Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Project Manual
CONTRACT DOCUMENTS
For
City of Renton
Philip Arnold Park Site Improvements
#CAG-22-015
IN
RENTON, WASHINGTON
Owner: City of Renton
Contact: Betsy Severtsen
(425) 757-6657
PRE-BID CONFERENCE
Date: May 16, 2022
Time: 8:30 AM
Zoom: Meeting ID: 879 8127 9841
Passcode: 685055
BID DUE
Date: June 1, 2022
Time: 2:00 PM
Location: Office of the City Clerk
Address: Renton City Hall - Lobby
1055 S Grady Way
Renton, WA 98057
BID OPEN
Date: June 1, 2022
Time: 3:00 PM
Zoom: Meeting ID: 839 7998 5134
Zoom Password: 019972
Time of Completion
Substantial Completion: May 26, 2023
Anticipated Notice to Proceed: July 20, 2022
05/03/202205/03/2022
PROJECT MANUAL OF
CONSTRUCTION DOCUMENTS
PHILIP ARNOLD PARK SITE
IMPROVEMENTS
720 Jones Avenue South
Renton, WA 98057
PROJECT NO. CAG-22-015
CITY OF RENTON
PARKS AND RECREATION
PARKS PLANNING AND NATURAL RESOURCES DIVISION
1055 SOUTH GRADY WAY
RENTON, WASHINGTON 98057
Armondo Pavone, Mayor
BID SET
May 9, 2022
Contract No. CAG-22-015 00 00 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
TABLE OF CONTENTS
Contract No. CAG-22-015
City of Renton
Philip Arnold Park Site Improvements
DIVISON 0 – PROCUREMENT & CONTRACTING REQUIREMENTS
00 00 00 Table of Contents
00 00 03 Bid Proposal Form
00 11 13 Advertisement for Bids
00 20 00 Bidder’s Qualification Statement
00 21 00 Instructions to Bidders
00 23 00 Supplementary Instructions
00 42 10 Bid Submittal Checklist
00 52 00 Agreement Between Owner and Contractor – City of Renton Agreement
00 72 00 General Conditions
00 73 00 Supplemental Conditions
00 80 00 Forms:
Form A – Proposal Bid Bond
Form B – List of Subcontractors, Part 1 (Plumbing, Electrical)
Form C – List of Subcontractors, Part 2 (Structural Steel)
Form D – Contractor Qualification, Evaluation
Form E – Qualifications of Key Personnel
Form F – Contract Bond Form
DIVISION 1 – GENRAL REQUIREMENTS
01 10 00 Summary of Work
01 11 30 Hazardous Materials
01 12 00 Delegated Design
01 14 00 Work Restrictions
01 20 00 Payment Procedures
01 21 00 Prevailing Wage Rates
01 30 00 Administrative Requirements
01 32 16 Construction Schedule
01 40 00 Quality Requirements
01 40 10 Product Substitution Request
01 42 00 Definitions
01 50 00 Temporary Facilities and Control
01 58 00 Temporary Project Signage
01 70 00 Execution and Closeout Requirements
01 74 00 Construction Waste Management and Disposal
01 78 00 Closeout Submittals
Contract No. CAG-22-015 00 00 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
DIVISION 2 – EXISTING CONDITIONS
02 41 00 Site Demolition
DIVISION 3 – CONCRETE
03 10 00 Concrete Forming and Accessories
03 15 00 Concrete Joints and Accessories
03 21 00 Steel Reinforcement
03 30 00 Cast‐in‐Place Concrete
03 30 05 Concrete Mix Design
03 39 00 Concrete Curing
03 62 00 Grout
DIVISION 11 – EQUIPMENT
11 68 23 Exterior Court Structures & Surfacing
DIVISION 26 – ELECTRICAL
26 00 00 Basic Electrical Materials and Methods
26 05 19 Conductors and Cables
26 05 26 Grounding and Bonding
26 05 33 Raceways and Boxes
26 05 43 Underground Ducts and Handholes
26 05 53 Electrical Identification
26 27 26 Wiring Devices
DIVISION 31 – EARTHWORK
31 10 00 Site Preparation
31 23 13 Subgrade Preparation
31 23 16 Excavation
31 23 23.00 Fill and Backfill
31 23 23.15 Trench Backfill
DIVISION 32 – EXTERIOR IMPROVEMENTS
32 11 23 Aggregate Base Courses
32 12 16 Asphalt Paving
32 13 13 Concrete Paving
32 17 23 Pavement Markings
32 32 19 Unit Masonry Block Walls (& Scramble Alternate 1)
33 33 00 Site Furnishings
32 33 00.01 Boardwalk
32 84 00 Planting Irrigation
32 90 00 Planting
DIVISION 33 – UTILITIES
33 11 00 Water Utility
33 31 00 Sanitary Sewer Utility
33 40 00 Storm Drainage Utility
Contract No. CAG-22-015 00 00 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
APPENDIX
Appendix A City of Renton Parks & Trails Sign Panel Memorandum
Appendix B Geotechnical Design Recommendations for Philip Arnold Park
Appendix C Building Asbestos and Lead Assessment Report
Appendix D Boardwalk Plans & Details
Appendix E Picnic Shelters Plans & Details
Appendix F Record Drawings for Picnic Shelter
Appendix G Record Drawings for Community Building
Appendix H Portland Loo Plans & Details
Appendix I Temporary Project Sign Example
Appendix J Issued Permits
Addenda A
Addenda B
Addenda C
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 1 of 6
CITY OF RENTON
HAND DELIVER TO: OFFICE OF THE CITY CLERK
RENTON CITY HALL – LOBBY
1055 S. GRADY WAY, RENTON, WA, 98057
for the
PHILIP ARNOLD PARK SITE IMPROVEMENTS
720 Jones Avenue South
Renton, WA 98057
CAG-22-015
Bids Due: 2:00 PM PDT June 1, 2022
Bidder’s Name:
Address:
Telephone:
(MUST BE COMPLETED AND SIGNED)
Having carefully examined the Bidding Documents and Instructions to Bidders, the Project site and
conditions affecting the Work, and all Addenda, the undersigned Bidder certifies that: (i) it has the
personnel and means to complete the Work and (ii) it will furnish all labor, materials, equipment, and
management to perform all Work required by, and in strict accordance with, the above-named documents
for the following sum within the time fixed. All Bid amounts shall include overhead, profit, bonds,
insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax).
The undersigned Bidder certifies that it is, at the time of submitting the Bid, and shall remain throughout
the period of the Contract, licensed by the State of Washington to perform the type of work required
under the Contract Documents. It further certifies that it is skilled and regularly engaged in the general
class and type of work called for in the Contract Documents.
A. BASE BID
The Bidder agrees to complete the Work for this Project for the following lump sum Base Bid
amount:
______________________________________________________________ DOLLARS (words)
$_____________________________________________________________ (numerals)
Do not include in the Base Bid amount Washington State Sales Tax that will be paid based on the
B I D F O R M
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 2 of 6
Contract Sum.
B.ALTERNATES
See the Description of Work and Drawing Sheet in the Bidding Documents for descriptions of
Alternates. Alternates shall not be included in the Base Bid amount. Alternates selected by the
Owner will be added to the Base Bid amount.
•Add Alternate #1 – Scramble:
ADD Dollars (words)
($) (numerals)
•Add Alternate #2 – Small Shelter:
ADD Dollars (words)
($) (numerals)
Do not include in the Alternate amounts Washington State Sales Tax that will be paid based on the
Contract Sum.
C.TRENCH EXCAVATION SAFETY PROVISIONS
The Base Bid amount includes any trench-excavation safety provisions required for compliance with
Chapter 39.04 RCW and Chapter 49.17 RCW, as applicable, and the amount included in the Base Bid
is: $_______________
D.SUBCONTRACTOR LISTING
The Project is expected to cost $1,000,000 or more. As required by RCW 39.30.060, every Bidder
must complete and provide the included Subcontractor listing forms (Form C and Form D) in
accordance with the applicable timing requirements.
E.RECEIPT OF ADDENDA
Bidder acknowledges receipt of the following addenda:
Addendum No. Addendum No.
Addendum No. Addendum No.
All requirements therein are included in the appropriate Bid amount.
F.CONDITIONS OF PROPOSAL
1.Determination of Low Bidder:
a.The City of Renton (alternatively referred to as “Owner” or “City”) reserves the right to
award the Contract for the Project based on the Contractor’s Base Bid and any selected
Alternate(s), in whatever manner is in the City’s best interest.
2.Overhead and Profit:
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 3 of 6
a.All of the above Bid Prices shall include overhead, profit, bonds, insurance, and any
other expense required to complete the Work (excluding Washington State Sales Tax).
G.PERIOD OF BID VALIDITY/ACCEPTANCE OF BID
The undersigned hereby agrees that this Bid shall be a valid and firm offering for the period of sixty
(60)days from the Bids Due date.
Within sixty (60) days from the Bids Due date, the City will act either to accept the Bid Form the
lowest responsive and responsible Bidder, or to reject all Bids. The City reserves the right to
request extensions of such Bid acceptance period.
The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the
Bidder whose Bid is under consideration for acceptance, together with a request to furnish a bond
(if required), evidence of required insurance to execute the Agreement set forth in the Contract
Documents, and other designated documents.
H.EXECUTION OF CONTRACT
If the written Notice of Intent to Award Contract is mailed, telegraphed, or delivered via facsimile
to the undersigned within the period of Bid validity noted above, or any time thereafter before
this Bid is withdrawn, the undersigned will, within ten (10) days after the date of such notification,
execute the City of Renton Standard Form of Agreement Between Owner and Contractor where
the basis of payment is a Stipulated Sum (“Agreement”) set forth in the Contract Documents.
I.TIME FOR COMPLETION
Substantial Completion - The undersigned hereby agrees to Substantially Complete all the Work
under the Base Bid (and accepted Alternates) no later than May 26, 2023.
Notice to Proceed – Anticipated date for Notice to Proceed is July 20, 2022.
Mobilization to Site – September 6, 2022.
Final Completion – All the Work shall achieve Final Completion in accordance with the contract
documents within 30 calendar days after the date of Substantial Completion.
J.LIQUIDATED DAMAGES
The undersigned agrees to pay the Owner as liquidated damages the sum of $750.00 for each
calendar day beyond the date upon which Substantial Completion of the entire Work is required
to be complete until Substantial Completion is achieved, in accordance with the Contract
Documents.
K.BID SECURITY (As per the Bidding Documents)
If applicable, Bid Security must be submitted with the Bid Form.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 4 of 6
L. ACKNOWLEDGMENT
The undersigned acknowledges that it has read, understands, and agrees to comply with all
federal and state non-discrimination laws, regulations, and policies during the performance of the
Work.
Legal Name of Person or Entity Submitting Bid: _____
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Authorized Signatory: Title:
Printed Name:
Address:
City: State: Zip Code: Date:
Telephone: Fax:
Washington Contractor's License No.: Federal Tax ID #:
E-mail address:
Washington State UBI No.: Expiration Date:
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 5 of 6
CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTES
The undersigned Bidder hereby certifies, under the penalty of perjury, that within the three-
year period immediately preceding the Bid Submission date, the Bidder has not been
determined by a final and binding citation and notice of assessment issued by the
Department of Labor and Industries, or through a civil judgment entered by a court of
limited or general jurisdiction, to have willfully violated, as defined in RCW 49.48.082, any
provision of chapters 49.46, 49.48, or 49.52 RCW.
I certify under penalty of perjury under the laws of the State of Washington that the
foregoing is true and correct.
Legal Name of Person or Entity Submitting Bid
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ☐Partnership ☐Joint Venture ☐Corporation ☐ LLC ☐
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co-partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president
(or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership,
proposal must be executed by a partner.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 6 of 6
End of Bid Form
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 11 13 – ADVERTISEMENT FOR BIDS
Contract No. CAG-22-015 00 11 13 - 1
Philip Arnold Park Improvements May 9, 2022
The City of Renton invites interested and qualified contractors to submit sealed bids for the following project:
TITLE: PHILIP ARNOLD PARK SITE IMPROVEMENTS
ESTIMATED BASE BID COST: $3,833,023.36 including WSST.
ESTIMATED ALTERNATE 1 COST: $182,109.52 including WSST.
ESTIMATED ALTERNATE 2 COST: $76,798.90 including WSST.
PRE-BID CONFERENCE: 8:30 A.M. May 16, 2022 via ZOOM
Attendance at the pre-bid conference is
highly encouraged but is not mandatory.
Pre-Bid Conference Zoom Information:
Click or use this link to join the Pre-Bid Zoom Conference:
https://us02web.zoom.us/j/87981279841?pwd=NjNvbUFYK3NzdEpZajdMYzdoR3Yvdz09
Meeting ID: 879 8127 9841; Passcode: 685055
Via telephone by dialing: +1 253 215 8782, followed by: Meeting ID: 879 8127 9841
Passcode: 685055
SUBMITTAL TIME/DATE/LOCATION: Prior to 2:00 P.M. June 1, 2022
Bids must be hand delivered to:
Office of the City Clerk
Lobby, Renton City Hall
1055 S. Grady Way, Renton, WA, 98057
PUBLIC BID OPENING: Approximately 3:00 PM
on June 1, 2022 via ZOOM.
Public Bid Opening Zoom Information:
Click or use this link to join the Pre-Bid Zoom Conference:
https://us02web.zoom.us/j/83979985134?pwd=ZlZrMlpiUGl6Z1grVVd6S2F4TitYZz09
Meeting ID: 839 7998 5134; Passcode: 019972
Via telephone by dialing: +1 253-215-8282, followed by: Meeting ID: 83979985134#
Passcode: 019972#
The work, to be substantially completed from the date of commencement under this contract, but shall not
exceed a Substantial Completion date of May 26, 2023; shall include, but not be limited to: Construction of
park improvements and related site work. Work includes earthwork, utility installation, picnic shelters,
Portland Loo Restroom, pathways including boardwalk and retaining walls, basketball court improvements,
parking lot improvements, lighting, park signage, concrete flatwork, site furnishings, landscape planting,
and landscape irrigation and other improvements for the construction of Philip Arnold Park Site
Improvements for the City of Renton, Washington, all as shown and described on the Contract Documents
prepared by Hough Beck & Baird Inc., dated, May 4, 2022.
CAG-22-015
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 11 13 – ADVERTISEMENT FOR BIDS
Contract No. CAG-22-015 00 11 13 - 2
Philip Arnold Park Improvements May 9, 2022
Bid documents will be available May 9, 2022. Plans and specifications may be viewed at Builder’s
Exchange of Washington. Free-of-charge access to project bid documents (plans, specifications, addenda,
and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com
and clicking on "Posted Projects", "Public Works", and "City of Renton". This online plan room provides
Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan
sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that
Bidders “Register” in order to receive automatic e-mail notification of future addenda and to place
themselves on the “Self-Registered Bidders List". Bidders that do not register will not be automatically
notified of addenda and will need to periodically check the on-line plan room for addenda issued on this
project. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance with
access or registration.
Daily Journal of Commerce: POB 11050, Seattle, WA 98111. Phone: (206) 622-8272. Website:
plancenter.com
Please direct questions regarding this project to the City, attn: Betsy Severtsen, RLA, ASLA;
Capital Projects Coordinator, Parks Planning and Natural Resources; phone (425) 757-6657, or email
bsevertsen@rentonwa.gov. Document clarification questions must be submitted in writing no later than
May 24, 2022, 4:00 PM .
The City’s fair practices/non-discrimination policies and the State of Washington prevailing wage rates are
applicable for this public works project located in King County. Bidders are responsible to verify and use the
most recent prevailing wage rates. The “Effective Date” for this project is the Bid Form due date above. The
applicable prevailing wage rates may be found on the Department of Labor & Industries website located at
https://lni.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/.
A Bid Bond in the amount of 5% of the total amount of the bid must accompany each bid. The City reserves
the right to reject any and all bids and to waive any informalities or irregularities in bids received. The City’s
Fair Practices and Non-Discrimination policies and State Prevailing Wage Rates apply to this project.
Mandatory 15% apprentice labor hours of the total labor hours are a requirement of the construction
contract. Voluntary workforce diversity goals for this apprentice participation are identified in the
Instructions to Bidders. Bidders may contact the Department of Labor & Industries, Apprenticeship Section,
to obtain information on available apprenticeship programs.
Bids shall be in a sealed envelope marked “PHILIP ARNOLD PARK IMPROVEMENTS”.
THE CITY OF RENTON
Jason Seth, City Clerk
Published: Daily Journal of Commerce on May 9, 2022.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 20 00 – Bidder’s Qualification Statement
Contract No. CAG-22-015 00 20 00 - 1
Philip Arnold Park Improvements May 9, 2022
PART 1 – GENERAL
1.1 SECTION INCLUDES
A. Each Bidder submitting a proposal on work included in these specifications shall prepare
and submit as part of this bid, the following information.
1. Name of Bidder: __________________________________________________
2. Business Address: __________________________________________________
3. Telephone: _______________________________________________________
4. How many years has said Bidder been engaged in the contracting business under
the present firm name? _____
5. Contracts now in hand (Gross Amount):
$_____________________________________________________
6. Experience with similar projects: List at least three (3) projects accomplished within
the last five (5) years in which the Bidder constructed comparable projects of similar
scope of Work and value. Include the name, telephone number and email address of
the Owner or Owner’s Representative responsible for the project. Describe how the
project met customer satisfaction. The City of Renton will discuss performance with
the named references.
a. Provide FORM D – Contractor Qualifications, per Section 00 80 00 FORMS.
7. Work Plan: Provide a Gantt chart or comparable of how the work will be done within
the time window allowed. Include a schedule of activities planned.
8. Assigned Key Personnel: Provide a resume for the Project Manager,
Superintendent, Foreman, and other key personnel that will be assigned and
committed to this project.
a. Provide FORM E – Qualifications of Project Key Personnel, per Section 00 80 00
FORMS.
9. List of company’s major equipment.
PART 2 – NOT USED.
PART 3 – NOT USED.
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 1
Philip Arnold Park Improvements May 9, 2022
1.1 EXPLANATION TO PROSPECTIVE BIDDERS
A. Any prospective Bidder desiring an explanation or interpretation of the solicitation,
drawings, specifications, etc., must submit a request in writing to the
Owner/Architect/Engineer (O/A/E) seven (7) calendar days before the bid due date. Oral
explanations or instructions given before the award of a contract will not be binding. Any
information given a prospective Bidder concerning a solicitation will be furnished promptly
to all other prospective Bidders by addendum to the solicitation, if that information is
necessary in submitting bids or if the lack of it would be prejudicial to other prospective
Bidders.
B. In accordance with the legislative findings and policies set forth in Chapter 39.19 RCW the
City of Renton encourages participation in all of its contracts by MWBE firms certified by the
Office of Minority and Women’s Business Enterprises (OMWBE). Participation may be
either on a direct basis in response to this invitation or as a subcontractor to a bidder.
However, unless required by federal statutes, regulations, grants, or contract terms
referenced in the contract documents, no preference will be included in the evaluation of
bids, no minimum level of MWBE participation shall be required as a condition for receiving
an award, and bids will not be rejected or considered nonresponsive on that basis. Any
affirmative action requirements set forth in federal regulations or statutes included or
referenced in the contract documents will apply.
C. The City of Renton encourages participation in all of its contracts by Veteran-owned
businesses (defined in RCW 43.60.010) and located at
http://www.dva.wa.gov/program/certified-veteran-and-servicemember-owned-businesses
and Small, Mini and Micro businesses (defined in RCW 39.26.010) which have registered in
WEBS at https://fortress.wa.gov/ga/webs/
D. In accordance with RCW 39.04.320 the state of Washington requires 15% Apprenticeship
Participation for all projects estimated to cost one million dollars or more. On applicable
projects, the bid advertisement and Bid Proposal Form shall establish a minimum required
percentage of apprentice labor hours compared to the total labor hours. Bidders may
contact the Department of Labor and Industries, Specialty Compliance Services Division,
Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530, by phone (360) 902-
5320, and e-mail at Apprentice@lni.wa.gov, to obtain information on available
apprenticeship programs.
