedimentation from water before discharging into storm system.
1.05 CLEANING DURING DEMOLITION
A. Control accumulation of waste materials and rubbish dumping. Periodically dispose off-
site in authorized dumpsites.
B. Clean adjacent public rights-of-way if necessary as a result of the contractors operations.
1.06 FIELD OFFICES AND SHEDS
None required.
1.07 NOISE CONTROL
A. Verify with City the allowable noise producing demolition work hours for each day of the
week. Comply with local noise ordinances if more stringent than noted herein.
B. In addition to the Noise Ordinance requirements, to reduce the noise impact of
demolition on nearby properties, limit the hours of demolition to between 7:00 a.m. and
5:00 p.m.
1.08 AUTOMOBILE PARKING
Workers' automobiles may be parked at Gene Coulon Memorial Beach Park in the secured '
staging area in the parking lot adjacent to the site.
1.09 POLLUTION CONTROL '
A. Provide methods, means, and facilities to prevent contamination of soil, water, and
atmosphere from discharge of noxious, toxic substances, and pollutants produced by
any construction operations.
B. Excess dust created during demolition work shall be reduced to a minimum by
spraying of water.
END OF SECTION
2004-100aa 01500
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
TRAFFIC REGULATION
SECTION 01570
PART1 GENERAL
1.01 REQUIREMENTS INCLUDE
A. Flagmen
B. Flares and Lights
C. Haul Routes
D. Traffic Signs and Signals
E. Removal
F. Street Use Permits
PART 2 PRODUCTS
2.01 SIGNS, SIGNALS, AND DEVICES
A. Traffic Cones and Drums, Flares, Lights and Traffic Control Barriers: As required
by the City.
B. Flagman Equipment: As required by the city.
PART 3 EXECUTION
3.01 REFUSE CONTAINERS
Locate refuse containers on-site, where possible, to prevent interference with public
traffic and public parking.
3.02 FLAGMEN
Provide trained and equipped flagmen to regulate traffic when construction operations or
traffic encroach on public right of ways.
3.03 FLARES AND LIGHTS
i : Use flares and lights during hours of low visibility to delineate traffic lanes and to guide
vehicular and pedestrian traffic.
3.04 HAUL ROUTES
Consult with city authorities, establish acceptable public thoroughfares to be used for
haul routes and site access.
2004-100aa 01570
PAGE 1
r
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
TRAFFIC REGULATION
SECTION 01570
3.05 TRAFFIC SIGNS AND SIGNALS
A. At approaches to site and on-site, install at crossroads, detours, parking areas,
and elsewhere as needed to direct construction and affected public traffic.
B. Relocate as Work progresses, to maintain effective traffic control measures.
3.06 REMOVAL
Remove equipment and traffic control devices when no longer required. Repair damage
caused by installation.
3.07 STREET USE PERMITS
Obtain street use permits for the work, traffic revisions, and haul routes, as may be
required.
END OF SECTION
2004-100aa 01570
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROJECT CLOSE-OUT
SECTION 01700
PART1 GENERAL
1.01 SCOPE
At or near completion of construction of the project, certain items, or work and
submittals as specified elsewhere, are required prior to the Owner's acceptance and
final payment for the project which include, but are not limited to, the following
paragraphs 1.02 through 1.10.
1.02 CLEAN UP
Exterior Surfaces: Remove construction equipment and temporary facilities from
premises; clean and disinfect areas occupied by sanitary conveniences; remove
temporary connection to services and restore to "original" condition. Remove all
construction debris and excess materials. Complete all final maintenance
requirements and leave all pavements within the limits of work in a broom clean
condition.
1.03 GUARANTEES
A. Provide one year warranty in writing.
B. Guarantees and warranties shall begin at the time specified in the Architect's
letter of substantial completion.
1.04 PROJECT RECORD
The contractor is to mark set of drawings to show accurate measurements of all
underground and hidden utilities and services related to the project; record all
changes of direction and locations and dimensions and elevations. Clearly mark set
as "Record Documents: Contractors' Set" and maintain in good condition, available
at all times for inspection by Architect and not used for construction purposes. Upon
completion of the project and before final payment, the Contractor shall forward the
Record Documents showing clearly all "as-built" notations including dimensions to
accurately locate all of the above including changes, to the Architect. The recording
of information is the responsibility of the Contractor and shall be done at no
additional cost to the Owner.