1.2 PREPARATION OF BIDS – CONSTRUCTION
A. Bids must be: (1) submitted on the Bid Form, or copies of forms, furnished by the Owner or
the Owner’s agent, and (2) signed in ink. The person signing a bid must initial each change
appearing on any Bid Proposal Form. If the bid is made by a corporation, it shall be signed
by the corporation’s authorized designee. The address of the Bidder shall be typed or
printed on the Bid Proposal Form in the space provided.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 2
Philip Arnold Park Improvements May 9, 2022
B. The Bid Form may require Bidders to submit bid prices for one or more items on various
bases, including: (1) lump sum base bid; (2) lump sum bid alternate prices; (3) unit prices;
or (4) any combination of items 1 through 3 above.
C. If the solicitation includes alternate bid items, failure to bid on the alternates may disqualify
the bid. If bidding on all items is not required, Bidders should insert the words “no bid” in the
space provided for any item on which no price is submitted.
D. Substitute bid forms will not be considered unless this solicitation authorizes their
submission.
1.3 BID GUARANTEE
A. When the sum of the base bid plus all additive bid alternates is $35,000.00 or less, bid
security is not required.
B. When the sum of the base bid plus all additive alternates is greater than $35,000.00, a bid
guarantee in the amount of 5% of the base bid amount is required. Failure of the Bidder to
provide bid guarantee when required shall render the bid non-responsive.
C. Acceptable forms of bid guarantee are: A bid bond or postal money order, or certified check
or cashier’s check made payable to the City of Renton Treasurer.
D. The Owner will return bid guarantees (other than bid bond) to unsuccessful Bidders as
soon as practicable, but not sooner than the execution of a contract with the successful
Bidder. The successful Bidder’s bid guarantee will be returned to the successful Bidder with
its official notice to proceed with the work of the contract.
E. The Bidder will allow 60 calendar days from bid opening date for acceptance of its bid by the
Owner.
F. The Bidder will return to the Owner a signed contract, insurance certificate and bond or
bond waiver within 15 calendar days after receipt of the contract. If the apparent successful
Bidder fails to sign all contractual documents or provide the bond and insurance as required
or return the documents within 15 calendar days after receipt of the contract, the Owner
may terminate the award of the contract.
G. In the event a Bidder discovers an error in its bid following the bid opening, the Bidder may
request to withdraw its bid under the following conditions:
1. Written notification is received by the Owner within 24 hours following bid opening.
2. The Bidder provides written documentation of the claimed error to the satisfaction of
the Owner within 72 hours following the bid opening.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 3
Philip Arnold Park Improvements May 9, 2022
The Owner will approve or disapprove the request for withdrawal of the bid in writing. If
the Bidder’s request for withdrawal of its bid is approved, the Bidder will be released
from further obligation to the Owner without penalty. If it is disapproved, the Owner may
retain the Bidder’s bid guarantee.
1.4 ADDITIVE OR DEDUCTIVE BID ITEMS
The low Bidder, for purposes of award, shall be the responsive Bidder offering the low aggregate
amount for the base bid item, plus additive or deductive bid alternates selected by the Owner, and
within funds available for the project.
The Bidder agrees to hold all bid alternate prices for sixty (60) calendar days from date of bid
opening.
1.5 ACKNOWLEDGEMENT OF ADDENDA
Bidders shall acknowledge receipt of all addenda to this solicitation by identifying the addenda
numbers in the space provided for this purpose on the Bid Form. Failure to do so may result in the
bid being declared non-responsive.
1.6 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK
The Bidder acknowledges that it has taken steps necessary to ascertain the nature and location of
the work, and that it has investigated and satisfied itself as to the general and local conditions which
can affect the work or its cost, including but not limited to; (1) conditions bearing upon
transportation, disposal, handling, and storage of materials; (2) the availability of labor, water,
electric power, and road; (3) uncertainties of weather, river stages, tides, or similar physical
conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of
equipment and facilities needed preliminary to and during the work. The Bidder also acknowledges
that it has satisfied itself as to character, quality, and quantity of surface and subsurface materials
or obstacles to be encountered insofar as this information is reasonably ascertainable from an
inspection of the site, including exploratory work done by the Owner, as well as from the drawings
and specifications made a part of this contract. Any failure of the Bidder to take the actions
described and acknowledged in this paragraph will not relieve the Bidder from responsibility for
estimating properly the difficulty and cost of successfully performing the work.
1.7 BID AMOUNTS
A. The bid prices shown for each item on the Bid Form shall include all labor, material,
equipment, overhead and compensation to complete all of the work for that item.
B. The Owner will obtain and pay for Civil Construction permits for this project prior to project
Notice to Proceed. Contractor shall obtain and pay for all Building Permits, Electrical,
Plumbing, Traffic Control Plan, Environmental Stormwater Discharge, and other regulatory
permits as required.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 4
Philip Arnold Park Improvements May 9, 2022
C. The Bidder agrees to hold the base bid prices for sixty (60) calendar days from date of bid
opening.
1.8 TAXES
All bid amounts shall include Washington Sales Tax (WSST) based on the City of Renton rate
(currently 10.1%) entered on the appropriate location on the Bid Form. All other taxes imposed by
law shall be included in the bid amount. The Owner will include WSST in progress payments. The
Contractor shall pay the WSST to the Department of Revenue and shall furnish proof of payment
to the Owner if requested.
[NOTE: Contractor must bond for contract amount plus the WSST.]
1.9 SUBMISSION OF BIDS
A. Bids must be submitted on or before the time specified in the Advertisement for Bids.
B. Subcontractor Listing: As the sum of the base bid and additive alternates is anticipated to
exceed one million dollars or more, the Bid Form contains the following requirements:
1. Pursuant to RCW 39.30.060, the Bidder shall provide names of the Subcontractors
with whom the Bidder will subcontract for performance of heating, ventilation and air
conditioning (HVAC), plumbing, and electrical, if any of these trades are used.
2. The Bidder can name itself for the performance of the work.
3. The Bidder shall not list more than one Subcontractor for each category of work
identified UNLESS Subcontractors vary with bid alternates, in which case the Bidder
must indicate which Subcontractor will be used for which alternate.
4. Failure of the Bidder to submit as part of the bid the NAMES of such Subcontractors
or to name itself to perform such work shall render the Bidder's bid nonresponsive
and, therefore, void.
C. The Bid Form shall be submitted in a sealed envelope addressed to the office specified in
the Advertisement for Bids. The envelope shall have printed on the outside:
1. The project number and description.
2. The name and address of the Bidder
3. Identification as Bid Form.
D. Prior to the bid opening, the Owner’s representative will designate the official bid clock. Any
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 5
Philip Arnold Park Improvements May 9, 2022
part of the Bid Proposal Form, or in the rare situation of a bid modification, not received prior
to the times specified, per the designated bid clock, will not be considered and the bid will
be returned to the Bidder unopened.
E. A bid may be withdrawn in person by a Bidder’s authorized representative before the
opening of the bids. Bidder(s) representative will be required to show ID and sign on bid
summary sheet before it will be released.
F. People with disabilities who wish to request special accommodation, (e.g., sign language
interpreters, braille, etc.) need to contact the Owner ten (10) working days prior to the
scheduled bid opening.
1.10 BID RESULTS
After the Bid Opening, Bidders may obtain bid results from the Owner.
1.11 LOW RESPONSIBLE BIDDER
A. Mandatory Responsibility Criteria: Before award of a public works contract, a Bidder
must meet the following mandatory responsibility criteria under RCW 39.04.350 (1) to be
considered a responsible Bidder and qualified to be awarded a public works project. The
Bidder must:
1. At the time of bid submittal, have a certificate of registration in compliance with
chapter 18.27 RCW;
2. Have a current state unified business identifier number;
3. If applicable, have industrial insurance coverage for the Bidder's employees working
in Washington as required in Title 51 RCW; an employment security department
number as required in Title 50 RCW; and a state excise tax registration number as
required in Title 82 RCW;
4. Not be disqualified from bidding on any public works contract under RCW 39.06.010
or 39.12.065(3); and
5. If bidding on a public works project subject to the apprenticeship utilization
requirements in RCW 39.04.320, not have been found out of compliance by the City
of Renton Apprenticeship and Training Council for working apprentices out of ratio,
without appropriate supervision, or outside their approved work processes as outlined
in their standards of apprenticeship under chapter 49.04 RCW for the one-year period
immediately preceding the date of the bid solicitation.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 6
Philip Arnold Park Improvements May 9, 2022
6. Within the three-year period immediately preceding the date of the bid solicitation, not
have been determined by a final and binding citation and notice of assessment
issued by the department of labor and industries or through a civil judgment entered
by a court of limited or general jurisdiction to have willfully violated, as defined in
RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW.
(Before award of a public works contract, a bidder shall submit to the contracting
agency a signed statement in accordance with RCW 9A.72.085 verifying under
penalty of perjury that the bidder is in compliance with the responsible bidder criteria
requirements. A contracting agency may award a contract in reasonable reliance
upon such a sworn statement.)
B. Supplemental Responsibility Criteria: In addition to the mandatory Bidder responsibility,
the Owner has adopted relevant supplemental criteria for determining Bidder responsibility
which the Bidder must meet (RCW 39.04.350 (3)).
1. The Owner shall consider an overall accounting of the attached supplemental criteria
for determining Bidder responsibility.
2. At least seven (7) days prior to the bid submittal deadline, a potential Bidder may
request that the Owner modify the supplemental responsibility criteria. The Owner will
evaluate the information submitted by the potential Bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the Owner will
issue an addendum to the bidding documents identifying the new criteria.
3. Upon Owner’s request, the apparent low Bidder must supply the requested
responsibility information within two (2) business days of request by Owner.
Withholding information or failure to submit all the information requested within the
time provided may render the bid non-responsive
4. If the Owner determines that the apparent low Bidder is not responsible, the Owner
will notify the Bidder of its preliminary determination in writing.
5. Within three (3) days after receipt of the preliminary determination, the Bidder may
withdraw its bid or request a hearing where the Bidder may appeal the preliminary
determination and present additional information to the Owner.
6. The Owner will schedule a hearing within three (3) working days of receipt of the
Bidder’s request.
7. The Owner will issue a Final Determination after reviewing information presented at
the hearing.
8. If the Owner determines a Bidder to be not responsible, the Owner will provide, in
writing, the reasons for the determination. If the final determination affirms that the
Bidder is not responsible, the Owner will not execute a contract with any other Bidder
until two (2) business days after the Bidder determined to be not responsible has
received the final determination.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 21 00 – Instructions to Bidders
Contract No. CAG-22-015 00 21 00 - 7
Philip Arnold Park Improvements May 9, 2022
9. The Owner’s Final Determination is specific to this project and will have no effect on
other or future projects.
1.12 CONTRACT AWARD
A. The Owner will evaluate bid responsiveness and responsibility.
1. A bid will be considered responsive if it meets the following requirements:
a. It is received at the proper time and place.
b. It meets the stated requirements of the Bid Form.
c. It is submitted by a licensed/registered contractor within the state of
Washington at the time of bid opening and is not banned from bidding by the
Department of Labor and Industries.
d. It is accompanied by a bid guarantee, if required.
2. A bid will be considered responsible if it meets the following requirements:
a. It meets the mandatory responsibility criteria established in RCW 39.04.350 and
an overall accounting of the supplemental responsibility criteria established for the
project.
B. The Owner reserves the right to accept or reject any or all bids and to waive informalities.
C. The apparent low Bidder, for purpose of award, shall be the responsive and responsible
Bidder offering the low aggregate amount for the base bid plus selected additive or
deductive bid alternates and meeting all other bid submittal requirements.
1.13 DOCUMENTS (ATTACHED)
A. Advertisement for Bids
B. Bid Proposal Form
C. Supplemental Bidder Responsibility Criteria
D. General Conditions for Construction
E. Bonds - Bid and performance
F. Sample contract
G. Certification of Compliance with Wage Payment Statutes
Note: Payment Bond and Performance Bond are required. These forms will be provided
by the Owner.
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS Section 00 23 00 – Supplementary Instructions
Contract No. CAG-22-015 00 23 00 - 1
Philip Arnold Park Improvements May 9, 2022
1.1 SUPPLEMENTARY INSTRUCTIONS
A. The City’s fair practices and non-discrimination policies, and State Prevailing Wage Rates
apply to this project.
B. The Notice to Proceed shall be given after the City Council, City Attorney, and Risk Manager
approves the Contract, and the Contract is signed by the Mayor.
C. Upon Notification of Intent to Award Contract, the following documents must be submitted
prior to commencement of the Work and not later than five (5) business days after receipt of
Notification of Intent to Award Contract.
1. Standard Form of Agreement
2. Bond To the City of Renton
3. City of Renton Business License
4. Statement of Intent to Pay Prevailing Wages
5. Certificate of Liability Insurance; naming the City of Renton as additionally insured.
6. Project Schedule & Time of Completion
1.2 BIDDER SELECTION CRITERIA
A. The City reserves the right to reject any and all bids and waive informalities or irregularities in
bids received.
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 42 10 – Bid Submittal Checklist
Contract No. CAG-22-015 00 42 10 - 1
Philip Arnold Park Improvements May 9, 2022
1.1 FORMS BELOW MUST BE TIMELY SUBMITTED FOR A BID TO BE CONSIDERED
RESPONSIVE:
1. BID PROPOSAL FORM, includes CERTIFICATION OF COMPLIANCE WITH
PREVAILING WAGE PAYMENT STATUTE
2. FORM A - PROPOSAL BID BOND
3. FORM B - LIST OF SUBCONTRACTORS, PART ONE (SUBMISSION OF PLUMBING
AND ELECTRICAL SUBCONTRACTORS)
4. FORM C – LIST OF SUBCONTRACTORS, PART TWO (SUBMISSION OF STRUCTURAL
STEEL SUBCONTRACTORS)
5. FORM D – CONTRACTOR QUALIFICATIONS/EVALUATION
6. FORM E – QUALIFICATIONS OF PROJECT KEY PERSONNEL
7. FORM F – CONTRACT BOND FORM
1.2 Confirm Items Below Are Complete At Time of Bid Submission:
1. Have you included costs for Base Bid, and each of the Alternates as listed on the Bid Form?
2. Do written amounts in the Bid Form agree with amounts shown in figures?
3. Have you certified receipt of addenda?
4. Has the Bid Form been properly signed?
5. Have you completed the Deposit or Contract Bond Form?
6. Has a Bid Bond or certified check been enclosed with your Bid?
7. Is the amount of the Bid Bond at least 5% of the total amount of the Base Bid amount?
8. Are Bid Proposal Form and Form A listed above included in a sealed and properly
endorsed envelope?
1.3 Form To Be Completed Within 1 hour of Bid Submission:
1. Form B – List of Subcontractors, Part One (Submission of Plumbing, and Electrical
Subcontractors)
1.4 Form To Be Completed Within 48 hours of Bid Submission:
1. Form C – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors)
1.5 Forms To Be Completed By Apparent Low Bidder Within 2 Business Days of Notice by
Owner of Apparent Low Bid:
1. Form D - Contractor Qualifications/Evaluation
2. Form E – Qualifications of Key Personnel
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 52 00 – Standard Form of Agreement
Contract No. CAG-22-015 00 52 00 - 1
Philip Arnold Park Improvements May 9, 2022
STANDARD FORM OF AGREEMENT
CITY OF RENTON
BETWEEN OWNER AND CONTRACTOR
WHERE THE BASIS OF PAYMENT
IS A STIPULATED SUM
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 52 00 – Standard Form of Agreement
Contract No. CAG-22-015 00 52 00 - 2
Philip Arnold Park Improvements May 9, 2022
SAMPLE AGREEMENT
CONTRACT NO. [Enter Contract #]
THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and
between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "City” and [Enter Contractor name], hereinafter referred to as "Contractor."
Now, therefore the parties agree as follows:
1. Agreement. This agreement incorporates the following documents as prepared by Hough Beck &
Baird Inc., dated May 4, 2022 if fully set forth herein: the latest Standard Specifications for the City
of Renton and for Road, Bridge, and Municipal Construction, as prepared by the Washington State
Department of Transportation including all published amendments issued by those organizations
(“Standard Specifications”); City of Renton Public Works Design and Construction Standard Plans
(Current Edition); the City’s Contract Bid Documents for the Project, including but not limited to
Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard
Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s
Call for Bids Documents; and any additional documents referenced as comprising the Contract and
Contract Documents of the Standard Specifications, as revised by the Amendments and Special
Provisions included with the City’s Call for Bids and Contract Documents.
2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for
the project entitled [Enter Project name], [Enter Project number], including all changes to the Work
and force account work, in accordance with the Contract Documents.
3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified
in the Proposal according to the Contract Documents as to time, manner, and condition of payment
in a contract amount not to exceed $___________, unless modified by an approved change order or
addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment
for the Work.
4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The
Work under this Agreement shall be completed within the time specified in the Contract Bid
Documents. If the Physical Work under this Agreement is not completed within the time specified,
Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City
as specified in the Contract Bid Documents.
5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party
shall be entitled to recover its costs, including reasonable attorney's and expert witness fees.
6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement,
except as expressly provided in this Agreement.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 52 00 – Standard Form of Agreement
Contract No. CAG-22-015 00 52 00 - 3
Philip Arnold Park Improvements May 9, 2022
7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of
which shall for all purposes be deemed an original.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its
City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR:
CITY OF RENTON:
President/Partner/Owner Armondo Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation
STATE OF INCORPORATION: [Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:
CITY CONTACT INFORMATION:
[Address Line 1] City of Renton
[Address Line 2] 1055 South Grady Way
[City, State and Zip] Renton, WA 98057
[Enter Phone Number] [Enter Phone Number]
[Enter Fax Number or Email Address] [Enter Fax Number or Email Address]
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President and
Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws
shall be furnished to the City and made a part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business
as) and firm or trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by
his/her title.
Contract Template Updated 12/29/2017-modified May 3, 2022
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 1 of 54
Philip Arnold Park Improvements May 9, 2022
Section Description Page
PART 1 – GENERAL PROVISIONS
1.1 Definitions ........................................................................................................................... 3
1.2 Order of Precedence .......................................................................................................... 5
1.3 Execution and Intent ........................................................................................................... 5
PART 2 – INSURANCE AND BONDS
2.1 Contractor’s Liability Insurance ........................................................................................... 6
2.2 Coverage Limits ................................................................................................................ 7
2.3 Insurance Coverage Certificates ........................................................................................ 7
2.4 Payment and Performance Bonds ...................................................................................... 8
2.5 Alternative Surety ............................................................................................................... 8
2.6 Builders Risk ...................................................................................................................... 8
PART 3 – TIME AND SCHEDULE
3.1 Progress and Completion ................................................................................................... 9
3.2 Construction Schedule ....................................................................................................... 9
3.3 Owner’s Right to Suspend the Work for Convenience ........................................................ 10
3.4 Owner’s Right to Stop the Work for Cause ......................................................................... 11
3.5 Delay .................................................................................................................................. 11
3.6 Notice to Owner of Labor Disputes ..................................................................................... 12
3.7 Damages for Failure to Achieve Timely Completion ........................................................... 12
PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.1 Discrepancies and Contract Document Review .................................................................. 13
4.2 Project Record .................................................................................................................... 14
4.3 Shop Drawings ................................................................................................................... 14
4.4 Organization of Specifications ............................................................................................ 15
4.5 Ownership and Use of Drawings, Specifications & other Documents ................................. 16
PART 5 – PERFORMANCE
5.1 Contractor Control and Supervision .................................................................................... 17
5.2 Permits, Fees and Notices .................................................................................................. 18
5.3 Patents and Royalties ......................................................................................................... 18
5.4 Prevailing Wages ................................................................................................................ 18
5.5 Hours of Labor .................................................................................................................... 19
5.6 Nondiscrimination ............................................................................................................... 20
5.7 Safety Precautions ............................................................................................................. 20
5.8 Operations, Material Handling, and Storage Areas ............................................................. 23
5.9 Prior Notice of Excavation .................................................................................................. 24
5.10 Unforeseen Physical Conditions ......................................................................................... 24
5.11 Protection of Existing Structures, Equipment, Vegetation, Utilities, & Improvements ......... 24
5.12 Layout of Work ................................................................................................................... 24
5.13 Material and Equipment ...................................................................................................... 25
5.14 Availability and Use of Utility Services ................................................................................ 25
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 2 of 54
Philip Arnold Park Improvements May 9, 2022
Section Description Page
5.15 Tests and Inspections ......................................................................................................... 25
5.16 Correction of Nonconforming Work .................................................................................... 26
5.17 Clean Up ............................................................................................................................ 28
5.18 Access to Work ................................................................................................................... 28
5.19 Subcontractors and Suppliers ............................................................................................. 28
5.20 Warranty of Construction .................................................................................................... 30
5.21 Indemnification ................................................................................................................... 30
PART 6 – PAYMENTS AND COMPLETION
6.1 Contract Sum ...................................................................................................................... 31
6.2 Schedule of Values ............................................................................................................. 31
6.3 Application for Payment ...................................................................................................... 31
6.4 Progress Payments ............................................................................................................ 32
6.5 Payments Withheld ............................................................................................................. 33
6.6 Retainage and Bond Claim Rights ...................................................................................... 33
6.7 Substantial Completion ....................................................................................................... 33
6.8 Prior Occupancy ................................................................................................................. 34
6.9 Final Completion, Acceptance, and Payment ..................................................................... 34
PART 7 – CHANGES
7.1 Change in the Work ............................................................................................................ 35
7.2 Change in the Contract Sum .............................................................................................. 36
7.3 Change in the Contract Time .............................................................................................. 43
PART 8 – CLAIMS AND DISPUTE RESOLUTION
8.1 Claims Procedure ............................................................................................................... 45
8.2 Arbitration ........................................................................................................................... 47
8.3 Claims Audits ...................................................................................................................... 47
PART 9 – TERMINATION OF THE WORK
9.1 Termination by Owner for Cause ........................................................................................ 49
9.2 Termination by Owner for Convenience ............................................................................. 50
PART 10 – MISCELLANEOUS PROVISIONS
10.1 Governing Law ................................................................................................................... 51
10.2 Successors and Assigns ..................................................................................................... 51
10.3 Meaning of Words .............................................................................................................. 51
10.4 Rights and Remedies ......................................................................................................... 52
10.5 Contractor Registration ....................................................................................................... 52
10.6 Time Computations ............................................................................................................ 52
10.7 Records Retention .............................................................................................................. 52
10.8 Third-Party Agreements ...................................................................................................... 53
10.9 Antitrust Assignments ......................................................................................................... 53
10.10 Headings and Captions ...................................................................................................... 53
10.11 Diverse Business Participation ........................................................................................... 53
10.12 Apprenticeship Participation ............................................................................................... 53
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 3 of 54
Philip Arnold Park Improvements May 9, 2022
PART 1 – GENERAL PROVISIONS
1.1 DEFINITIONS
A. “Application for Payment” means a written request submitted by Contractor to Owner for
payment of Work completed in accordance with the Contract Documents and approved
Schedule of Values, supported by such substantiating data as Owner or A/E may require.
B. “Architect,” “Engineer,” or “A/E” means a person or entity lawfully entitled to practice
architecture or engineering, representing Owner within the limits of its delegated authority.
C. “Change Order” means a written instrument signed by Owner and Contractor stating their
agreement upon all of the following: (1) a change in the Work; (2) the amount of the
adjustment in the Contract Sum, if any, and (3) the extent of the adjustment in the Contract
Time, if any.
D. “Claim” means Contractor’s exclusive remedy for resolving disputes with Owner regarding
the terms of a Change Order or a request for equitable adjustment, as more fully set forth in
Part 8.
E. “Contract Award Amount” is the sum of the Base Bid and any accepted Alternates.
F. “Contract Documents” means the Advertisement for Bids, Instructions for Bidders,
completed Bid Form, General Conditions, Modifications to the General Conditions,
Supplemental Conditions, Public Works Contract, other Special Forms, Drawings and
Specifications, and all addenda and modifications thereof.
G. “Contract Sum” is the total amount payable by Owner to Contractor, for performance of the
Work in accordance with the Contract Documents, including all taxes imposed by law and
properly chargeable to the Work, except Washington State sales tax.
H. “Contract Time” is the number of calendar days allotted in the Contract Documents for
achieving Substantial Completion of the Work.
I. “Contractor” means the person or entity who has agreed with Owner to perform the Work in
accordance with the Contract Documents.
J. “Day(s): Unless otherwise specified, day(s) shall mean calendar day(s).”
K. “Drawings” are the graphic and pictorial portions of the Contract Documents showing the
design, location, and dimensions of the Work, and may include plans, elevations, sections,
details, schedules, and diagrams.
L. “Final Acceptance” means the written acceptance issued to Contractor by Owner after Contractor has completed the requirements of the Contract Documents, as more fully set forth in Section 6.9 B.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 4 of 54
Philip Arnold Park Improvements May 9, 2022
M. “Final Completion” means that the Work is fully and finally complete in accordance with the
Contract Documents, as more fully set forth in Section 6. 9 A.
N. “Force Majeure” means those acts entitling Contractor to request an equitable adjustment
in the Contract Time, as more fully set forth in paragraph 3. 5A.
O. “Notice” means a written notice which has been delivered in person to the individual or a
member of the firm or entity or to an officer of the corporation for which it was intended or, if
delivered or sent by registered or certified mail, to the last business address known to the
party giving notice.
P. “Notice to Proceed” means a notice from Owner to Contractor that defines the date on which
the Contract Time begins.
Q. “Owner” means the City of Renton, or its authorized representative with the authority to
enter into, administer, and/or terminate the Work in accordance with the Contract
Documents and make related determinations and findings.
R. “Person” means a corporation, partnership, business association of any kind, trust,
company, or individual.
S. “Prior Occupancy” means Owner’s use of all or parts of the Project before Substantial
Completion, as more fully set forth in Section 6.8 A.
T. “Progress Schedule” means a schedule of the Work, in a form satisfactory to Owner, as
further set forth in Section 3.2.
U. “Project” means the total construction of which the Work performed in accordance with the
Contract Documents may be the whole or a part and which may include construction by
Owner or by separate contractors.
V. “Project Record” means the separate set of Drawings and Specifications as further set
forth in paragraph 4.2A.
W. “Schedule of Values” means a written breakdown allocating the total Contract Sum to each
principal category of Work, in such detail as requested by Owner.
X. “Specifications” are that portion of the Contract Documents consisting of the written
requirements for materials, equipment, construction systems, standards and workmanship
for the Work, and performance of related services.
Y. “Subcontract” means a contract entered into by Subcontractor for the purpose of obtaining
supplies, materials, equipment, or services of any kind for or in connection with the Work.
Z. “Subcontractor” means any person, other than Contractor, who agrees to furnish or
furnishes any supplies, materials, equipment, or services of any kind in connection with the
Work.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 5 of 54
Philip Arnold Park Improvements May 9, 2022
AA. “Substantial Completion” means that stage in the progress of the Work when the
construction is sufficiently complete, as more fully set forth in Section 6.7.
AB. “Work” means the construction and services required by the Contract Documents, and
includes, but is not limited to, labor, materials, supplies, equipment, services, permits, and
the manufacture and fabrication of components, performed, furnished, or provided in
accordance with the Contract Documents.
1.2 ORDER OF PRECEDENCE
Any conflict or inconsistency in the Contract Documents shall be resolved by giving the
documents precedence in the following order:
1. Signed Agreement, including any Change Orders.
2. Supplemental Conditions.
3. Modifications to the General Conditions.
4. General Conditions.
5. Specifications. Provisions in Division 1 shall take precedence over provisions of any
other Division.
6. Drawings. In case of conflict within the Drawings, large scale drawings shall take
precedence over small scale drawings.
7. Signed and Completed Bid Form.
8. Instructions to Bidders.
9. Advertisement for Bids.
1.3 EXECUTION AND INTENT
A. Contractor Representations: Contractor makes the following representations to Owner:
B. Contract Sum reasonable: The Contract Sum is reasonable compensation for the Work and
the Contract Time is adequate for the performance of the Work, as represented by the
Contract Documents;
C. Contractor familiar with project: Contractor has carefully reviewed the Contract Documents,
visited and examined the Project site, become familiar with the local conditions in which the
Work is to be performed, and satisfied itself as to the nature, location, character, quality and
quantity of the Work, the labor, materials, equipment, goods, supplies, work, services and
other items to be furnished and all other requirements of the Contract Documents, as well
as the surface and subsurface conditions and other matters that may be encountered at the
Project site or affect performance of the Work or the cost or difficulty thereof;
D. Contractor financially capable: Contractor is financially solvent, able to pay its debts as they
mature, and possesses sufficient working capital to complete the Work and perform
Contractor’s obligations required by the Contract Documents; and
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 6 of 54
Philip Arnold Park Improvements May 9, 2022
E. Contractor can complete Work: Contractor is able to furnish the plant, tools, materials,
supplies, equipment and labor required to complete the Work and perform the obligations
required by the Contract Documents and has sufficient experience and competence to do
so.
PART 2 – INSURANCE AND BONDS
2.1 CONTRACTOR’S LIABILITY INSURANCE
A. General insurance requirements: Prior to commencement of the Work, Contractor shall
obtain all the insurance required by the Contract Documents and provide evidence
satisfactory to Owner that such insurance has been procured. Review of the Contractor’s
insurance by Owner shall not relieve or decrease the liability of Contractor. Companies
writing the insurance to be obtained by this part shall be licensed to do business under
Chapter 48 RCW or comply with the Surplus Lines Law of the City of Renton. Contractor
shall include in its bid the cost of all insurance and bond costs required to complete the
base bid work and accepted alternates. Insurance carriers providing insurance in
accordance with the Contract Documents shall be acceptable to Owner.
B. Term of insurance coverage: Contractor shall maintain the following insurance coverage
during the Work and for one year after Final Acceptance, with the exception of Professional
Liability insurance, when required, which shall be maintained for a minimum of three years.
Contractor shall also maintain the following insurance coverage during the performance of
any corrective Work required by Section 5.16.
1. Commercial General Liability Insurance: Commercial General Liability (CGL) on an
Occurrence Form. Coverage shall include, but not be limited to:
a. Completed operations/products liability;
b. Explosion, collapse, and underground, when applicable to the work being
performed; and
c. Stop loss coverage applicable to the State of Washington.
2. Commercial Automobile Liability Insurance: Required if a commercial vehicle will be
used in performance of work or delivery of products by the contractor, beyond normal
commutes.
3. Professional Liability: Required if professional services (e.g. architect, engineering,
surveying, legal, or medical) are being provided to the Owner and if those professional
services are excluded from the CGL policy. Coverage may be on a Claims Made
basis, if coverage is maintained at least 3-years beyond the conclusion of work.
4. Excess Liability or Umbrella: Required if needed to reach minimum CGL or auto
liability coverage limits.
5. Builders Risk – When applicable to the work being performed, is required up to the
amount of the completed value of a new building or major construction project, with no
coinsurance provisions. See section 2.6.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 7 of 54
Philip Arnold Park Improvements May 9, 2022
6. Pollution Liability – Required if work involves a pollution risk to the environment.
Coverage may be included in other required policies.
C. Industrial Insurance compliance (Workers’ Compensation): Contractor shall comply with the
Washington State Industrial Insurance Act and, if applicable, the Federal Longshoremen’s
and Harbor Workers’ Act and the Jones Act.
D. Insurance to protect for the following: All insurance coverages shall protect against claims
for damages for personal and bodily injury or death, as well as claims for property damage,
which may arise from operations in connection with the Work whether such operations are
by Contractor or any Subcontractor.
E. Owner as Additional Insured: Name the City of Renton as a Primary and Non-contributory
Additional Insured on the policy (only applies to Commercial General, Auto Liability,
Excess/Umbrella, when applicable).
F. Insurance certificate requirements and minimum limits may be waived or modified by the
Risk Manager or with Risk Manager approval.
2.2 COVERAGE LIMITS
Insurance amounts: The minimum coverage limits shall be as follows for applicable required
insurance:
A. Limits of General Liability shall not be less than $1,000,000 per each Occurrence; including
Personal Injury and Advertising Liability for Each Occurrence and $2,000,000 Annual
Aggregate
B. $1,000,000 Combined Single Limit for Automobile Bodily Injury and Property Damage
Liability, Each Accident or Loss.
C. $1,000,000 for Professional Liability.
D. $1,000,000 for Pollution Liability.
E. The Owner does not represent that the minimum required insurance coverage or limits are
adequate to protect the vendor/contractor/consultant from all liabilities.
2.3 INSURANCE COVERAGE CERTIFICATES
A. Certificate required: Prior to commencement of the Work, Contractor shall furnish to Owner
a completed and acceptable certificate of insurance coverage showing all required
insurance coverage.
B. List Project info: All insurance certificates shall name Owner as the certificate holder. The
certificate holder should read:
City of Renton
ATTN: Kelsey Urban
1055 South Grady Way
Renton, WA 98057
C. Cancellation provisions: The Owner shall be provided with written notice of any policy
cancellation within a minimum of two business days of receipt of such notice by the policy
holder.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 8 of 54
Philip Arnold Park Improvements May 9, 2022
2.4 PAYMENT AND PERFORMANCE BONDS
Conditions for bonds: Payment and performance bonds for 100% of the Contract Award Amount,
plus state sales tax, shall be furnished for the Work, using the City of Renton Contract Bond Form
provided. Prior to execution of a Change Order that, cumulatively with previous Change Orders,
increases the Contract Award Amount by 15% or more, the Contractor shall provide either new
payment and performance bonds for the revised Contract Sum, or riders to the existing payment
and performance bonds increasing the amount of the bonds. The Contractor shall likewise
provide additional bonds or riders when subsequent Change Orders increase the Contract Sum
by 15% or more. No payment or performance bond is required if the Contract Sum is $35,000 or
less and Contractor agrees that Owner may, in lieu of the bond, retain 50% of the Contract Sum
for the period allowed by RCW 39.08.010.
2.5 ALTERNATIVE SURETY
When alternative surety required: Contractor shall promptly furnish payment and performance
bonds from an alternative surety as required to protect Owner and persons supplying labor or
materials required by the Contract Documents if:
A. Owner has a reasonable objection to the surety; or
B. Any surety fails to furnish reports on its financial condition if required by Owner.
2.6 BUILDER’S RISK
A. Contractor to buy Builders Risk Insurance: When the project involves substantial new
building construction, as determined by the Owner, Contractor shall purchase and maintain
Builders Risk insurance in the amount of the Contract Sum including all Change Orders for
the Work on a replacement cost basis until Substantial Completion. For projects not
involving New Building Construction, “Installation Floater” is an acceptable substitute for the
Builder’s Risk Insurance. The insurance shall cover the interest of Owner, Contractor, and
any Subcontractors, as their interests may appear.
B. Losses covered: Contractor property insurance shall be placed on an “all risk” basis and
insure against the perils of fire and extended coverage and physical loss or damage
including theft, vandalism, malicious mischief, collapse, false work, temporary buildings,
debris removal including demolition occasioned by enforcement of any applicable legal
requirements and shall cover reasonable compensation for A/E’s services and expenses
required as a result of an insured loss.
C. Waiver of subrogation rights: Owner and Contractor waive all subrogation rights against
each other, any Subcontractors, A/E, A/E’s sub-consultants, separate contractors described
in Section 5.20, if any, and any of their subcontractors, for damages caused by fire or other
perils to the extent covered by property insurance obtained pursuant to this section or other
property insurance applicable to the Work, except such rights as they have to proceeds of
such insurance held by Owner as fiduciary. The policies shall provide such waivers of
subrogation by endorsement or otherwise. A waiver of subrogation shall be effective to a
person or entity even though that person or entity would otherwise have a duty of
indemnification, contractual or otherwise, did not pay the insurance premium directly or
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 9 of 54
Philip Arnold Park Improvements May 9, 2022
indirectly, and whether or not the person or entity had an insurable interest in the property
damaged.
PART 3 – TIME AND SCHEDULE
3.1 PROGRESS AND COMPLETION
Contractor to meet schedule: Contractor shall diligently prosecute the Work, with adequate forces,
achieve Substantial Completion within the Contract Time, and achieve Final Completion within
thirty (30) calendar days thereafter.
3.2 CONSTRUCTION SCHEDULE
A. Preliminary Progress Schedule: Unless otherwise provided in Division 1, Contractor shall,
within 14 Days after issuance of the Notice to Proceed, submit a preliminary Progress
Schedule. The Progress Schedule shall show the sequence in which Contractor proposes
to perform the Work, and the dates on which Contractor plans to start and finish major
portions of the Work, including dates for shop drawings and other submittals, and for
acquiring materials and equipment.
1. The Schedule Duration shall be based on the Contract Time of Completion listed on
the Bid Form. The Owner shall not be obligated to accept any Early Completion
Schedule suggested by the Contractor. The Contract Time for Completion shall
establish the Schedule Completion Date.
2. If the Contractor feels that the work can be completed in less than the Specified
Contract Time, then the Surplus Time shall be considered Project Float. This Float
time shall be shown on the Project Schedule. It shall be available to accommodate
changes in the work and unforeseen conditions. Neither the Contractor nor the
Owner have exclusive right to this Float Time. It belongs to the project.
B. Form of Progress Schedule: Unless otherwise provided in Division 1, the Progress
Schedule shall be in the form of a bar chart, or a critical path method analysis, as specified
by Owner. The preliminary Progress Schedule may be general, showing the major portions
of the Work, with a more detailed Progress Schedule submitted as directed by Owner.
C. Owner comments on Progress Schedule: Owner shall return comments on the preliminary
Progress Schedule to Contractor within 14 Days of receipt. Review by Owner of
Contractor’s schedule does not constitute an approval or acceptance of Contractor’s
construction means, methods, or sequencing, or its ability to complete the Work within the
Contract Time. Contractor shall revise and resubmit its schedule, as necessary. Owner may
withhold a portion of progress payments until a Progress Schedule has been submitted
which meets the requirements of this section.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 10 of 54
Philip Arnold Park Improvements May 9, 2022
D. Monthly updates and compliance with Progress Schedule: Contractor shall utilize and
comply with the Progress Schedule. On a monthly basis, or as otherwise directed by
Owner, Contractor shall submit an updated Progress Schedule at its own expense to
Owner indicating actual progress. If, in the opinion of Owner, Contractor is not in
conformance with the Progress Schedule for reasons other than acts of Force Majeure as
identified in Section 3.5, Contractor shall take such steps as are necessary to bring the
actual completion dates of its work activities into conformance with the Progress Schedule,
and if directed by Owner, Contractor shall submit a corrective action plan or revise the
Progress Schedule to reconcile with the actual progress of the Work.
E. Contractor to notify Owner of delays: Contractor shall promptly notify Owner in writing of
any actual or anticipated event which is delaying or could delay achievement of any
milestone or performance of any critical path activity of the Work. Contractor shall indicate
the expected duration of the delay, the anticipated effect of the delay on the Progress
Schedule, and the action being or to be taken to correct the problem. Provision of such
notice does not relieve Contractor of its obligation to complete the Work within the Contract
Time.