1.05 OPERATION & MAINTENANCE DATA
General Building Manual: Furnish 3 finished copies of manual listing Contractor and
subcontractors, including addresses and telephone numbers and name of contact
person, all materials installed in the irrigation system. Include manufacturer's and
suppliers' names, addresses, phone numbers, contact persons, and model numbers;
all pertinent data required for replacement ordering or duplication at later date; list in
order of how specified on typewritten 8-1/2 x 11 inch pages. Bind in hardback, cloth-
covered binding with name of project, date of completion and acceptance and
Architect's name, address and telephone number imprinted on cover_ Deliver to
Architect at time of acceptance of the work.
2004-100aa 01700
PAGE 1
s
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROJECT CLOSE-OUT
SECTION 01700
1.06 FINAL INSPECTION
A. In accordance with the General Conditions, and after receipt of written notice
that the work is ready for final inspection and acceptance and receipt of the
final application for payment, the Architect will make such inspection in the
presence of the Contractor and Owner and furnish the Contractor with a
"Punch List" of any items found incomplete or not in conformance with the
contract documents. The Contractor shall remedy such defects within 30 days
of his receipt of the list and the Architect will make one subsequent inspection
of the work.
B. Should correction not be made within the allotted 30 days and should
additional inspections of the work be required due to failure of the Contractor to
remedy defects listed, the Contractor shall pay to the Owner the cost of any '
additional Engineer's construction management costs on their published per
hour rate of the actual cost of the expenses, plus travel expenses by private
automobile at the rate of 32.0 cents per mile. Such sum shall be deducted
from the Contractor's final payment. When the Architect finds the work
acceptable under the final certificate for payment stating that, to the best of his
knowledge, information and belief, and the basis of his observations, the work
has been completed in accordance with the terms and conditions of the
contract documents, then the entire balance found to be due to the Contractor,
and noted in said final certificate less amounts indicated above, is due and
payable in accordance with the General Conditions.
1.07 CORRECTION OF WORK DURING GUARANTEE PERIOD
A. Corrections: Where items on the Architect's "Punch List" have not been
corrected prior to expiration of the specified guarantee period, it shall
nevertheless be the responsibility of the Contractor to permanently correct said
items after the specified guarantee period, and the Contract shall not be fully
performed until such permanent corrections are made.
B. Guarantee Period: All corrective work performed by the Contractor in '
remedying defective work during the guarantee period following the Owner's
acceptance of the project shall be subject to the same guarantee requirements
of the original work for a period as specified for the original work, from the date
of completion of the corrective work. Further, the Contractor shall pay to the
City for the Architect the amounts noted in paragraph 1.06 for inspections to
assure performance of remedial work in accordance with Contract Documents.
Such payment shall be immediately reimbursed to the Architect upon receipt by
the Contractor of an itemized billing.
1.08 PROJECT CLOSE-OUT PROCEDURES CHECKLIST:
RESPONSIBILITY The contractor shall provide those
OF. items so specified as his responsibility.
Architect 1. Preliminary Punch List
2004-100aa 01700
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROJECT CLOSE-OUT
SECTION 01700
RESPONSIBILITY The contractor shall provide those
OF: items so specified as his responsibility.
Owner 2. Beneficial Occupancy
Owner 3. Beneficial Occupancy or Final
Contractor 4. Acceptance, accept responsibility for:
a. Insurance
b. Utilities
Architect 5. Final Punch List
Contractor 6. 100% Completion of Specification
Requirements
a. Clean-up
' b. Guarantees & Warranties
C. Test Results
d. As-Built Dwgs. by Contractor
e. Maintenance & Instruction Manuals
f. Keying Schedules
Contractor 7. Final Billing/100% (all items complete)
Contractor 8. State Tax Release & Certificate of
Payment of B&O Tax
Contractor 9. Intent to pay Labor and Industries
a. Applied for by Contractor on
b. Received on
Architect 10. Acceptance of Work Letter
Owner 11. City Council Final Acceptance
Owner 12. Final Acceptance Letter (identifying
warranty date)
Owner 13. Lien Documentatin —45 days after Final
Acceptance
a. Certification of No Liens
Contractor 14. Cert. of Occupancy issued by Permit
Agency
Contractor 15. Final Affidavit of Wages Paid
Contractor 16. Dept. of Labor& Industries
a. Insurance Release
b. Workmen's Compensation Release
2004-100aa 01700
PAGE 3
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROJECT CLOSE-OUT
SECTION 01700
I
RESPONSIBILITY The contractor shall provide those
OF. items so specified as his responsibility.