3.3 OWNER’S RIGHT TO SUSPEND THE WORK FOR CONVENIENCE
A. Owner may suspend Work: Owner may, at its sole discretion, order Contractor, in writing, to
suspend all or any part of the Work for up to 90 Days, or for such longer period as mutually
agreed.
B. Compliance with suspension; Owner’s options: Upon receipt of a written notice suspending
the Work, Contractor shall immediately comply with its terms and take all reasonable steps
to minimize the incurrence of cost of performance directly attributable to such suspension.
Within a period up to 90 Days after the notice is delivered to Contractor, or within any
extension of that period to which the parties shall have agreed, Owner shall either:
1. Cancel the written notice suspending the Work; or
2. Terminate the Work covered by the notice as provided in the termination provisions
of Part 9.
C. Resumption of Work: If a written notice suspending the Work is cancelled or the period of
the notice or any extension thereof expires, Contractor shall resume Work.
D. Equitable Adjustment for suspensions: Contractor shall be entitled to an equitable
adjustment in the Contract Time, or Contract Sum, or both, for increases in the time or cost
of performance directly attributable to such suspension, provided Contractor complies with
all requirements set forth in Part 7.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 11 of 54
Philip Arnold Park Improvements May 9, 2022
3.4 OWNER’S RIGHT TO STOP THE WORK FOR CAUSE
A. Owner may stop Work for Contractor’s failure to perform: If Contractor fails or refuses to
perform its obligations in accordance with the Contract Documents, Owner may order
Contractor, in writing, to stop the Work, or any portion thereof, until satisfactory corrective
action has been taken.
B. No Equitable Adjustment for Contractor’s failure to perform: Contractor shall not be entitled
to an equitable adjustment in the Contract Time or Contract Sum for any increased cost or
time of performance attributable to Contractor’s failure or refusal to perform or from any
reasonable remedial action taken by Owner based upon such failure.
3.5 DELAY
A. Force Majeure actions not a default; Force Majeure defined: Any delay in or failure of
performance by Owner or Contractor, other than the payment of money, shall not constitute
a default hereunder if and to the extent the cause for such delay or failure of performance
was unforeseeable and beyond the control of the party (“Force Majeure”). Acts of Force
Majeure include, but are not limited to:
1. Acts of God or the public enemy;
2. Acts or omissions of any government entity;
3. Fire or other casualty for which Contractor is not responsible;
4. Quarantine or epidemic;
5. Strike or defensive lockout;
6. Unusually severe weather conditions which could not have been reasonably
anticipated; and
7. Unusual delay in receipt of supplies or products which were ordered and expedited
and for which no substitute reasonably acceptable to Owner was available.
B. Contract Time adjustment for Force Majeure: Contractor shall be entitled to an equitable
adjustment in the Contract Time for changes in the time of performance directly attributable
to an act of Force Majeure, provided it makes a request for equitable adjustment according
to Section 7.3. Contractor shall not be entitled to an adjustment in the Contract Sum
resulting from an act of Force Majeure.
C. Contract Time or Contract Sum adjustment if Owner at fault: Contractor shall be entitled to
an equitable adjustment in Contract Time and may be entitled to an equitable adjustment in
Contract Sum, if the cost or time of Contractor’s performance is changed due to the fault or
negligence of Owner, provided the Contractor makes a request according to Sections 7.2
and 7.3.
D. No Contract Time or Contract Sum adjustment if Contractor at fault: Contractor shall not be
entitled to an adjustment in Contract Time or in the Contract Sum for any delay or failure of
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 12 of 54
Philip Arnold Park Improvements May 9, 2022
performance to the extent such delay or failure was caused by Contractor or anyone for
whose acts Contractor is responsible.
E. Contract Time adjustment only for concurrent fault: To the extent any delay or failure of
performance was concurrently caused by the Owner and Contractor, Contractor shall be
entitled to an adjustment in the Contract Time for that portion of the delay or failure of
performance that was concurrently caused, provided it makes a request for equitable
adjustment according to Section 7.3 but shall not be entitled to an adjustment in Contract
Sum.
F. Contractor to mitigate delay impacts: Contractor shall make all reasonable efforts to prevent
and mitigate the effects of any delay, whether occasioned by an act of Force Majeure or
otherwise.
3.6 NOTICE TO OWNER OF LABOR DISPUTES
A. Contractor to notify Owner of labor disputes: If Contractor has knowledge that any actual or
potential labor dispute is delaying or threatens to delay timely performance in accordance
with the Contract Documents, Contractor shall immediately give notice, including all
relevant information, to Owner.
B. Pass through notification provisions to Subcontractors: Contractor agrees to insert a
provision in its Subcontracts and to require insertion in all sub-subcontracts, that in the
event timely performance of any such contract is delayed or threatened by delay by any
actual or potential labor dispute, the Subcontractor or Sub-subcontractor shall immediately
notify the next higher tier Subcontractor or Contractor, as the case may be, of all relevant
information concerning the dispute.
3.7 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION
A. Liquidated Damages
1. Reason for Liquidated Damages: Timely performance and completion of the Work is
essential to Owner and time limits stated in the Contract Documents are of the
essence. Owner will incur serious and substantial damages if Substantial Completion
of the Work does not occur within the Contract Time. However, it would be difficult if
not impossible to determine the exact amount of such damages. Consequently,
provisions for liquidated damages are included in the Contract Documents.
2. Calculation of Liquidated Damages amount: The liquidated damage amounts set
forth in the Contract Documents will be assessed not as a penalty, but as liquidated
damages for breach of the Contract Documents. This amount is fixed and agreed
upon by and between the Contractor and Owner because of the impracticability and
extreme difficulty of fixing and ascertaining the actual damages the Owner would in
such event sustain. This amount shall be construed as the actual amount of
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 13 of 54
Philip Arnold Park Improvements May 9, 2022
damages sustained by the Owner, and may be retained by the Owner and deducted
from periodic payments to the Contractor.
3. Contractor responsible even if Liquidated Damages assessed: Assessment of
liquidated damages shall not release Contractor from any further obligations or
liabilities pursuant to the Contract Documents.
B. Actual Damages
Calculation of Actual Damages: Actual damages will be assessed for failure to achieve
Final Completion within the time provided. Actual damages will be calculated on the basis
of direct architectural, administrative, and other related costs attributable to the Project from
the date when Final Completion should have been achieved, based on the date Substantial
Completion is actually achieved, to the date Final Completion is actually achieved. Owner
may offset these costs against any payment due Contractor.
PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.1 DISCREPANCIES AND CONTRACT DOCUMENT REVIEW
A. Specifications and Drawings are basis of the Work: The intent of the Specifications and
Drawings is to describe a complete Project to be constructed in accordance with the
Contract Documents. Contractor shall furnish all labor, materials, equipment, tools,
transportation, permits, and supplies, and perform the Work required in accordance with the
Drawings, Specifications, and other provisions of the Contract Documents.
B. Parts of the Contract Documents are complementary: The Contract Documents are
complementary. What is required by one part of the Contract Documents shall be binding
as if required by all. Anything mentioned in the Specifications and not shown on the
Drawings or shown on the Drawings and not mentioned in the Specifications, shall be of
like effect as if shown or mentioned in both.
C. Contractor to report discrepancies in Contract Documents: Contractor shall carefully study
and compare the Contract Documents with each other and with information furnished by
Owner. If, during the performance of the Work, Contractor finds a conflict, error,
inconsistency, or omission in the Contract Documents, it shall promptly and before
proceeding with the Work affected thereby, report such conflict, error, inconsistency, or
omission to Owner in writing.
D. Contractor knowledge of discrepancy in documents – responsibility: Contractor shall do no
Work without applicable Drawings, Specifications, or written modifications, or Shop
Drawings where required, unless instructed to do so in writing by Owner. If Contractor
performs any construction activity, and it knows or reasonably should have known that any
of the Contract Documents contain a conflict, error, inconsistency, or omission, Contractor
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 14 of 54
Philip Arnold Park Improvements May 9, 2022
shall be responsible for the performance and shall bear the cost for its correction.
E. Contractor to perform Work implied by Contract Documents: Contractor shall provide any
work or materials the provision of which is clearly implied and is within the scope of the
Contract Documents even if the Contract Documents do not mention them specifically.
F. Interpretation questions referred to Owner: Questions regarding interpretation of the
requirements of the Contract Documents shall be referred to the Owner.
4.2 PROJECT RECORD
A. Contractor to maintain Project Record Drawings and Specifications: Contractor shall legibly
mark in ink on a separate set of the Drawings and Specifications all actual construction,
including horizontal and vertical locations of sub-structural materials referenced to
permanent visible and accessible surface improvements, field changes of dimensions and
details, actual suppliers, manufacturers and trade names, models of installed equipment,
and Change Order Proposals (COP). This separate set of Drawings and Specifications
shall be the “Project Record.”
B. Update Project Record weekly and keep on site: The Project Record shall be maintained on
the project site throughout the construction and shall be clearly labeled “PROJECT
RECORD.” The Project Record shall be updated at least weekly noting all changes and
shall be available to Owner at all times.
C. Final Project Record to Owner before Final Acceptance: Contractor shall submit the
completed and finalized Project Record to Owner prior to Final Acceptance
4.3 SHOP DRAWINGS
A. Definition of Shop Drawings: “Shop Drawings” means documents and other information
required to be submitted to Owner by Contractor pursuant to the Contract Documents,
showing in detail: the proposed fabrication and assembly of structural elements; and the
installation (i.e. form, fit, and attachment details) of materials and equipment. Shop
Drawings include, but are not limited to, drawings, diagrams, layouts, schematics,
descriptive literature, illustrations, schedules, performance and test data, samples, and
similar materials furnished by Contractor to explain in detail specific portions of the Work
required by the Contract Documents. For materials and equipment to be incorporated into
the Work, Contractor submittal shall include the name of the manufacturer, the model
number, and other information concerning the performance, capacity, nature, and rating of
the item. When directed, Contractor shall submit all samples at its own expense. Owner
may duplicate, use, and disclose Shop Drawings provided in accordance with the Contract
Documents.
B. Approval of Shop Drawings by Contractor and A/E: Contractor shall coordinate all Shop
Drawings, and review them for accuracy, completeness, and compliance with the Contract
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 15 of 54
Philip Arnold Park Improvements May 9, 2022
Documents and shall indicate its approval thereon as evidence of such coordination and
review. Where required by law, Shop Drawings shall be stamped by an appropriate
professional licensed by the City of Renton. Shop Drawings submitted to A/E without
evidence of Contractor’s approval shall be returned for resubmission. Contractor shall
review, approve, and submit Shop Drawings with reasonable promptness and in such
sequence as to cause no delay in the Work or in the activities of Owner or separate
contractors. Contractor’s submittal schedule shall allow a reasonable time for A/E review.
A/E will review, approve, or take other appropriate action on the Shop Drawings. Contractor
shall perform no portion of the Work requiring submittal and review of Shop Drawings until
the respective submittal has been reviewed and the A/E has approved or taken other
appropriate action. A/E shall respond to Shop Drawing submittals with reasonable
promptness. Any Work by Contractor shall be in accordance with reviewed Shop Drawings.
Submittals made by Contractor which are not required by the Contract Documents may be
returned without action.
C. Contractor not relieved of responsibility when Shop Drawings approved: Approval, or other
appropriate action with regard to Shop Drawings, A/E shall not relieve Contractor of
responsibility for any errors or omissions in such Shop Drawings, nor from responsibility for
compliance with the requirements of the Contract Documents. Unless specified in the
Contract Documents, review by A/E shall not constitute an approval of the safety
precautions employed by Contractor during construction or constitute an approval of
Contractor’s means or methods of construction. If Contractor fails to obtain approval before
installation and the item or work is subsequently rejected, Contractor shall be responsible
for all costs of correction.
D. Variations between Shop Drawings and Contract Documents: If Shop Drawings show
variations from the requirements of the Contract Documents, Contractor shall describe such
variations in writing, separate from the Shop Drawings, at the time it submits the Shop
Drawings containing such variations. If A/E approves any such variation, an appropriate
Change Order will be issued. If the variation is minor and does not involve an adjustment in
the Contract Sum or Contract Time, a Change Order need not be issued; however, the
modification shall be recorded upon the Project Record.
E. Contractor to submit electronic files of Shop Drawings: Unless otherwise provided in
Division 1, Contractor shall submit to Owner for approval electronic files of all Shop
Drawings. Unless otherwise indicated, a reviewed electronic file shall be returned to
Contractor.
4.4 ORGANIZATION OF SPECIFICATIONS
Specification organization by trade: Specifications are prepared in sections which conform
generally to trade practices. These sections are for Owner and Contractor convenience and shall
not control Contractor in dividing the Work among the Subcontractors or in establishing the extent
of the Work to be performed by any trade.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 16 of 54
Philip Arnold Park Improvements May 9, 2022
4.5 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS
A. The City/Owner not Contractor, owns Copyright of Drawings and Specifications: The
Drawings, Specifications, and other documents prepared by A/E are instruments of A/E’s
contracted service to the City through which the Work to be executed by Contractor is
described. Neither Contractor nor any Subcontractor shall own or claim a copyright in the
Drawings, Specifications, and other documents prepared by A/E, and A/E shall be deemed
the author of them and will, along with any rights of Owner, retain all common law,
statutory, and other reserved rights, in addition to the copyright. All copies of these
documents, except Contractor’s set, shall be returned or suitably accounted for to A/E, on
request, upon completion of the Work.
B. Drawings and Specifications to be used only for this Project: The Drawings, Specifications,
and other documents prepared by the A/E, and copies thereof furnished to Contractor, are
for use solely with respect to this Project. They are not to be used by Contractor or any
Subcontractor on other projects or for additions to this Project outside the scope of the
Work without the specific written consent of Owner and A/E. Contractor and Subcontractors
are granted a limited license to use and reproduce applicable portions of the Drawings,
Specifications, and other documents prepared by A/E appropriate to and for use in the
execution of their Work.
C. Shop Drawing license granted to Owner: Contractor and all Subcontractors grant a non-
exclusive license to Owner, without additional cost or royalty, to use for its own purposes
(including reproduction) all Shop Drawings, together with the information and diagrams
contained therein, prepared by Contractor or any Subcontractor. In providing Shop
Drawings, Contractor and all Subcontractors warrant that they have authority to grant to
Owner a license to use the Shop Drawings, and that such license is not in violation of any
copyright or other intellectual property right. Contractor agrees to defend and indemnify
Owner pursuant to the indemnity provisions in Section 5.3 and 5.22 from any violations of
copyright or other intellectual property rights arising out of Owner’s use of the Shop
Drawings hereunder, or to secure for Owner, at Contractor’s own cost, licenses in
conformity with this section.
D. Shop Drawings to be used only for this Project: The Shop Drawings and other submittals
prepared by Contractor, Subcontractors of any tier, or its or their equipment or material
suppliers, and copies thereof furnished to Contractor, are for use solely with respect to this
Project. They are not to be used by Contractor or any Subcontractor of any tier, or material
or equipment supplier, on other projects or for additions to this Project outside the scope of
the Work without the specific written consent of Owner. The Contractor, Subcontractors of
any tier, and material or equipment suppliers are granted a limited license to use and
reproduce applicable portions of the Shop Drawings and other submittals appropriate to
and for use in the execution of their Work under the Contract Documents.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 17 of 54
Philip Arnold Park Improvements May 9, 2022
PART 5 – PERFORMANCE
5.1 CONTRACTOR CONTROL AND SUPERVISION
A. Contractor responsible for Means and Methods of construction: Contractor shall
supervise and direct the Work, using its best skill and attention, and shall perform the
Work in a skillful manner. Contractor shall be solely responsible for and have control over
construction means, methods, techniques, sequences, and procedures and for
coordinating all portions of the Work, unless the Contract Documents give other specific
instructions concerning these matters. Contractor shall disclose its means and methods
of construction when requested by Owner.
B. Competent Superintendent required: Performance of the Work shall be directly supervised
by a competent superintendent who has authority to act for Contractor. The superintendent
must be satisfactory to the Owner and shall not be changed without the prior written
consent of Owner. Owner may require Contractor to remove the superintendent from the
Work or Project site, if Owner reasonably deems the superintendent incompetent, careless,
or otherwise objectionable, provided Owner has first notified Contractor in writing and
allowed a reasonable period for transition.
C. Contractor responsible for acts and omissions of self and agents: Contractor shall be
responsible to Owner for acts and omissions of Contractor, Subcontractors, and their
employees and agents.
D. Contractor to employ competent and disciplined workforce: Contractor shall enforce strict
discipline and good order among all of the Contractor’s employees and other persons
performing the Work. Contractor shall not permit employment of persons not skilled in tasks
assigned to them. Contractor’s employees shall at all times conduct business in a manner
which assures fair, equal, and nondiscriminatory treatment of all persons. Owner may, by
written notice, request Contractor to remove from the Work or Project site any employee
Owner reasonably deems incompetent, careless, or otherwise objectionable.
E. Contractor to keep project documents on site: Contractor shall keep on the Project site a
copy of the Drawings, Specifications, addenda, reviewed Shop Drawings, and permits and
permit drawings.
F. Contractor to comply with ethical standards: Contractor shall ensure that its owner(s) and
employees, and those of its Subcontractors, comply with the Ethics in Public Service Act
RCW 42.52, which, among other things, prohibits state employees from having an
economic interest in any public works contract that was made by, or supervised by, that
employee. Contractor shall remove, at its sole cost and expense, any of its, or its
Subcontractors’ employees, if they are in violation of this act.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 18 of 54
Philip Arnold Park Improvements May 9, 2022
5.2 PERMITS, FEES, AND NOTICES
A. Permits: Owner will obtain and pay for the Land Use Permit and Civil Construction Permit.
All other permits and fees required to execute the work shall be obtained and paid for by
the Contractor. Prior to Final Acceptance, the approved, signed permits shall be delivered
to Owner.
B. Contractor to comply with all applicable laws: Contractor shall comply with and give notices
required by all federal, state, and local laws, ordinances, rules, regulations, and lawful
orders of public authorities applicable to performance of the Work.
5.3 PATENTS AND ROYALTIES
Payment, indemnification, and notice: Contractor is responsible for, and shall pay, all royalties
and license fees. Contractor shall defend, indemnify, and hold Owner harmless from any costs,
expenses, and liabilities arising out of the infringement by Contractor of any patent, copyright, or
other intellectual property right used in the Work; however, provided that Contractor gives prompt
notice, Contractor shall not be responsible for such defense or indemnity when a particular
design, process, or product of a particular manufacturer or manufacturers is required by the
Contract Documents. If Contractor has reason to believe that use of the required design, process,
or product constitutes an infringement of a patent or copyright, it shall promptly notify Owner of
such potential infringement
5.4 PREVAILING WAGES
A. Contractor to pay Prevailing Wages: Contractor shall pay the prevailing rate of wages to all
workers, laborers, or mechanics employed in the performance of any part of the Work in
accordance with RCW 39.12 and the rules and regulations of the Washington Department of
Labor and Industries or the federal Davis-Bacon Act Prevailing Wage Rates, as amended
(40 U.S.C. 3141 – 3148); whichever is the greater. The schedule of prevailing wage rates for
the locality or localities of the Work, is determined by the Industrial Statistician of the
Department of Labor and Industries. The State of Washington prevailing wage rates
applicable for this public works project, which is in King County, may be found at the
following website address of the Department of Labor and Industries:
http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates. Based upon the bid submittal
deadline for this project, the applicable effective date for prevailing wages for this project is
February 9, 2022.