Contractor 17. Affidavit of Payment of Debts and Claims
(AIA G706)
Contractor 18. Affidavit of Release of Liens (AIA G706A)
Contractor 19. Certificate of State Sales Taxes Paid
Contractor 20. Consent of Surety to Final Payment (AIA
G707)
Owner 21. Notice of Completion &Acceptance
(Exec. Sig.)
Owner 22. Processing of Retainage Payment begins
a minimum of 45 days following date of
Final Acceptance
a. After Certification of Compliance is
filed
b. After Release from State Dept of
Labor & Industries
C. After Release from State
Employment Security Dept
d. After Release from State Dept of
Revenue
e. After Receipt of all approved
Affidavit Wages Paid from
Contractor
1.09 CERTIFICATE OF COMPLIANCE
9
No final payment shall be made until the Contractor shall file with the City of Renton
prior to acceptance of the work, a Certification of Compliance and release of liens in
forms substantially as follows:
I (we) hereby certify that all work has been performed and materials supplied in
accordance with the plans, specifications and contract documents for the SUNSET
COURT PARK PLAY EQUIPMENT PURCHASE & INSTALLATION, and that:
a. Not less than the prevailing rates of wages as ascertained by the governing
body of the contracting agency has been paid to laborers, workmen and
mechanics employed on this work.
b. There have been no unauthorized substitutions of subcontractor; nor have any
subcontracts been entered into without the names of the subcontractors having
been submitted to the Architect prior to the start of such subcontracted work.
C. No subcontract was assigned or transferred or performed by any subcontractor
other than the original subcontractor, without prior notice having been
submitted to the Architect together with the names of all subcontractors.
2004-100aa 01700
PAGE 4
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
PROJECT CLOSE-OUT
SECTION 01700
d. All claims for material and labor and other services performed in connection
with the contract documents have been paid; and for those claims for which
liens have been filed, a release of lien has been filed with the Owner.
e. All moneys due the State Industrial Accident Fund, the State Unemployment
Compensation Trust Fund, the State Department of Revenue, hospital
associations and/or others have been paid.
f. The nature and source of all off-shore items in excess of Two Thousand Five
Hundred Dollars ($2,500.00) utilized in the performance of this project have
been reported.
g. All provisions of nondiscrimination as called for in the contract documents have
been complied with.
1.10 FINAL APPLICATION FOR PAYMENT
Submit final Application for Payment in accordance with procedures and requirements
of Owner.
a. Submit "Affidavit of Wages Paid" from Contractor and all subcontractors.
b. Lien waiver from General Contractor for entire contract.
C. Proof of Payment of taxes from the State Dept of Revenue
END OF SECTION
2004-100aa 01700
PAGE 5
INSTALLATION
DIVISION 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
EQUIPMENT INSTALLATION - PLAYGROUND EQUIPMENT
SECTION 02860
PART1 GENERAL
1.01 SCOPE
Furnish all labor, equipment and materials necessary for playground equipment and
installation shown on drawings as approved by City of Renton, including, but not limited
to:
1. Play area (2-5 years)
2. Play area (5-12 years)
3. Tot swings with tot swing seats
4. Swings with belt seats for 5-12 years
1.02 REFERENCES
Meet or exceed all current industry-relevant Consumer Product Safety Commission and
ASTM Standards for equipment and installation, including ASTM F1487-01 and ASTM
® 1951-99.
' 1.03 QUALITY ASSURANCE
A. Requirements of Installers:
' 1. Demonstrate a minimum of five locations installing similar play equipment.
2. Provide a list of similar installations for inspection.
B. Playground Equipment Manufacturer's Standards:
1. Industry recognized products
2. Ten (10) years minimum manufacturing play equipment
' 3. Compliance with most recent U.S. Consumer Product Safety Commission
(CPSC) Publication #325, Handbook for Public Playground Safety, and
American Society for Testing and Materials (ASTM) F1487-01, Standard
Consumer Safety Performance Specification for Playground Equipment for
' Public Use. All proposed products must have written certification from the
International Playground Equipment Manufacturers Association (IPEMA) to
be considered compliant with ASTM F-1487-01 and ASTM F1292-99.
a, C. Provide an original Certificate of Product Liability Insurance with Owner named as
certificate holder for a minimum of$25,000,000 coverage.
D. Provide complete submittal package for approval within 7 days after award of
contract. Package must include scaled plan view layout drawings and show
compliance with all requirements in A and B above.
E. Manufacturer's Standard Catalogue Warranty must include the following as a
minimum:
1. Uprights— lifetime
2. Collars, clamps, and hardware — lifetime
3. Decks, pipes, rails, and rungs — 15 years
Am
2004-100aa 02860
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
EQUIPMENT INSTALLATION - PLAYGROUND EQUIPMENT
SECTION 02860
4. Roto-molded polyethylene parts — 10 year limited
5. Other products — 1 year
PART 2 PRODUCTS
2.01 DELIVERY, STORAGE, AND HANDLING
A. Delivery of materials:
1. Deliver materials to job-site in new, dry, unopened, and well-marked
containers showing product and manufacturer's name.
2. Coordinate delivery to avoid Owner involvement.
3. Coordinate delivery with Contractor performing play area perimeter
improvements.
B. Storage of materials:
Any on-site storage of materials shall be the responsibility of the vendor and shall
be stored at approved locations discussed during the pre-construction meeting.
C. Handling of materials:
Handle materials to avoid damage during transportation and installation.
2.02 EQUIPMENT COLORS
Color selection from vendor's complete range of color chips and samples will be made
by the City at the time of the order.
2.03 COMPONENTS
A. Play Equipment Quality: All equipment to be of vendor's best quality and strength
when more than one option is available.
B. Posts, uprights, and other applicable equipment to be in-ground mount unless
specifically excluded due to physical nature of the particular equipment item.
Surface mounted equipment is not desirable where in-ground mount is available.
2.04 EQUIPMENT MEMBERS / MATERIALS
A. All applicable metal members shall have powder coat finish which is an
electrostatically applied custom formula of TGIC polyester powder. All components
will be free of sharp edges and excess weld spatter and shall be cleaned in a six
stage bath system with an iron phosphate wash, as a rust inhibitor, and a sealer to
prevent flash rusting before coating. The coating shall have a super tough finish
with maximum exterior durability and will have superior adhesion characteristics.
Typical characteristics are: 3.0 - 5.0 mil thickness and oven cured between 375 to
425 degrees Fahrenheit. Pencil Hardness H (ASTM D-3363), Abrasion (ASTM
1907), Impact (ASTM D-2794- 69), Wedge Bend (ASTM D-522-68), Adhesion
(Cross Hatch ASTM D-3359 & Knife Scratch ASTM D-2197), Environmental (Stain
Resistance ASTM D-1308, Humidity ASTM D-2242, Salt Spray ASTM B-117 & '
2004-100aa 02860
PAGE 2 ,
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
EQUIPMENT INSTALLATION - PLAYGROUND EQUIPMENT
SECTION 02860
Fadometer 300 hrs with no loss of gloss), Over-bake Stability 100% at 400
degrees Fahrenheit.
B. Rotationally Molded Products: All polyethylene shall be linear low-density material
with UV-stabilized color and an anti-static compound additive. All rotationally
molded products shall meet or exceed the following specifications: ASTM D-1248,
type 2, class A and Federal specification LP-390C, type 1, class M, grade 2,
category 3; Density (ASTM D- 1505); Brittleness Temperature (ASTM D-746);
Tensile Values (ASTM D-638); Flexural Modulus (ASTM D-790);Heat Distortion
(ASTM-648); Low Temperature Impact (ARM-STD).
C. Steel Tubing: All tubing used to manufacture components shall be an electrical
resistance welded, cold rolled, high strength steel tubing. The exterior coating will
consist of an in line hot-dipped uniform zinc galvanizing, chromate conversion, and
acrylic over-coating. The interior coating will consist of a special organic acrylic
modified polyester.