B. Statement of Intent to Pay Prevailing Wages: Before payment is made by the Owner to the
Contractor for any work performed by the Contractor and subcontractors whose work is
included in the application for payment, the Contractor shall submit, or shall have previously
submitted to the Owner for the Project, a Statement of Intent to Pay Prevailing Wages,
approved by the Department of Labor and Industries, certifying the rate of hourly wage paid
and to be paid each classification of laborers, workers, or mechanics employed upon the
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 19 of 54
Philip Arnold Park Improvements May 9, 2022
Work by Contractor and Subcontractors. Such rates of hourly wage shall not be less than
the prevailing wage rate.
C. Affidavit of Wages Paid: Prior to release of retainage, the Contractor shall submit to the
Owner an Affidavit of Wages Paid, approved by the Department of Labor and Industries, for
the Contractor and every subcontractor, of any tier, that performed work on the Project.
D. Disputes: Disputes regarding prevailing wage rates shall be referred for arbitration to the
Director of the Department of Labor and Industries. The arbitration decision shall be final
and conclusive and binding on all parties involved in the dispute as provided for by
RCW 39.12.060.
E. Statement with pay application; Post Statements of Intent at job site: Each Application for
Payment submitted by Contractor shall state that prevailing wages have been paid in
accordance with the pre-filed statement(s) of intent, as approved. Copies of the approved
intent statement(s) shall be posted on the job site with the address and telephone number
of the Industrial Statistician of the Department of Labor and Industries where a complaint or
inquiry concerning prevailing wages may be made.
F. Contractor to pay for Statements of Intent and Affidavits: In compliance with chapter 296-
127 WAC, Contractor shall pay to the Department of Labor and Industries the currently
established fee(s) for each statement of intent and/or affidavit of wages paid submitted to
the Department of Labor and Industries for certification.
G. Certified Payrolls: Consistent with WAC 296-127-320, the Contractor and any
subcontractor shall submit a certified copy of payroll records if requested.
5.5 HOURS OF LABOR
A. Overtime: Contractor shall comply with all applicable provisions of RCW 49.28 and they are
incorporated herein by reference. Pursuant to that statute, no laborer, worker, or mechanic
employed by Contractor, any Subcontractor, or any other person performing or contracting
to do the whole or any part of the Work, shall be permitted or required to work more than
eight hours in any one calendar day, provided, that in cases of extraordinary emergency,
such as danger to life or property, the hours of work may be extended, but in such cases
the rate of pay for time employed in excess of eight hours of each calendar day shall be not
less than one and one-half times the rate allowed for this same amount of time during eight
hours of service.
B. 4-10 Agreements: Notwithstanding the preceding paragraph, RCW 49.28 permits a
contractor or subcontractor in any public works contract subject to those provisions, to enter
into an agreement with its employees in which the employees work up to ten hours in a
calendar day. No such agreement may provide that the employees work ten-hour days for
more than four calendar days a week. Any such agreement is subject to approval by the
employees. The overtime provisions of RCW 49.28 shall not apply to the hours, up to forty
hours per week, worked pursuant to any such agreement.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 20 of 54
Philip Arnold Park Improvements May 9, 2022
5.6 NONDISCRIMINATION
A. Discrimination prohibited by applicable laws: The Contractor and all Subcontractors shall
comply with all applicable federal and state non-discrimination laws, regulations, and
policies and the City of Renton Summary of Fair Practices Policy Adopted by Resolution
4085. No person shall, on the grounds of age, race, creed, color, sex, sexual orientation,
religion, national origin, marital status, honorably discharged veteran or military status, or
disability (physical, mental, or sensory) be denied the benefits of, or otherwise be subjected
to discrimination under any project, program, or activity, funded, in whole or in part, under
this Agreement.
B. During performance of the Work:
1. Protected Classes: Contractor shall not discriminate against any employee or
applicant for employment because of race, creed, color, national origin, sex, age,
marital status, or the presence of any physical, sensory, or mental disability, Vietnam
era veteran status, or disabled veteran status, nor commit any other unfair practices
as defined in RCW 49.60.
2. Advertisements to state nondiscrimination: Contractor shall, in all solicitations or
advertisements for employees placed by or for it, state that all qualified applicants will
be considered for employment, without regard to race, creed, color, national origin,
sex, age, marital status, or the presence of any physical, sensory, or mental disability.
3. Contractor to notify unions and others of nondiscrimination: Contractor shall send to
each labor union, employment agency, or representative of workers with which it has
a collective bargaining agreement or other contract or understanding, a notice
advising the labor union, employment agency, or workers’ representative of
Contractor’s obligations according to the Contract Documents and RCW 49.60.
4. Owner and State access to Contractor records: Contractor shall permit access to its
books, records, and accounts, and to its premises by Owner, and by the Washington
State Human Rights Commission, for the purpose of investigation to ascertain
compliance with this section of the Contract Documents.
5. Pass through provisions to Subcontractors: Contractor shall include the provisions of
this section in every Subcontract.
5.7 SAFETY PRECAUTIONS
A. In performing this contract, the Contractor shall provide for protecting the lives and health of
employees and other persons; preventing damage to property, materials, supplies, and
equipment; and avoid work interruptions. For these purposes, the Contractor shall:
1. Follow Washington Industrial Safety and Health Act (WISHA) regional directives and
provide a site-specific safety program that will require an accident prevention and
hazard analysis plan for the contractor and each subcontractor on the work site. The
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 21 of 54
Philip Arnold Park Improvements May 9, 2022
Contractor shall submit a site-specific safety plan to the Owner’s representative prior
to the initial scheduled construction meeting.
2. Provide adequate safety devices and measures including, but not limited to, the
appropriate safety literature, notice, training, permits, placement and use of
barricades, signs, signal lights, ladders, scaffolding, staging, runways, hoist,
construction elevators, shoring, temporary lighting, grounded outlets, wiring,
hazardous materials, vehicles, construction processes, and equipment required by all
applicable state, federal, and local laws and regulations.
3. Comply with the State Environmental Policy Act (SEPA), Clean Air Act, Shoreline
Management Act, and other applicable federal, state, and local statutes and
regulations dealing with the prevention of environmental pollution and the
preservation of public natural resources.
4. Post all permits, notices, and/or approvals in a conspicuous location at the
construction site.
B. Provide any additional measures that the Owner determines to be reasonable and
necessary for ensuring a safe environment in areas open to the public. Nothing in this part
shall be construed as imposing a duty upon the Owner or A/E to prescribe safety conditions
relating to employees, public, or agents of the Contractors.
C. Contractor safety responsibilities: In carrying out its responsibilities according to the
Contract Documents, Contractor shall protect the lives and health of employees performing
the Work and other persons who may be affected by the Work; prevent damage to
materials, supplies, and equipment whether on site or stored off-site; and prevent damage
to other property at the site or adjacent thereto. Contractor shall comply with all applicable
laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for
the safety of persons or property or to protect them from damage, injury, or loss; shall erect
and maintain all necessary safeguards for such safety and protection; and shall notify
owners of adjacent property and utilities when prosecution of the Work may affect them.
D. Contractor to maintain safety records: Contractor shall maintain an accurate record of
exposure data on all incidents relating to the Work resulting in death, traumatic injury,
occupational disease, or damage to property, materials, supplies, or equipment. Contractor
shall immediately report any such incident to Owner. Owner shall, at all times, have a right
of access to all records of exposure.
E. Contractor to provide HazMat training: Contractor shall provide all persons working on the
Project site with information and training on hazardous chemicals in their work at the time of
their initial assignment, and whenever a new hazard is introduced into their work area.
1. Information. At a minimum, Contractor shall inform persons working on the Project
site of:
a. WAC: The requirements of chapter 296-62 WAC, General Occupational Health
Standards;
b. Presence of hazardous chemicals: Any operations in their work area where
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 22 of 54
Philip Arnold Park Improvements May 9, 2022
hazardous chemicals are present; and
c. Hazard communications program: The location and availability of written hazard
communication programs, including the required list(s) of hazardous chemicals
and material safety data sheets required by chapter 296-62 WAC.
2. Training. At a minimum, Contractor shall provide training for persons working on the
Project site which includes:
a. Detecting hazardous chemicals: Methods and observations that may be used to
detect the presence or release of a hazardous chemical in the work area (such
as monitoring conducted by the employer, continuous monitoring devices, visual
appearance or odor of hazardous chemicals when being released, etc.);
b. Hazards of chemicals: The physical and health hazards of the chemicals in the
work area;
c. Protection from hazards: The measures such persons can take to protect
themselves from these hazards, including specific procedures Contractor, or its
Subcontractors, or others have implemented to protect those on the Project site
from exposure to hazardous chemicals, such as appropriate work practices,
emergency procedures, and personal protective equipment to be used; and
d. Hazard communications program: The details of the hazard communications
program developed by Contractor, or its Subcontractors, including an explanation
of the labeling system and the material safety data sheet, and how employees
can obtain and use the appropriate hazard information.
F. Hazardous, toxic or harmful substances: Contractor’s responsibility for hazardous, toxic, or
harmful substances shall include the following duties:
1. Illegal use of dangerous substances: Contractor shall not keep, use, dispose,
transport, generate, or sell on or about the Project site, any substances now or
hereafter designated as, or which are subject to regulation as, hazardous, toxic,
dangerous, or harmful by any federal, state or local law, regulation, statute or
ordinance (hereinafter collectively referred to as “hazardous substances”), in violation
of any such law, regulation, statute, or ordinance, but in no case shall any such
hazardous substance be stored more than 90 Days on the Project site.
2. Contractor notifications of spills, failures, inspections, and fines: Contractor shall
promptly notify Owner of all spills or releases of any hazardous substances which are
otherwise required to be reported to any regulatory agency and pay the cost of
cleanup. Contractor shall promptly notify Owner of all failures to comply with any
federal, state, or local law, regulation, or ordinance; all inspections of the Project site
by any regulatory entity concerning the same; all regulatory orders or fines; and all
responses or interim cleanup actions taken by or proposed to be taken by any
government entity or private party on the Project site.
G. Public safety and traffic: All Work shall be performed with due regard for the safety of the
public. Contractor shall perform the Work so as to cause a minimum of interruption of
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 23 of 54
Philip Arnold Park Improvements May 9, 2022
vehicular traffic or inconvenience to pedestrians. All arrangements to care for such traffic
shall be Contractor’s responsibilities. All expenses involved in the maintenance of traffic by
way of detours shall be borne by Contractor.
H. Contractor to act in an emergency: In an emergency affecting the safety of life or the Work
or of adjoining property, Contractor is permitted to act, at its discretion, to prevent such
threatened loss or injury, and Contractor shall so act if so authorized or instructed.
I. No duty of safety by Owner or A/E: Nothing provided in this section shall be construed as
imposing any duty upon Owner or A/E with regard to, or as constituting any express or
implied assumption of control or responsibility over, Project site safety, or over any other
safety conditions relating to employees or agents of Contractor or any of its Subcontractors,
or the public.
5.8 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS
A. Limited storage areas: Contractor shall confine all operations, including storage of
materials, to Owner-approved areas.
B. Temporary buildings and utilities at Contractor expense: Temporary buildings (e.g., storage
sheds, shops, offices) and utilities may be provided by Contractor only with the consent of
Owner and without expense to Owner. The temporary buildings and utilities shall be
removed by Contractor at its expense upon completion of the Work.
C. Roads and vehicle loads: Contractor shall use only established roadways or temporary
roadways authorized by Owner. When materials are transported in prosecuting the Work,
vehicles shall not be loaded beyond the loading capacity recommended by the
manufacturer of the vehicle or prescribed by federal, state, or local law or regulation.
D. Ownership and reporting by Contractor of demolished materials: Ownership and control of
all materials or facility components to be demolished or removed from the Project site by
Contractor shall immediately vest in Contractor upon severance of the component from the
facility or severance of the material from the Project site. Contractor shall be responsible for
compliance with all laws governing the storage and ultimate disposal. Contractor shall
provide Owner with a copy of all manifests and receipts evidencing proper disposal when
required by Owner or applicable law.
E. Contractor responsible for care of materials and equipment on-site: Contractor shall be
responsible for the proper care and protection of its materials and equipment delivered to
the Project site. Materials and equipment may be stored on the premises subject to
approval of the Owner. When Contractor uses any portion of the Project site as a shop,
Contractor shall be responsible for any repairs, patching, or cleaning arising from such
use.
F. Contractor responsible for loss of materials and equipment: Contractor shall protect and be
responsible for any damage or loss to the Work, or to the materials or equipment until the
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 24 of 54
Philip Arnold Park Improvements May 9, 2022
date of Substantial Completion and shall repair or replace without cost to Owner any
damage or loss that may occur, except damages or loss caused by the acts or omissions of
Owner. Contractor shall also protect and be responsible for any damage or loss to the
Work, or to the materials or equipment, after the date of Substantial Completion, and shall
repair or replace without cost to Owner any such damage or loss that might occur, to the
extent such damages or loss are caused by the acts or omissions of Contractor, or any
Subcontractor.
5.9 PRIOR NOTICE OF EXCAVATION
A. Excavation defined; Use of locator services: “excavation” means an operation in which earth,
rock, or other material on or below the ground is moved or otherwise displaced by any
means, except the tilling of soil less than 12 inches in depth for agricultural purposes, or road
ditch maintenance that does not change the original road grad or ditch flow line. Before
commencing any excavation, Contractor shall provide notice of the scheduled
commencement of excavation to the owners of underground facilities or utilities, through
locator services.
5.10 UNFORESEEN PHYSICAL CONDITIONS
A. Notice requirement for concealed or unknown conditions: If Contractor encounters
conditions at the site which are subsurface or otherwise concealed physical conditions
which differ materially from those indicated in the Contract Documents, or unknown
physical conditions of an unusual nature which differ materially from those ordinarily found
to exist and generally recognized as inherent in construction activities of the character
provided for in the Contract Documents, then Contractor shall give written notice to Owner
promptly and in no event later than 7 Days after the first observance of the conditions.
Conditions shall not be disturbed prior to such notice.
B. Adjustment in Contract Time and Contract Sum: If such conditions differ materially and
cause a change in Contractor’s cost of, or time required for, performance of any part of the
Work, the Contractor may be entitled to an equitable adjustment in the Contract Time or
Contract Sum, or both, provided it makes a request therefore as provided in Part 7.
5.11 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES AND
IMPROVEMENTS
A. Contractor to protect and repair property: Contractor shall protect from damage all existing
structures, equipment, improvements, utilities, and vegetation: at or near the Project site.
Contractor shall repair any damage resulting from failure to comply with the requirements of
the Contract Documents or failure to exercise reasonable care in performing the Work. If
Contractor fails or refuses to repair the damage promptly, Owner may have the necessary
work performed and charge the cost to Contractor.
5.12 LAYOUT OF WORK
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 25 of 54
Philip Arnold Park Improvements May 9, 2022
A. Advanced planning of the Work: Contractor shall plan and lay out the Work in advance
of operations so as to coordinate all work without delay or revision.
B. Layout responsibilities: Contractor shall lay out the Work from Owner-established baselines
and benchmarks indicated on the Drawings and shall be responsible for all field
measurements about the layout. Contractor shall furnish, at its own expense, all stakes,
templates, platforms, equipment, tools, materials, and labor required to lay out any part of
the Work. Contractor shall be responsible for executing the Work to the lines and grades
that may be established. Contractor shall be responsible for maintaining or restoring all
stakes and other marks established.
5.13 MATERIAL AND EQUIPMENT
A. Contractor to provide new and equivalent equipment and materials: All equipment, material,
and articles incorporated into the Work shall be new and of the most suitable grade for the
purpose intended, unless otherwise specifically provided in the Contract Documents.
References in the Specifications to equipment, material, articles, or patented processes by
trade name, make, or catalog number, shall be regarded as establishing a standard quality
and shall not be construed as limiting competition. Contractor may, at its option, use any
equipment, material, article, or process that, in the judgment of A/E, is equal to that named
in the specifications, unless otherwise specifically provided in the Contract Documents.
B. Contractor responsible for fitting parts together: Contractor shall do all cutting, fitting, or
patching that may be required to make its several parts fit together properly or receive or be
received by work of others set forth in, or reasonably implied by, the Contract Documents.
Contractor shall not endanger any work by cutting, excavating, or otherwise altering the
Work and shall not cut or alter the work of any other contractor unless approved in advance
by Owner.
C. Owner may reject defective Work: Should any of the Work be found defective, or in any
way not in accordance with the Contract Documents, this work, in whatever stage of
completion, may be rejected by Owner.
5.14 AVAILABILITY AND USE OF UTILITY SERVICES
A. Owner to provide and charge for utilities: Owner shall make all reasonable utilities available
to Contractor from existing outlets and supplies, as specified in the Contract Documents, at
no cost to the Contractor.
5.15 TESTS AND INSPECTION
A. Contractor to provide for all testing and inspection of Work: Contractor shall maintain an
adequate testing and inspection program and perform such tests and inspections as are
necessary or required to ensure that the Work conforms to the requirements of the
Contract Documents. Contractor shall be responsible for inspection and quality
surveillance of all its Work and all Work performed by any Subcontractor. Unless
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 26 of 54
Philip Arnold Park Improvements May 9, 2022
otherwise provided, Contractor shall make arrangements for such tests, inspections, and
approvals with an independent testing laboratory or entity acceptable to Owner, or with
the appropriate public authority, and shall bear all related costs of tests, inspections, and
approvals. Contractor shall give Owner timely notice of when and where tests and
inspections are to be made. Contractor shall maintain complete inspection records and
make them available to Owner.
B. Owner may conduct tests and inspections: Owner may, at any reasonable time, conduct
such inspections and tests as it deems necessary to ensure that the Work is in accordance
with the Contract Documents. Owner shall promptly notify Contractor if an inspection or test
reveals that the Work is not in accordance with the Contract Documents. Unless the subject
items are expressly accepted by Owner, such Owner inspection and tests are for the sole
benefit of Owner and do not:
1. Constitute or imply acceptance;
2. Relieve Contractor of responsibility for providing adequate quality control measures;
3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials,
or equipment;
4. Relieve Contractor of its responsibility to comply with the requirements of the
Contract Documents; or
5. Impair Owner’s right to reject defective or nonconforming items, or to avail itself of
any other remedy to which it may be entitled.
C. Inspections or inspectors do not modify Contract Documents: Neither observations by an
inspector retained by Owner, the presence or absence of such inspector on the site, nor
inspections, tests, or approvals by others, shall relieve Contractor from any requirement of
the Contract Documents, nor is any such inspector authorized to change any term or
condition of the Contract Documents.
D. Contractor responsibilities on inspections: Contractor shall promptly furnish, without
additional charge, all facilities, labor, material and equipment reasonably needed for
performing such safe and convenient inspections and tests as may be required by Owner.
Owner may charge Contractor any additional cost of inspection or testing when Work is not
ready at the time specified by Contractor for inspection or testing, or when prior rejection
makes re-inspection or retest necessary. Owner shall perform its inspections and tests in a
manner that will cause no undue delay in the Work.
5.16 CORRECTION OF NONCONFORMING WORK
A. Work covered by Contractor without inspection: If a portion of the Work is covered contrary
to the requirements in the Contract Documents, it must, if required in writing by Owner, be
uncovered for Owner’s observation and be replaced at the Contractor’s expense and
without change in the Contract Time.
B. Payment provisions for uncovering covered Work: If, at any time prior to Final Completion,
Owner desires to examine the Work, or any portion of it, which has been covered, Owner
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 27 of 54
Philip Arnold Park Improvements May 9, 2022
may request to see such Work and it shall be uncovered by Contractor. If such Work is in
accordance with the Contract Documents, the Contractor shall be entitled to an adjustment
in the Contract Sum for the costs of uncovering and replacement, and, if completion of the
Work is thereby delayed, an adjustment in the Contract Time, provided it makes such a
request as provided in Part 7. If such Work is not in accordance with the Contract
Documents, the Contractor shall pay the costs of examination and reconstruction.