D. Hardware: All nuts, bolts, screws, inserts, and lockwashers used in the assembly
of all play equipment shall be stainless steel, yellow dichromate plated steel, blue-
' coat plated steel, mechanically galvanized or powder coated/yellow dichromate
plated steel. All primary fasteners shall be 304 alloy stainless steel. Fasteners with
yellow dichromate treatment have an electro-deposited, 99.9% pure zinc substrate
applied from a specially formulated solution sealed with a yellow dichromate top
coat designed to work in conjunction with the zinc plating. Yellow dichromate has a
320% longer life to white corrosion and 275% longer to red corrosion than does
' hot-dip galvanizing. Stainless steel fasteners shall be button-pin-in head, hex
socket cap screws with a two-part epoxy locking patch added to the threads. The
two-part locking patch shall consist of one part resin and one part catalyst which
are activated during installation. After curing, the material shall require a minimum
of five times the installation torque to remove the fastener. Manufacturer shall
provide special installation tools for pinned fasteners.
E. Galvanneal Coating: All galvanneal coating shall meet or exceed the specifications
of ASTM A-6530-CQ.
PART 3 INSTALLATION
3.01 SITE INSPECTION AND LAYOUT
A. Installer is to inspect subgrade prior to proceeding with layout. Subgrade will be
excavated to required depth for installation of drainage system and safety
surfacing by others. Commencement of layout constitutes acceptance of subgrade
condition prepared by others.
B. Layout: Installer is to layout and stake the location of all equipment on the site for
" approval by the Owner prior to pouring footings.
2004-100aa 02860
PAGE 3
'
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION '
EQUIPMENT INSTALLATION - PLAYGROUND EQUIPMENT
SECTION 02860
3.02 INSTALLATION '
A. Installation will be performed by a vendor-supplied contractor experienced in the
assembly of manufacturer's playground equipment. Installer must turn over all '
installation instructions, and maintenance instructions to the Owner upon
completion.
B. Install equipment according to manufacturer's printed installation instructions. '
Upright posts are to be installed plumb; decks and accessories are to be installed
level. All hardware to be tight and secure.
3.03 SPECIAL INSPECTION '
A. Scheduled upon completion of job. ,
B. Submit manufacturer's recommended repair and maintenance procedures, if any.
C. Minimum agenda:
1. Walkover inspection
2. Identification of problems and corrective actions
END OF SECTION
a
2004-100aa 02860
PAGE 4
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
EQUIPMENT INSTALLATION -WOOD FIBER GROUND SURFACING
SECTION 02870
PART 1 GENERAL
1.01 SUMMARY
The work involves the new wood fiber surfacing system with manufacturer's
drainage system and wear mats at all slide exits, sliding poles, and swings.
1.02 RELATED WORK
Demolition, earthwork, and preparation of the play area subgrade to required
depth for installation of safety surfacing system will be performed by others and
is not part of this work.
' 1.03 REFERENCES
A. American Society of Testing Materials (ASTM), F1292-99.
' B. U.S. Consumer Product Safety Commission (U.S.C.P.S.C.), most recent
Guideline including updates.
' C. Federal Hazardous Substances Act, 1500.44, Title 16, Chapter II,
Subchapter C, for rigid and pliable solids, and 16 CFR Part 1630 Standard
' for Surface Flammability of Carpets and Rugs (FF 1-70), Modified
Procedure. Tested by an independent laboratory
1.04 SUBMITTALS
A. General: Submit sample and typical section drawing at time of bid
' submittal.
B. Product data completely describing and compliance with specifications for:
Compliance with Section 1.03 References.
C. Manufacturer's installation instructions.
D. Submit manufacturer's recommended repair and maintenance procedures.
1.05 QUALITY ASSURANCE
E
A. Wood Fiber Manufacturer's Qualifications:
1. Industry recognized product.
2. Product insurance requirements.
B. ASTM Standards Certification: Manufacturer must be in compliance and
provide testing data for the following ASTM Standards for surface systems
under and around playground equipment:
2004-100aa 02870
PAGE 1
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION '
EQUIPMENT INSTALLATION -WOOD FIBER GROUND SURFACING
SECTION 02870
1. ASTM F1951-99 — Determination of accessibility of surface systems '
under and around playground equipment.
2. ASTM F1292-99 — Impact attenuation of Surface Systems under and '
around playground equipment.
3. ASTM F2075-01 — Standard specification for engineered wood fiber ,
for use as a playground safety surface under and around playground
equipment.
C. IPEMA Certification: '
Manufacturer must provide proof of certification to validate conformance
with ASTM F1292-99. '
D. Toxicity Test Data: Provide to Owner prior to delivery of material to site.
1.06 INSURANCE '
A. Manufacturer of wood fiber system shall provide a minimum of $10,000,000 ,
product liability insurance and include Owner as certificate holder, prior to
delivery.
B. Evidence of insurance shall be submitted at the time of submittal after ,
notice of intent to award contract.
PART 2 MATERIALS '
2.01 WOOD FIBER PRODUCT '
A. Manufactured crushed wood fiber comprised of softwoods and/or
hardwoods, consisting of randomly-sized wood fibers the majority of which i
do not exceed 1.5" in length and containing 10% to 20% fines to aid in
compaction.
B. Product must prove to be non-toxic and may not contain any recycled wood
products or any wood containing paint, chemicals, or additives.
C. Product to have minimal bark and be free of twigs, leaf debris, and other
organic material, and to be certified as non-flammable.
D. Depth of Surfacing: Surfacing shall be minimum 12" compacted depth
plus depth of manufacturer's drainage system.
E. Testing must show "g" ratings of not more than 120g for the 12" system as
12 ft. fall heights, and HIC values of less than 1,000 for both new and 8-
year-old material..
2004-100aa 02870
PAGE 2
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION
EQUIPMENT INSTALLATION -WOOD FIBER GROUND SURFACING
SECTION 02870
2.02 WEAR MATS
Wear mats shall be those supplied with manufacturer's wood fiber surfacing.
system and shall be minimum of three feet (3') square.
PART 3 INSTALLATION
3.01 SUBGRADE INSPECTION AND WORK COORDINATION
A. Installer to thoroughly examine subgrade prepared by others. Report any
abnormalities or unacceptable conditions immediately to the Owner.
Proceeding with work constitutes acceptance of the subgrade conditions.
B. Coordinate work in this section with other contractors working at the site.
3.02 DELIVERY, STORAGE, AND HANDLING
A. Delivery of materials
Deliver packaged materials to job-site in new, dry, unopened, and well-
marked containers showing product and manufacturer's name.
B. Storage of Materials
Any on-site storage of materials shall be the responsibility of the installer
and shall be stored at approved locations discussed during the pre-
construction meeting.
C. Handling of Materials
Handle materials to avoid damage during transportation and installation.
3.03 DRAINAGE SYSTEM AND WOOD FIBER SURFACING
A. Install the drainage system and wood fiber surfacing material in
accordance with manufacturer's written installation procedures.
B. Avoid contamination of wood fiber material with sand, gravel, mud or native
soil.
C. Surfacing shall be a mix of random-sized wood fibers 12" deep, at areas
p indicated on the drawings. Allow for additional material for compaction per
manufacturer's recommendation. Product depth, after installation and
compaction, must meet minimum depth of 12" in accordance with
procedure described in ASTM F1292 and meet guidelines for critical height
as set forth by the CPSC for use of wood products for protective surfacing.
2004-100aa 02870
PAGE 3
SUNSET COURT PARK PLAY EQUIPMENT
PURCHASE & INSTALLATION '
EQUIPMENT INSTALLATION -WOOD FIBER GROUND SURFACING
SECTION 02870
D. To allow for compaction, the following formulas must be used to determine '
the correct number of cubic yards; 12" deep: Square feet of area times
.05, and per manufacturer's recommendations. After installation, compact
wood fiber with heavy rollers to verify proper height and make surfacing
accessible. '
E. Sieve analysis of wood fiber shall be as follows: Greater than 85% passing '
3/8" sieve. Less than 50% passing #60 sieve.
F. Wood fiber shall have no twigs, bark, leaf, debris or other organic material
incorporated within. '
3.04 FILTER FABRIC
A. Filter Fabric layer shall be per wood fiber manufacturer's recommendation. '
B. Provide enough material to allow for minimum 3" overlap on all seams or
greater if required by manufacturer..
3.05 WEAR MATS
A. Provide rubber matting under slides, swings, sliding poles and areas of
wood fiber kickout. Install per manufacturer's instructions.
B. Rubber matting shall meet ASTM F1292-99 playground surfacing standard
for a drop height not to exceed 3.5 feet.
END OF SECTION
2004-100aa 02870
PAGE 4
APPENDIX A
SITE PLAN
r
r '
r
r
r ap
r j7 J/
/� t
1fi
r/
r
� �b
III
i
i
i
i
i
i
1
r
CA
r