C. Contractor to correct and pay for non-conforming Work: Contractor shall promptly correct
Work found by Owner not to conform to the requirements of the Contract Documents,
whether observed before or after Substantial Completion and whether or not
fabricated, installed, or completed. Contractor shall bear all costs of correcting such
nonconforming Work, including additional testing and inspections.
D. Contractor’s compliance with warranty provisions: If, within one year after the date of
Substantial Completion of the Work or designated portion thereof, or within one year after
the date for commencement of any system warranties established under Section 6.8, or
within the terms of any applicable special warranty required by the Contract Documents,
any of the Work is found to be not in accordance with the requirements of the Contract
Documents, Contractor shall correct it promptly after receipt of written notice from Owner to
do so. Owner shall give such notice promptly after discovery of the condition. This period of
one year shall be extended, with respect to portions of Work first performed after
Substantial Completion, by the period of time between Substantial Completion and the
actual performance of the Work. Contractor’s duty to correct with respect to Work repaired
or replaced shall run for one year from the date of repair or replacement. Obligations under
this paragraph shall survive Final Acceptance.
E. Contractor to remove non-conforming Work: Contractor shall remove from the Project site
portions of the Work which are not in accordance with the requirements of the Contract
Documents and are neither corrected by Contractor nor accepted by Owner.
F. Owner may charge Contractor for non-conforming Work: If Contractor fails to correct
nonconforming Work within a reasonable time after written notice to do so, Owner may
replace, correct, or remove the nonconforming Work and charge the cost thereof to the
Contractor.
G. Contractor to pay for damaged Work during correction: Contractor shall bear the cost of
correcting destroyed or damaged Work, whether completed or partially completed, caused
by Contractor’s correction or removal of Work which is not in accordance with the
requirements of the Contract Documents.
H. No Period of limitation on other requirements: Nothing contained in this section shall be
construed to establish a period of limitation with respect to other obligations which
Contractor might have according to the Contract Documents. Establishment of the time
period of one year as described in Section 5.16D relates only to the specific obligation of
Contractor to correct the Work and has no relationship to the time within which the
Contractor’s obligation to comply with the Contract Documents may be sought to be
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 28 of 54
Philip Arnold Park Improvements May 9, 2022
enforced, including the time within which such proceedings may be commenced.
I. Owner may accept non-conforming Work and charge Contractor: If Owner prefers to accept
Work which is not in accordance with the requirements of the Contract Documents, Owner
may do so instead of requiring its removal and correction, in which case the Contract Sum
may be reduced as appropriate and equitable.
5.17 CLEAN UP
Contractor to keep site clean and leave it clean: Contractor shall at all times keep the Project site,
including hauling routes, infrastructures, utilities, and storage areas, free from accumulations of
waste materials. Before completing the Work, Contractor shall remove from the premises its
rubbish, tools, scaffolding, equipment, and materials. Upon completing the Work, Contractor shall
leave the Project site in a clean, neat, and orderly condition satisfactory to Owner. If Contractor
fails to clean up as provided herein, and after reasonable notice from Owner, Owner may do so
and the cost thereof shall be charged to Contractor.
5.18 ACCESS TO WORK
Owner and A/E access to Work site: Contractor shall provide Owner and A/E access to the Work
in progress wherever located.
5.19 SUBCONTRACTORS AND SUPPLIERS
A. Subcontractor Responsibility: The Contractor shall include the language of this paragraph
in each of its first-tier subcontracts and shall require each of its subcontractors to include
the same language of this section in each of their subcontracts, adjusting only as necessary
the terms used for the contracting parties. Upon request of the Owner, the Contractor shall
promptly provide documentation to the Owner demonstrating that the subcontractor meets
the subcontractor responsibility criteria below. The requirements of this paragraph apply to
all subcontractors regardless of tier. At the time of subcontract execution, the Contractor
shall verify that each of its first-tier subcontractors meets the following bidder responsibility
criteria:
1. Have a current certificate of registration as a contractor in compliance with chapter
18.27 RCW, which must have been in effect at the time of subcontract bid submittal;
2. Have a current City of Renton business license;
3. Have a current Washington Unified Business Identifier (UBI) number;
4. If applicable, have:
a. Industrial Insurance (workers’ compensation) coverage for the subcontractor’s
employees working in Washington, as required in Title 51 RCW;
b. A Washington Employment Security Department number, as required in Title 50
RCW;
c. A Washington Department of Revenue state excise tax registration number, as
required in Title 82 RCW;
d. An electrical contractor license, if required by Chapter 19.28 RCW;
5. Not be disqualified from bidding on any public works contract under RCW
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 29 of 54
Philip Arnold Park Improvements May 9, 2022
39.06.010 or 39.12.065 (3).
6. Not be disqualified from bidding or working on any project receiving federal public
works contract under SAM.gov.
7. On a project subject to the apprenticeship utilization requirements in RCW 39.04.320,
not have been found out of compliance by the Washington state apprenticeship and
training council for working apprentices out of ratio, without appropriate supervision,
or outside their approved work processes as outlined in their standards of
apprenticeship under chapter 49.04 RCW for the one-year period immediately
preceding the date of the Owner’s first advertisement of the project.
Within the three-year period immediately preceding the date of the bid solicitation,
not have been determined by a final and binding citation and notice of assessment
issued by the department of labor and industries or through a civil judgment entered
by a court of limited or general jurisdiction to have willfully violated, as defined in
RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW.
B. Provide names of Subcontractors and use qualified firms: Before submitting the first
Application for Payment, Contractor shall furnish in writing to Owner the names, addresses,
and telephone numbers of all Subcontractors, as well as suppliers providing materials in
excess of $2,500. Contractor shall utilize Subcontractors and suppliers which are
experienced and qualified, and meet the requirements of the Contract Documents, if any.
Contractor shall not utilize any Subcontractor or supplier to whom the Owner has a
reasonable objection and shall obtain Owner’s written consent before making any
substitutions or additions.
C. Subcontracts in writing and pass-through provision: All Subcontracts must be in writing. By
appropriate written agreement, Contractor shall require each Subcontractor, so far as
applicable to the Work to be performed by the Subcontractor, to be bound to Contractor by
terms of the Contract Documents, and to assume toward Contractor all the obligations and
responsibilities which Contractor assumes toward Owner in accordance with the Contract
Documents. Each Subcontract shall preserve and protect the rights of Owner in accordance
with the Contract Documents with respect to the Work to be performed by the
Subcontractor so that subcontracting thereof will not prejudice such rights. Where
appropriate, Contractor shall require each Subcontractor to enter into similar agreements
with Sub-subcontractors. However, nothing in this paragraph shall be construed to alter the
contractual relations between Contractor and its Subcontractors with respect to insurance
or bonds.
D. Coordination of Subcontractors; Contractor responsible for Work: Contractor shall
schedule, supervise, and coordinate the operations of all Subcontractors. No
Subcontracting of any of the Work shall relieve Contractor from its responsibility for the
performance of the Work in accordance with the Contract Documents or any other
obligations of the Contract Documents.
E. Automatic assignment of subcontracts: Each subcontract agreement for a portion of the
Work is hereby assigned by Contractor to Owner provided that:
1. Effective only after termination and Owner approval: The assignment is effective only
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 30 of 54
Philip Arnold Park Improvements May 9, 2022
after termination by Owner for cause pursuant to Section 9.1 and only for those
Subcontracts which Owner accepts by notifying the Subcontractor in writing; and
2. Owner assumes Contractor’s responsibilities: After the assignment is effective,
Owner will assume all future duties and obligations toward the Subcontractor which
Contractor assumed in the Subcontract.
3. Impact of bond: The assignment is subject to the prior rights of the surety, if any,
obligated under any bond provided in accordance with the Contract Documents.
5.20 WARRANTY OF CONSTRUCTION
A. Contractor warranty of Work: In addition to any special warranties provided elsewhere in
the Contract Documents, Contractor warrants that all Work conforms to the requirements of
the Contract Documents and is free of any defect in equipment, material, or design
furnished, or workmanship performed by Contractor.
B. Contractor responsibilities: With respect to all warranties, express or implied, for Work
performed or materials furnished according to the Contract Documents, Contractor shall:
1. Obtain warranties: Obtain all warranties that would be given in normal commercial
practice;
2. Warranties for benefit of Owner: Require all warranties to be executed, in writing, for
the benefit of Owner;
3. Enforcement of warranties: Enforce all warranties for the benefit of Owner, if directed
by Owner; and
4. Contractor responsibility for subcontractor warranties: Be responsible to enforce any
subcontractor’s, manufacturer’s, or supplier’s warranties should they extend beyond
the period specified in the Contract Documents.
C. Warranties beyond Final Acceptance: The obligations under this section shall survive Final
Acceptance.
5.20 INDEMNIFICATION
Contractor shall indemnify, defend and hold harmless Renton, its elected officials, officers, agents,
employees and volunteers, from and against any and all claims, losses or liability, or any portion of
the same, including but not limited to reasonable attorneys’ fees, legal expenses and litigation
costs, arising from injury or death to persons, including injuries, sickness, disease or death of
Contractor’s own employees, agents and volunteers, or damage to property caused by
Contractor’s negligent act or omission, except for those acts caused by or resulting from a
negligent act or omission by Renton and its officers, agents, employees and volunteers.
Including Patent infringement: The use of any design, process, or equipment which constitutes an
infringement of any United States patent presently issued, or violates any other proprietary
interest, including copyright, trademark, and trade secret.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 31 of 54
Philip Arnold Park Improvements May 9, 2022
construction, alteration, improvement, etc., of structure or improvement attached to real estate)
then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the contractor and Renton, its
officers, officials, employees and volunteers, Contractor’s liability shall be only to the extent of
Contractor’s negligence.
It is further specifically and expressly understood that the indemnification provided in this
Agreement constitute Contractor’s waiver of immunity under the Industrial Insurance Act, RCW
Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and
agreed to this waiver. The provisions of this section shall survive the expiration or termination of
this Agreement.
PART 6 – PAYMENTS AND COMPLETION
6.1 CONTRACT SUM
Owner shall pay Contract Sum: Owner shall pay Contractor the Contract Sum plus state sales
tax for performance of the Work, in accordance with the Contract Documents.
6.2 SCHEDULE OF VALUES
Contractor to submit Schedule of Values: Before submitting its first Application for Payment,
Contractor shall submit to Owner for approval a breakdown allocating the total Contract Sum to
each principal category of work, in such detail as requested by Owner (“Schedule of Values”). The
approved Schedule of Values shall include appropriate amounts for demobilization, record
drawings, O&M manuals, and any other requirements for Project closeout, and shall be used by
Owner as the basis for progress payments. Payment for Work shall be made only for and in
accordance with those items included in the Schedule of Values.
6.3 APPLICATION FOR PAYMENT
A. Monthly Application for Payment with substantiation: At monthly intervals, unless
determined otherwise by Owner, Contractor shall submit to Owner an itemized Application
for Payment for Work completed in accordance with the Contract Documents and the
approved Schedule of Values. Each application shall be supported by such substantiating
data as Owner may require.
B. Contractor certifies Subcontractors paid: By submitting an Application for Payment,
Contractor is certifying that all Subcontractors have been paid, less earned retainage in
accordance with RCW 60.28.011, as their interests appeared in the last preceding
certificate of payment. By submitting an Application for Payment, Contractor is recertifying
that the representations set forth in Section 1.3, are true and correct, to the best of
Contractor’s knowledge, as of the date of the Application for Payment.
C. Reconciliation of Work with Progress Schedule: At the time, it submits an Application for
Payment, Contractor shall analyze and reconcile, to the satisfaction of Owner, the actual
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 32 of 54
Philip Arnold Park Improvements May 9, 2022
progress of the Work with the Progress Schedule.
D. Payment for material delivered to site or stored off-site: If authorized by Owner, the
Application for Payment may include request for payment for material delivered to the
Project site and suitably stored, or for completed preparatory work. Payment may similarly
be requested for material stored off the Project site, provided Contractor complies with or
furnishes satisfactory evidence of the following:
1. Suitable facility or location: The material will be placed in a facility or location that is
structurally sound, dry, lighted and suitable for the materials to be stored;
2. Facility or location within 10 miles of Project: The facility or location is located within a
10-mile radius of the Project. Other locations may be utilized, if approved in writing,
by Owner;
3. Facility or location exclusive to Project’s materials: Only materials for the Project are
stored within the facility or location (or a secure portion of a facility or location set
aside for the Project);
4. Insurance provided on materials in facility or location: Contractor furnishes Owner a
certificate of insurance extending Contractor’s insurance coverage for damage, fire,
and theft to cover the full value of all materials stored, or in transit;
5. Facility or location locked and secure: The facility or location (or secure portion
thereof) is continuously under lock and key, and only Contractor’s authorized
personnel shall have access;
6. Owner right of access to facility or location: Owner shall have the right of access in
company of Contractor;
7. Contractor assumes total responsibility for stored materials: Contractor and its surety
assume total responsibility for the stored materials; and
8. Contractor provides documentation and Notice when materials moved to site:
Contractor furnishes to Owner certified lists of materials stored, bills of lading,
invoices, and other information as may be required, and shall also furnish Notice to
Owner when materials are moved from storage to the Project site.
6.4 PROGRESS PAYMENTS
A. Owner to pay within 30 Days: Owner shall make progress payments, in such amounts as
Owner determines are properly due, within 30 Days after receipt of a properly executed
Application for Payment. Owner shall notify Contractor in accordance with chapter 39.76
RCW if the Application for Payment does not comply with the requirements of the Contract
Documents.
B. Withholding retainage; Options for retainage: Owner shall retain 5% of the amount of each
progress payment until 45 Days after Final Acceptance and receipt of all documents
required by law or the Contract Documents, including, at Owner’s request, consent of
surety to release of the retainage. In accordance with chapter 60.28 RCW, Contractor may
request that monies reserved be retained in a fund by Owner, deposited by Owner in a
bank or savings and loan, or placed in escrow with a bank or trust company to be converted
into bonds and securities to be held in escrow with interest to be paid to Contractor. Owner
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 33 of 54
Philip Arnold Park Improvements May 9, 2022
may permit Contractor to provide an appropriate bond in lieu of the retained funds.
C. Title passes to Owner upon payment: Title to all Work and materials covered by a progress
payment shall pass to Owner at the time of such payment free and clear of all liens, claims,
security interests, and encumbrances. Passage of title shall not, however, relieve
Contractor from any of its duties and responsibilities for the Work or materials, or waive any
rights of Owner to insist on full compliance by Contractor with the Contract Documents.
D. Interest on unpaid balances: Payments due and unpaid in accordance with the Contract
Documents shall bear interest as specified in chapter 39.76 RCW.
6.5 PAYMENTS WITHHELD
A. Owner’s right to withhold payment: Owner may withhold or, on account of subsequently
discovered evidence, nullify the whole or part of any payment to such extent as may be
necessary to protect Owner from loss or damage for reasons including but not limited to:
1. Non-compliant Work: Work not in accordance with the Contract Documents;
2. Remaining Work to cost more than unpaid balance: Reasonable evidence that the
Work required by the Contract Documents cannot be completed for the unpaid
balance of the Contract Sum;
3. Owner correction or completion Work: Work by Owner to correct defective Work or
complete the Work in accordance with Section 5.16;
4. Contractor’s failure to perform: Contractor’s failure to perform in accordance with the
Contract Documents; or
5. Contractor’s negligent acts or omissions: Cost or liability that may occur to Owner as
the result of Contractor’s fault or negligent acts or omissions.
B. Owner to notify Contractor of withholding for unsatisfactory performance: In any case where
part or all of a payment is going to be withheld for unsatisfactory performance, Owner shall
notify Contractor in accordance with chapter 39.76 RCW.
6.6 RETAINAGE AND BOND CLAIM RIGHTS
Chapters 39.08 RCW and 60.28 RCW incorporated by reference: Chapters 39.08 RCW and
60.28 RCW, concerning the rights and responsibilities of Contractor and Owner with regard to the
performance and payment bonds and retainage, are made a part of the Contract Documents by
reference as though fully set forth herein.
6.7 SUBSTANTIAL COMPLETION
Substantial Completion defined: Substantial Completion is the stage in the progress of the Work
(or portion thereof designated and approved by Owner) when the construction is sufficiently
complete, in accordance with the Contract Documents, so Owner has full and unrestricted use
and benefit of the facilities (or portion thereof designated and approved by Owner) for the use for
which it is intended. All Work other than incidental corrective or punch list work shall be
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 34 of 54
Philip Arnold Park Improvements May 9, 2022
completed. Substantial Completion shall not have been achieved if all systems and parts are not
functional, if utilities are not connected and operating normally, if all required occupancy permits
have not been issued, or if the Work is not accessible by normal vehicular and pedestrian traffic
routes. The date Substantial Completion is achieved shall be established in writing by Owner.
Contractor may request an early date of Substantial Completion which must be approved by
Change Order. Owner’s occupancy of the Work or designated portion thereof does not
necessarily indicate that Substantial Completion has been achieved.
6.8 PRIOR OCCUPANCY
A. Prior Occupancy defined; Restrictions: Owner may, upon written notice thereof to
Contractor, take possession of or use any completed or partially completed portion of the
Work (“Prior Occupancy”) at any time prior to Substantial Completion. Unless otherwise
agreed in writing, Prior Occupancy shall not: be deemed an acceptance of any portion of
the Work; accelerate the time for any payment to Contractor; prejudice any rights of Owner
provided by any insurance, bond, guaranty, or the Contract Documents; relieve Contractor
of the risk of loss or any of the obligations established by the Contract Documents;
establish a date for termination or partial termination of the assessment of liquidated
damages; or constitute a waiver of claims.
B. Damage; Duty to repair and warranties: Notwithstanding anything in the preceding
paragraph, Owner shall be responsible for loss of or damage to the Work resulting from
Prior Occupancy. Contractor’s one-year duty to repair any system warranties shall begin on
building systems activated and used by Owner as agreed in writing by Owner and
Contractor.
6.9 FINAL COMPLETION, ACCEPTANCE, AND PAYMENT
A. Final Completion defined: Final Completion shall be achieved when the Work is fully and
finally completed in accordance with the Contract Documents. The date Final Completion is
achieved shall be established by Owner in writing, but in no case, shall constitute Final
Acceptance which is a subsequent, separate, and distinct action.
B. Final Acceptance defined: Final Acceptance shall be achieved when the Contractor has
completed the requirements of the Contract Documents. The date Final Acceptance is
achieved shall be established by Owner in writing. Prior to Final Acceptance, Contractor
shall, in addition to all other requirements in the Contract Documents, submit to Owner a
written notice of any outstanding disputes or claims between Contractor and any of its
Subcontractors, including the amounts and other details thereof. Neither Final Acceptance,
nor final payment, shall release Contractor or its sureties from any obligations of these
Contract Documents or the payment and performance bonds, or constitute a waiver of any
claims by Owner arising from Contractor’s failure to perform the Work in accordance with
the Contract Documents.
C. Final payment waives Claim rights: Acceptance of final payment by Contractor, or any
Subcontractor, shall constitute a waiver and release to Owner of all claims by Contractor, or
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 35 of 54
Philip Arnold Park Improvements May 9, 2022
any such Subcontractor, for an increase in the Contract Sum or the Contract Time, and for
every act or omission of Owner relating to or arising out of the Work, except for those Claims
made in accordance with the procedures, including the time limits, set forth in Part 8.
PART 7 – CHANGES
7.1 CHANGE IN THE WORK
A. Changes in Work, Contract Sum, and Contract Time by Change Order: Owner may, at any
time and without notice to Contractor’s surety, order additions, deletions, revisions, or other
changes in the Work. These changes in the Work shall be incorporated into the Contract
Documents through the execution of Change Orders. If any change in the Work ordered by
Owner causes an increase or decrease in the Contract Sum or the Contract Time, an
equitable adjustment shall be made as provided in Section 7.2 or 7.3, respectively, and
such adjustment(s) shall be incorporated into a Change Order.
B. Owner may request COP from Contractor: If Owner desires to order a change in the Work,
it may request a written Change Order Proposal (COP) from Contractor. Contractor shall
submit a Change Order Proposal within 14 Days of the request from Owner, or within such
other period as mutually agreed. Contractor’s Change Order Proposal shall be full
compensation for implementing the proposed change in the Work, including any
adjustment in the Contract Sum or Contract Time, and including compensation for all
delays in connection with such change in the Work and for any expense or inconvenience,
disruption of schedule, or loss of efficiency or productivity occasioned by the change in the
Work.
C. COP negotiations: Upon receipt of the Change Order Proposal, or a request for equitable
adjustment in the Contract Sum or Contract Time, or both, as provided in Sections 7.2 and
7.3, Owner may accept or reject the proposal, request further documentation, or negotiate
acceptable terms with Contractor. Pending agreement on the terms of the Change Order,
Owner may direct Contractor to proceed immediately with the Change Order Work.
Contractor shall not proceed with any change in the Work until it has obtained Owner’s
approval. All Work done pursuant to any Owner-directed change in the Work shall be
executed in accordance with the Contract Documents.
D. Change Order as full payment and final settlement: If Owner and Contractor reach
agreement on the terms of any change in the Work, including any adjustment in the
Contract Sum or Contract Time, such agreement shall be incorporated in a Change Order.
The Change Order shall constitute full payment and final settlement of all claims for time
and for direct, indirect, and consequential costs, including costs of delays, inconvenience,
disruption of schedule, or loss of efficiency or productivity, related to any Work either
covered or affected by the Change Order, or related to the events giving rise to the request
for equitable adjustment.
E. Failure to agree upon terms of Change Order; Final offer and Claims: If Owner and
Contractor are unable to reach agreement on the terms of any change in the Work,
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 36 of 54
Philip Arnold Park Improvements May 9, 2022
including any adjustment in the Contract Sum or Contract Time, Contractor may at any time
in writing, request a final offer from Owner. Owner shall provide Contractor with its written
response within 30 Days of Contractor’s request. Owner may also provide Contractor with a
final offer at any time. If Contractor rejects Owner’s final offer, or the parties are otherwise
unable to reach agreement, Contractor’s only remedy shall be to file a Claim as provided in
Part 8.
F. Field Authorizations: The Owner may direct the Contractor to proceed with a change in the
work through a written Field Authorization (also referred to as a Field Order) when the time
required to price and execute a Change Order would impact the Project.
The Field Authorization shall describe and include the following:
1. The scope of work
2. An agreed upon maximum not-to-exceed amount
3. Any estimated change to the Contract Time
4. The method of final cost determination in accordance with the requirements of Part 7
of the General Conditions
5. The supporting cost data to be submitted in accordance with the requirements of Part
7 of the General Conditions
Upon satisfactory submittal by the Contractor and approval by the Owner of supporting cost
data, a Change Order will be executed. The Owner will not make payment to the
Contractor for Field Authorization work until that work has been incorporated into an
executed Change Order.
7.2 CHANGE IN THE CONTRACT SUM
A. General Application
1. Contract Sum changes only by Change Order: The Contract Sum shall only be
changed by a Change Order. Contractor shall include any request for a change in the
Contract Sum in its Change Order Proposal.
2. Owner fault or negligence as basis for change in Contract Sum: If the cost of
Contractor’s performance is changed due to the fault or negligence of Owner, or
anyone for whose acts Owner is responsible, Contractor shall be entitled to make a
request for an equitable adjustment in the Contract Sum in accordance with the
following procedure. No change in the Contract Sum shall be allowed to the extent:
Contractor’s changed cost of performance is due to the fault or negligence of
Contractor, or anyone for whose acts Contractor is responsible; the change is
concurrently caused by Contractor and Owner; or the change is caused by an act of
Force Majeure as defined in Section 3.5.
a. Notice and record keeping for equitable adjustment: A request for an equitable
adjustment in the Contract Sum shall be based on written notice delivered to
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 37 of 54
Philip Arnold Park Improvements May 9, 2022
Owner within 7 Days of the occurrence of the event giving rise to the request. For
purposes of this part, “occurrence” means when Contractor knew, or in its diligent
prosecution of the Work should have known, of the event giving rise to the
request. If Contractor believes it is entitled to an adjustment in the Contract Sum,
Contractor shall immediately notify Owner and begin to keep and maintain
complete, accurate, and specific daily records. Contractor shall give Owner
access to any such records and, if requested shall promptly furnish copies of
such records to Owner.
b. Content of notice for equitable adjustment; Failure to comply: Contractor shall not
be entitled to any adjustment in the Contract Sum for any occurrence of events or
costs that occurred more than 7 Days before Contractor’s written notice to
Owner. The written notice shall set forth, at a minimum, a description of: the
event giving rise to the request for an equitable adjustment in the Contract Sum;
the nature of the impacts to Contractor and its Subcontractors of any tier, if any;
and to the extent possible the amount of the adjustment in Contract Sum
requested. Failure to properly give such written notice shall, to the extent
Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an
equitable adjustment.
c. Contractor to provide supplemental information: Within 30 Days of the
occurrence of the event giving rise to the request, unless Owner agrees in writing
to allow an additional period of time to ascertain more accurate data, Contractor
shall supplement the written notice provided in accordance with subparagraph a.
above with additional supporting data. Such additional data shall include, at a
minimum: the amount of compensation requested, itemized in accordance with
the procedure set forth herein; specific facts, circumstances, and analysis that
confirms not only that Contractor suffered the damages claimed, but that the
damages claimed were actually a result of the act, event, or condition
complained of and that the Contract Documents provide entitlement to an
equitable adjustment to Contractor for such act, event, or condition; and
documentation sufficiently detailed to permit an informed analysis of the request
by Owner. When the request for compensation relates to a delay, or other
change in Contract Time, Contractor shall demonstrate the impact on the critical
path, in accordance with Section 7.3C. Failure to provide such additional
information and documentation within the time allowed or within the format
required shall, to the extent Owner’s interests are prejudiced, constitute a waiver
of Contractor’s right to an equitable adjustment.
d. Contractor to proceed with Work as directed: Pending final resolution of any
request made in accordance with this paragraph, unless otherwise agreed in
writing, Contractor shall proceed diligently with performance of the Work.
e. Contractor to combine requests for same event together: Any requests by
Contractor for an equitable adjustment in the Contract Sum and in the Contract
Time that arise out of the same event(s) shall be submitted together.
3. Methods for calculating Change Order amount: The value of any Work covered by a
Change Order, or of any request for an equitable adjustment in the Contract Sum,
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 38 of 54
Philip Arnold Park Improvements May 9, 2022
shall be determined by one of the following methods:
a. Fixed Price: On the basis of a fixed price as determined in paragraph 7.2B.
b. Unit Prices: By application of unit prices to the quantities of the items involved
as determined in paragraph 7.2C.
c. Time and Materials: On the basis of time and material as determined in
paragraph 7.2D.
4. Fixed price method is default; Owner may direct otherwise: When Owner has
requested Contractor to submit a Change Order Proposal, Owner may direct
Contractor as to which method in subparagraph 3 above to use when submitting its
proposal. Otherwise, Contractor shall determine the value of the Work, or of a
request for an equitable adjustment, on the basis of the fixed price method.
B. Change Order Pricing – Fixed Price
Procedures: When the fixed price method is used to determine the value of any Work
covered by a Change Order, or of a request for an equitable adjustment in the Contract
Sum, the following procedures shall apply:
1. Breakdown and itemization of details on COP: Contractor’s Change Order Proposal,
or request for adjustment in the Contract Sum, shall be accompanied by a complete
itemization of the costs, including labor, material, subcontractor costs, and overhead
and profit. The costs shall be itemized in the manner set forth below and shall be
submitted on breakdown sheets in a form approved by Owner.
2. Use of industry standards in calculating costs: All costs shall be calculated based
upon appropriate industry standard methods of calculating labor, material quantities,
and equipment costs such as R.S. Means or other standards acceptable to the
Owner and Contractor.
3. Costs contingent on Owner’s actions: If any of Contractor’s pricing assumptions are
contingent upon anticipated actions of Owner, Contractor shall clearly state them in
the proposal or request for an equitable adjustment.
4. Markups on additive and deductive Work: The cost of any additive or deductive
changes in the Work shall be calculated as set forth below, except that overhead and
profit shall not be included on deductive changes in the Work. Where a change in the
Work involves additive and deductive work by the same Contractor or Subcontractor,
small tools, overhead, profit, bond and insurance markups will apply to the net
difference.
5. Breakdown not required if change less than $1,000: If the total cost of the change in
the Work or request for equitable adjustment does not exceed $1,000, Contractor
shall not be required to submit a breakdown if the description of the change in the
Work or request for equitable adjustment is sufficiently definitive for Owner to
determine fair value.
6. Breakdown required if change between $1,000 and $2,500: If the total cost of the
change in the Work or request for equitable adjustment is between $1,000 and
$2,500, Contractor may submit a breakdown in the following level of detail if the
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 39 of 54
Philip Arnold Park Improvements May 9, 2022
description of the change in the Work or if the request for equitable adjustment is
sufficiently definitive to permit the Owner to determine fair value:
a. lump sum labor;
b. lump sum material;
c. lump sum equipment usage;
d. overhead and profit as set forth below; and
e. insurance and bond costs as set forth below.
7. Components of increased cost: Any request for adjustment of Contract Sum based
upon the fixed price method shall include only the following items:
a. Craft labor costs: These are the labor costs determined by multiplying the
estimated or actual additional number of craft hours needed to perform the
change in the Work by the hourly labor costs. Craft hours should cover direct
labor, as well as indirect labor due to trade inefficiencies. The hourly costs shall
be based on the following:
(1) Basic wages and benefits: Hourly rates and benefits as stated on the
Department of Labor and Industries approved “statement of intent to pay
prevailing wages” or a higher amount if approved by the Owner. Direct
supervision shall be a reasonable percentage not to exceed 15% of the cost
of direct labor. No supervision markup shall be allowed for a working
supervisor’s hours.
(2) Worker’s insurance: Direct contributions to the City of Renton for industrial
insurance; medical aid; and supplemental pension, by the class and rates
established by the Department of Labor and Industries.
(3) Federal insurance: Direct contributions required by the Federal Insurance
Compensation Act; Federal Unemployment Tax Act; and the State
Unemployment Compensation Act.
(4) Travel allowance: Travel allowance and/or subsistence, if applicable, not
exceeding those allowances established by regional labor union
agreements, which are itemized and identified separately.
(5) Safety: Cost incurred due to the Washington Industrial Safety and Health
Act, which shall be a reasonable percentage not to exceed 2% of the sum of
the amounts calculated in (1), (2), and (3) above.
b. Material costs: This is an itemization of the quantity and cost of materials needed
to perform the change in the Work. Material costs shall be developed first from
actual known costs, second from supplier quotations or if these are not available,
from standard industry pricing guides. Material costs shall consider all available
discounts. Freight costs, express charges, or special delivery charges shall be
itemized.
c. Equipment costs: This is an itemization of the type of equipment and the
estimated or actual length of time the construction equipment appropriate for the
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 40 of 54
Philip Arnold Park Improvements May 9, 2022
Work is or will be used on the change in the Work. Costs will be allowed for
construction equipment only if used solely for the changed Work, or for additional
rental costs actually incurred by the Contractor. Equipment charges shall be
computed on the basis of actual invoice costs or if owned, from the current
edition of one of the following sources:
(1) The Equipment Watch Fleet Manager Estimator Package (digital). The
maximum rate for standby equipment shall not exceed that shown in the
Associated General Contractors Washington State Department of
Transportation (AGC WSDOT) Equipment Rental Agreement, current
edition on the Contract execution date.
(2) The National Electrical Contractors Association for equipment used on
electrical work.
(3) The Mechanical Contractors Association of America for equipment used on
mechanical work.
The Equipment Watch Rental Rate Blue Book shall be used as a basis for
establishing rental rates of equipment not listed in the above sources. The
maximum rate for standby equipment shall not exceed that shown in the AGC
WSDOT Equipment Rental Agreement, current edition on the Contract execution
date.
d. Allowance for small tools, expendables & consumable supplies: Small tools
consist of tools which cost $250 or less and are normally furnished by the
performing contractor. The maximum rate for small tools shall not exceed the
following:
(1) 3% for Contractor: For Contractor, 3% of direct labor costs.
(2) 5% for Subcontractors: For Subcontractors, 5% of direct labor costs.
Expendables and consumables supplies directly associated with the change in Work
must be itemized.
e. Subcontractor costs: This is defined as payments Contractor makes to
Subcontractors for changed Work performed by Subcontractors of any tier. The
Subcontractors’ cost of Work shall be calculated and itemized in the same
manner as prescribed herein for Contractor.
f. Allowance for overhead: This is defined as costs of any kind attributable to direct
and indirect delay, acceleration, or impact, added to the total cost to Owner of
any change in the Contract Sum. If the Contractor is compensated under Section
7.3D, the amount of such compensation shall be reduced by the amount
Contractor is otherwise entitled to under this subsection (f). This allowance shall
compensate Contractor for all non-craft labor, temporary construction facilities,
field engineering, schedule updating, as-built drawings, home office cost, B&O
taxes, office engineering, estimating costs, additional overhead because of
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 41 of 54
Philip Arnold Park Improvements May 9, 2022
extended time, and any other cost incidental to the change in the Work. It shall
be strictly limited in all cases to a reasonable amount, mutually acceptable, or if
none can be agreed upon to an amount not to exceed the rates below:
(1) Projects less than $3 million: For projects where the Contract Award
Amount is under $3 million, the following shall apply:
(a) Contractor markup on Contractor Work: For Contractor, for any Work
actually performed by Contractor’s own forces, 16% of the first
$50,000 of the cost, and 4% of the remaining cost, if any.
(b) Subcontractor markup for Subcontractor Work: For each Subcontractor
(including lower tier subcontractors), for any Work actually performed
by its own forces, 16% of the first $50,000 of the cost, and 4% of the
remaining cost, if any.
(c) Contractor markup for Subcontractor Work: For Contractor, for any
work performed by its Subcontractor(s) 6% of the first $50,000 of the
amount due each Subcontractor, and 4% of the remaining amount if
any.
(d) Subcontractor markup for lower tier Subcontractor Work: For each
Subcontractor, for any Work performed by its Subcontractor(s) of any
lower tier, 4% of the first $50,000 of the amount due the sub-
Subcontractor, and 2% of the remaining amount if any.
(e) Basis of cost applicable for markup: The cost to which overhead is to
be applied shall be developed in accordance with Section 7.2B 7a. – e.
(2) Projects more than $3 million: For projects where the Contract Award
Amount is equal to or exceeds $3 million, the following shall apply:
(a) Contractor markup on Contractor Work: For Contractor, for any Work
actually performed by Contractor’s own forces, 12% of the first
$50,000 of the cost, and 4% of the remaining cost, if any.
(b) Subcontractor markup for Subcontractor Work: For each
Subcontractor (including lower tier subcontractors), for any Work
actually performed by its own forces, 12% of the first $50,000 of the
cost, and 4% of the remaining cost, if any.
(c) Contractor markup for Subcontractor Work: For Contractor, for any
Work performed by its Subcontractor(s), 4% of the first $50,000 of the
amount due each Subcontractor, and 2% of the remaining amount if
any.
(d) Subcontractor markup for lower tier Subcontractor Work: For each
Subcontractor, for any Work performed by its Subcontractor(s) of any
lower tier, 4% of the first $50,000 of the amount due the sub-
Subcontractor, and 2% of the remaining amount if any.
(e) Basis of cost applicable for markup: The cost to which overhead is to be
applied shall be developed in accordance with Section 7.2B 7a. – e.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 42 of 54
Philip Arnold Park Improvements May 9, 2022
g. Allowance for profit: Allowance for profit is an amount to be added to the cost of
any change in contract sum, but not to the cost of change in Contract Time for
which contractor has been compensated pursuant to the conditions set forth in
Section 7.3. It shall be limited to a reasonable amount, mutually acceptable, or if
none can be agreed upon, to an amount not to exceed the rates below:
(1) Contractor / Subcontractor markup for self-performed Work: For Contractor
or Subcontractor of any tier for work performed by their forces, 6% of the
cost developed in accordance with Section 7.2B 7a. – e.
(2) Contractor / Subcontractor markup for Work performed at lower tier: For
Contractor or Subcontractor of any tier for work performed by a
subcontractor of a lower tier, 4% of the subcontract cost developed in
accordance with Section 7.2B 7a. – h.
h. Insurance and bond premiums: Cost of change in insurance or bond premium:
This is defined as:
(1) Contractor’s liability insurance: The cost of any changes in Contractor’s
liability insurance arising directly from execution of the Change Order; and
(2) Payment and Performance Bond: The cost of the additional premium for
Contractor’s bond arising directly from the changed Work.
The cost of any change in insurance or bond premium shall be added after
overhead and allowance for profit are calculated in accordance with
subparagraph f. and g above.
C. Change Order Pricing – Unit Prices
1. Content of Owner authorization: Whenever Owner authorizes Contractor to perform
Work on a unit-price basis, Owner’s authorization shall clearly state:
a. Scope: Scope of work to be performed;
b. Reimbursement basis: Type of reimbursement including pre-agreed rates for
material quantities; and
c. Reimbursement limit: Cost limit of reimbursement.
2. Contractor responsibilities: Contractor shall:
a. Cooperate with Owner and assist in monitoring the Work being performed. As
requested by Owner, Contractor shall identify workers assigned to the Change
Order Work and areas in which they are working;
b. Leave access as appropriate for quantity measurement; and
c. Not exceed any cost limit(s) without Owner’s prior written approval.
3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 43 of 54
Philip Arnold Park Improvements May 9, 2022
costs in accordance with paragraph 7.2B and satisfy the following requirements:
a. Unit prices must include overhead, profit, bond and insurance premiums: Unit
prices shall include reimbursement for all direct and indirect costs of the Work,
including overhead, profit, bond, and insurance costs; and
b. Owner verification of quantities: Quantities must be supported by field
measurement statements signed by Owner.
D. Change Order Pricing – Time-and-Material Prices
1. Content of Owner authorization: Whenever Owner authorizes Contractor to perform
Work on a time-and-material basis, Owner’s authorization shall clearly state:
a. Scope: Scope of Work to be performed;
b. Reimbursement basis: Type of reimbursement including pre-agreed rates, if
any, for material quantities or labor; and
c. Reimbursement limit: Cost limit of reimbursement.
2. Contractor responsibilities: Contractor shall:
a. Identify workers assigned: Cooperate with Owner and assist in monitoring the
Work being performed. As requested by Owner, identify workers assigned to
the Change Order Work and areas in which they are working;
b. Provide daily timesheets: Identify on daily time sheets all labor performed in
accordance with this authorization. Submit copies of daily time sheets within 2
working days for Owner’s review.
c. Allow Owner to measure quantities: Leave access as appropriate for quantity
measurement;
d. Perform Work efficiently: Perform all Work in accordance with this section as
efficiently as possible; and
e. Not exceed Owner’s cost limit: Not exceed any cost limit(s) without Owner’s
prior written approval.
3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit
costs in accordance with paragraph 7.2B and additional verification supported by:
a. Timesheets: Labor detailed on daily time sheets; and
b. Invoices: Invoices for material.
7.3 CHANGE IN THE CONTRACT TIME
A. COP requests for Contract Time: The Contract Time shall only be changed by a Change
Order. Contractor shall include any request for a change in the Contract Time in its Change
Order Proposal.
B. Time extension permitted if not Contractor’s fault: If the time of Contractor’s performance is
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 44 of 54
Philip Arnold Park Improvements May 9, 2022
changed due to an act of Force Majeure, or due to the fault or negligence of Owner or
anyone for whose acts Owner is responsible, Contractor shall be entitled to make a request
for an equitable adjustment in the Contract Time in accordance with the following
procedure. No adjustment in the Contract Time shall be allowed to the extent Contractor’s
changed time of performance is due to the fault or negligence of Contractor, or anyone for
whose acts Contractor is responsible.
1. Notice and record keeping for Contract Time request: A request for an equitable
adjustment in the Contract Time shall be based on written notice delivered within 7
Days of the occurrence of the event giving rise to the request. If Contractor believes it
is entitled to adjustment of Contract Time, Contractor shall immediately notify Owner
and begin to keep and maintain complete, accurate, and specific daily records.
Contractor shall give Owner access to any such record and if requested, shall
promptly furnish copies of such record to Owner.
2. Timing and content of Contractor’s Notice: Contractor shall not be entitled to an
adjustment in the Contract Time for any events that occurred more than 7 Days
before Contractor’s written notice to Owner. The written notice shall set forth, at a
minimum, a description of: the event giving rise to the request for an equitable
adjustment in the Contract Time; the nature of the impacts to Contractor and its
Subcontractors of any tier, if any; and to the extent possible the amount of the
adjustment in Contract Time requested. Failure to properly give such written notice
shall, to the extent Owner’s interests are prejudiced, constitute a waiver of
Contractor’s right to an equitable adjustment.
3. Contractor to provide supplemental information: Within 30 Days of the occurrence of
the event giving rise to the request, unless Owner agrees in writing to allow an
additional period of time to ascertain more accurate data, Contractor shall
supplement the written notice provided in accordance with subparagraph 7.3B.2 with
additional supporting data. Such additional data shall include, at a minimum: the
amount of delay claimed, itemized in accordance with the procedure set forth herein;
specific facts, circumstances, and analysis that confirms not only that Contractor
suffered the delay claimed, but that the delay claimed was actually a result of the act,
event, or condition complained of, and that the Contract Documents provide
entitlement to an equitable adjustment in Contract Time for such act, event, or
condition; and supporting documentation sufficiently detailed to permit an informed
analysis of the request by Owner. Failure to provide such additional information and
documentation within the time allowed or within the format required shall, to the
extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an
equitable adjustment.
4. Contractor to proceed with Work as directed: Pending final resolution of any request
in accordance with this paragraph, unless otherwise agreed in writing, Contractor
shall proceed diligently with performance of the Work.
C. Contractor to demonstrate impact on critical path of schedule: Any change in the Contract
Time covered by a Change Order or based on a request for an equitable adjustment in the
Contract Time, shall be limited to the change in the critical path of Contractor’s schedule
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 45 of 54
Philip Arnold Park Improvements May 9, 2022
attributable to the change of Work or event(s) giving rise to the request for equitable
adjustment. Any Change Order Proposal or request for an adjustment in the Contract Time
shall demonstrate the impact on the critical path of the schedule. Contractor shall be
responsible for showing clearly on the Progress Schedule that the change or event: had a
specific impact on the critical path, and except in case of concurrent delay, was the sole
cause of such impact; and could not have been avoided by resequencing of the Work or
other reasonable alternatives.
D. Cost of change in Contract Time: Contractor may request compensation for the cost of a
change in Contract Time in accordance with this paragraph, 7.3D, subject to the following
conditions:
1. Must be solely fault of Owner or A/E: The change in Contract Time shall solely be
caused by the fault or negligence of Owner or A/E;
2. Procedures: Contractor shall follow the procedure set forth in paragraph 7.3B;
3. Demonstrate impact on critical path: Contractor shall establish the extent of the
change in Contract Time in accordance with paragraph 7.3C; and
4. Limitations on daily costs: The daily cost of any change in Contract Time shall be
limited to the items below, less the amount of any change in the Contract Sum the
Contractor may otherwise be entitled to pursuant to Section 7.2B 7f for any change in
the Work that contributed to this change in Contract Time:
a. Non-productive supervision or labor: cost of nonproductive field supervision or
labor extended because of delay;
b. Weekly meetings and indirect activities: cost of weekly meetings or similar
indirect activities extended because of the delay;
c. Temporary facilities or equipment r ental: cost of temporary facilities or
equipment rental extended because of the delay;
d. Insurance premiums: cost of insurance extended because of the delay;
e. Overhead: general and administrative overhead in an amount to be agreed
upon, but not to exceed 3% of the Contract Award Amount divided by the
originally specified Contract Time for each Day of the delay.
PART 8 – CLAIMS AND DISPUTE RESOLUTION
8.1 CLAIMS PROCEDURE
A. Claim is Contractor’s remedy: If the parties fail to reach agreement on the terms of any
Change Order for Owner-directed Work as provided in Section 7. 1, or on the resolution of
any request for an equitable adjustment in the Contract Sum as provided in Section 7. 2 or
the Contract Time as provided in Section 7. 3, Contractor’s only remedy shall be to file a
Claim with Owner as provided in this section.
B. Claim filing deadline for Contractor: Contractor shall file its Claim within 120 Days from
Owner’s final offer made in accordance with paragraph 7. 1E, or by the date of Final
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 46 of 54
Philip Arnold Park Improvements May 9, 2022
Acceptance, whichever occurs first.
C. Claim must cover all costs and be documented: The Claim shall be deemed to cover all
changes in cost and time (including direct, indirect, impact, and consequential) to which
Contractor may be entitled. It shall be fully substantiated and documented. At a minimum,
the Claim shall contain the following information:
1. Factual statement of Claim: A detailed factual statement of the Claim for additional
compensation and time, if any, providing all necessary dates, locations, and items of
Work affected by the Claim;
2. Dates: The date on which facts arose which gave rise to the Claim;
3. Owner and A/E employee’s knowledgeable about Claim: The name of each employee
of Owner or A/E knowledgeable about the Claim;
4. Support from Contract Documents: The specific provisions of the Contract Documents
which support the Claim;
5. Identification of other supporting information: The identification of any documents and
the substance of any oral communications that support the Claim;
6. Copies of supporting documentation: Copies of any identified documents, other than
the Contract Documents, that support the Claim;
7. Details on Claim for Contract Time: If an adjustment in the Contract Time is sought:
the specific days and dates for which it is sought; the specific reasons Contractor
believes an extension in the Contract Time should be granted; and Contractor’s
analysis of its Progress Schedule to demonstrate the reason for the extension in
Contract Time;
8. Details on Claim for adjustment of Contract Sum: If an adjustment in the Contract Sum
is sought, the exact amount sought and a breakdown of that amount into the
categories set forth in, and in the detail as required by Section 7.2; and
9. Statement certifying Claim: A statement certifying, under penalty of perjury, that the
Claim is made in good faith, that the supporting cost and pricing data are true and
accurate to the best of Contractor’s knowledge and belief, that the Claim is fully
supported by the accompanying data, and that the amount requested accurately
reflects the adjustment in the Contract Sum or Contract Time for which Contractor
believes Owner is liable.
D. Owner’s response to Claim filed: After Contractor has submitted a fully documented Claim
that complies with all applicable provisions of Parts 7 and 8, Owner shall respond, in
writing, to Contractor as follows:
1. Response time for Claim less than $50,000: If the Claim amount is less than
$50,000, with a decision within 60 Days from the date the Claim is received; or
2. Response time for Claim of $50,000 or more: If the Claim amount is $50,000 or more,
with a decision within 60 Days from the date the Claim is received, or with notice to
Contractor of the date by which it will render its decision. Owner will then respond with
a written decision in such additional time.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 47 of 54
Philip Arnold Park Improvements May 9, 2022
E. Owner’s review of Claim and finality of decision: To assist in the review of Contractor’s
Claim, Owner may visit the Project site, or request additional information, in order to fully
evaluate the issues raised by the Claim. Contractor shall proceed with performance of the
Work pending final resolution of any Claim. Owner’s written decision as set forth above
shall be final and conclusive as to all matters set forth in the Claim, unless Contractor
follows the procedure set forth in Section 8.2.
F. Waiver of Contractor rights for failure to comply with this Section: Any Claim of the
Contractor against the Owner for damages, additional compensation, or additional time,
shall be conclusively deemed to have been waived by the Contractor unless made in
accordance with the requirements of this Section.
8.2 ARBITRATION
A. Timing of Contractor’s demand for arbitration: If Contractor disagrees with Owner’s decision
rendered in accordance with paragraph 8.1D, Contractor shall provide Owner with a written
demand for arbitration. No demand for arbitration of any such Claim shall be made later
than 30 Days after the date of Owner’s decision on such Claim; failure to demand
arbitration within said 30 Day period shall result in Owner’s decision being final and binding
upon Contractor and its Subcontractors.
B. Filing of Notice for arbitration: Notice of the demand for arbitration shall be filed with the
American Arbitration Association (AAA), with a copy provided to Owner. The parties shall
negotiate or mediate under the Voluntary Construction Mediation Rules of the AAA, or
mutually acceptable service, before seeking arbitration in accordance with the Construction
Industry Arbitration Rules of AAA as follows:
1. Claims less than $30,000: Disputes involving $30,000 or less shall be conducted in
accordance with the Northwest Region Expedited Commercial Arbitration Rules; or
2. Claims greater than $30,000: Disputes over $30,000 shall be conducted in
accordance with the Construction Industry Arbitration Rules of the AAA, unless the
parties agree to use the expedited rules.
C. Arbitration is forum for resolving Claims: All Claims arising out of the Work shall be resolved
by arbitration. The judgment upon the arbitration award may be entered, or review of the
award may occur, in the superior court having jurisdiction thereof. No independent legal
action relating to or arising from the Work shall be maintained.
D. Settlement outside of arbitration to be documented in Change Order: If the parties resolve
the Claim prior to arbitration judgment, the terms of the resolution shall be incorporated in a
Change Order. The Change Order shall constitute full payment and final settlement of the
Claim, including all claims for time and for direct, indirect, or consequential costs, including
costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity.
8.3 CLAIMS AUDITS
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 48 of 54
Philip Arnold Park Improvements May 9, 2022
A. Owner may audit Claims: All Claims filed against Owner shall be subject to audit at any
time following the filing of the Claim. Failure of Contractor, or Subcontractors of any tier, to
maintain and retain sufficient records to allow Owner to verify all or a portion of the Claim or
to permit Owner access to the books and records of Contractor, or Subcontractors of any
tier, shall constitute a waiver of the Claim and shall bar any recovery.
B. Contractor to make documents available: In support of Owner audit of any Claim,
Contractor shall, upon request, promptly make available to Owner the following documents:
1. Daily time sheets and supervisor’s daily reports;
2. Collective bargaining agreements;
3. Insurance, welfare, and benefits records;
4. Payroll registers;
5. Earnings records;
6. Payroll tax forms;
7. Material invoices, requisitions, and delivery confirmations;
8. Material cost distribution worksheet;
9. Equipment records (list of company equipment, rates, etc.);
10. Vendors’, rental agencies’, Subcontractors’, and agents’ invoices;
11. Contracts between Contractor and each of its Subcontractors, and all lower-tier
Subcontractor contracts and supplier contracts;
12. Subcontractors’ and agents’ payment certificates;
13. Cancelled checks (payroll and vendors);
14. Job cost report, including monthly totals;
15. Job payroll ledger;
16. Planned resource loading schedules and summaries;
17. General ledger;
18. Cash disbursements journal;
19. Financial statements for all years reflecting the operations on the Work. In addition,
the Owner may require, if it deems it appropriate, additional financial statements for 3
years preceding execution of the Work;
20. Depreciation records on all company equipment whether these records are
maintained by the company involved, its accountant, or others;
21. If a source other than depreciation records is used to develop costs for Contractor’s
internal purposes in establishing the actual cost of owning and operating equipment,
all such other source documents;
22. All non-privileged documents which relate to each and every Claim together with all
documents which support the amount of any adjustment in Contract Sum or Contract
Time sought by each Claim;
23. Work sheets or software used to prepare the Claim establishing the cost components
for items of the Claim including but not limited to labor, benefits and insurance,
materials, equipment, Subcontractors, all documents which establish the time
periods, individuals involved, the hours for the individuals, and the rates for the
individuals; and
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 49 of 54
Philip Arnold Park Improvements May 9, 2022
24. Work sheets, software, and all other documents used by Contractor to prepare its bid.
C. Contractor to provide facilities for audit and shall cooperate: The audit may be performed by
employees of Owner or a representative of Owner. Contractor, and its Subcontractors, shall
provide adequate facilities acceptable to Owner, for the audit during normal business hours.
Contractor, and all Subcontractors, shall make a good faith effort to cooperate with Owner’s
auditors.
PART 9 – TERMINATION OF THE WORK
9.1 TERMINATION BY OWNER FOR CAUSE
A. 7 Day Notice to Terminate for Cause: Owner may, upon 7 Days written notice to Contractor
and to its surety, terminate (without prejudice to any right or remedy of Owner) the Work, or
any part of it, for cause upon the occurrence of any one or more of the following events:
1. Contractor fails to prosecute Work: Contractor fails to prosecute the Work or any
portion thereof with sufficient diligence to ensure Substantial Completion of the Work
within the Contract Time;
2. Contractor bankrupt: Contractor is adjudged bankrupt, makes a general assignment
for the benefit of its creditors, or a receiver is appointed on account of its insolvency;
3. Contractor fails to correct Work: Contractor fails in a material way to replace or
correct Work not in conformance with the Contract Documents;
4. Contractor fails to supply workers or materials: Contractor repeatedly fails to supply
skilled workers or proper materials or equipment;
5. Contractor failure to pay Subcontractors or labor: Contractor repeatedly fails to make
prompt payment due to Subcontractors or for labor;
6. Contractor violates laws: Contractor materially disregards or fails to comply with laws,
ordinances, rules, regulations, or orders of any public authority having jurisdiction; or
7. Contractor in material breach of Contract: Contractor is otherwise in material breach
of any provision of the Contract Documents.
B. Owner’s actions upon termination: Upon termination, Owner may at its option:
1. Take possession of Project site: Take possession of the Project site and take
possession of or use all materials, equipment, tools, and construction equipment and
machinery thereon owned by Contractor to maintain the orderly progress of, and to
finish, the Work;
2. Accept assignment of Subcontracts: Accept assignment of subcontracts pursuant to
Section 5.20; and
3. Finish the Work: Finish the Work by whatever other reasonable method it deems
expedient.
C. Surety’s role: Owner’s rights and duties upon termination are subject to the prior rights and
duties of the surety, if any, obligated under any bond provided in accordance with the
Contract Documents.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 50 of 54
Philip Arnold Park Improvements May 9, 2022
D. Contractor’s required actions: When Owner terminates the Work in accordance with this
section, Contractor shall take the actions set forth in paragraph 9.2B and shall not be
entitled to receive further payment until the Work is accepted.
E. Contractor to pay for unfinished Work: If the unpaid balance of the Contract Sum exceeds
the cost of finishing the Work, including compensation for A/E’s services and expenses
made necessary thereby and any other extra costs or damages incurred by Owner in
completing the Work, or as a result of Contractor’s actions, such excess shall be paid to
Contractor. If such costs exceed the unpaid balance, Contractor shall pay the difference to
Owner. These obligations for payment shall survive termination.
F. Contractor and Surety still responsible for Work performed: Termination of the Work in
accordance with this section shall not relieve Contractor or its surety of any responsibilities
for Work performed.
G. Conversion of “Termination for Cause” to “Termination for Convenience”: If Owner
terminates Contractor for cause and it is later determined that none of the circumstances
set forth in paragraph 9.1A exist, then such termination shall be deemed a termination for
convenience pursuant to Section 9.2.
9.2 TERMINATION BY OWNER FOR CONVENIENCE
A. Owner Notice of Termination for Convenience: Owner may, upon written notice, terminate
(without prejudice to any right or remedy of Owner) the Work, or any part of it, for the
convenience of Owner.
B. Contractor response to termination Notice: Unless Owner directs otherwise, after receipt of
a written notice of termination for either cause or convenience, Contractor shall promptly:
1. Cease Work: Stop performing Work on the date and as specified in the notice of
termination;
2. No further orders or Subcontracts: Place no further orders or subcontracts for
materials, equipment, services or facilities, except as may be necessary for
completion of such portion of the Work as is not terminated;
3. Cancel orders and Subcontracts: Cancel all orders and subcontracts, upon terms
acceptable to Owner, to the extent that they relate to the performance of Work
terminated;
4. Assign orders and Subcontracts to Owner: Assign to Owner all of the right, title, and
interest of Contractor in all orders and subcontracts;
5. Take action to protect the Work: Take such action as may be necessary or as
directed by Owner to preserve and protect the Work, Project site, and any other
property related to this Project in the possession of Contractor in which Owner has
an interest; and
6. Continue performance not terminated: Continue performance only to the extent not
terminated
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 51 of 54
Philip Arnold Park Improvements May 9, 2022
C. Terms of adjustment in Contract Sum if Contract terminated: If Owner terminates the Work
or any portion thereof for convenience, Contractor shall be entitled to make a request for an
equitable adjustment for its reasonable direct costs incurred prior to the effective date of the
termination, plus reasonable allowance for overhead and profit on Work performed prior to
termination, plus the reasonable administrative costs of the termination, but shall not be
entitled to any other costs or damages, whatsoever, provided however, the total sum
payable upon termination shall not exceed the Contract Sum reduced by prior payments.
Contractor shall be required to make its request in accordance with the provisions of Part 7.
D. Owner to determine whether to adjust Contract Time: If Owner terminates the Work or any
portion thereof for convenience, the Contract Time shall be adjusted as determined by
Owner.
PART 10 – MISCELLANEOUS PROVISIONS
10.1 GOVERNING LAW
Applicable law and venue: The Contract Documents and the rights of the parties herein shall be
governed by the laws of the State of Washington and the City of Renton. Venue shall be in King
County.
10.2 SUCCESSORS AND ASSIGNS
Bound to successors; Assignment of Contract: Owner and Contractor respectively bind
themselves, their partners, successors, assigns, and legal representatives to the other party
hereto and to partners, successors, assigns, and legal representatives of such other party in
respect to covenants, agreements, and obligations contained in the Contract Documents. Neither
party shall assign the Work without written consent of the other, except that Contractor may
assign the Work for security purposes, to a bank or lending institution authorized to do business in
the City of Renton. If either party attempts to make such an assignment without such consent,
that party shall nevertheless remain legally responsible for all obligations set forth in the Contract
Documents.
10.3 MEANING OF WORDS
Meaning of words used in Specifications: Unless otherwise stated in the Contract Documents,
words which have well-known technical, or construction industry meanings are used in the
Contract Documents in accordance with such recognized meanings. Reference to standard
specifications, manuals, or codes of any technical society, organization, or association, or to the
code of any governmental authority, whether such reference be specific or by implication, shall be
to the latest standard specification, manual, or code in effect on the date for submission of bids,
except as may be otherwise specifically stated. Wherever in these Drawings and Specifications
an article, device, or piece of equipment is referred to in the singular manner, such reference shall
apply to as many such articles as are shown on the drawings or required to complete the
installation.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 52 of 54
Philip Arnold Park Improvements May 9, 2022
10.4 RIGHTS AND REMEDIES
No waiver of rights: No action or failure to act by Owner or A/E shall constitute a waiver of a right
or duty afforded them under the Contract Documents, nor shall action or failure to act constitute
approval or an acquiescence in a breach therein, except as may be specifically agreed in writing.
10.5 CONTRACTOR REGISTRATION
Contractor must be registered or licensed: Pursuant to RCW 39.06, Contractor shall be registered
or licensed as required by the laws of the City of Renton, including but not limited to RCW 18.27.
10.6 TIME COMPUTATIONS
Computing time: When computing any period of time, the day of the event from which the period
of time begins shall not be counted. The last day is counted unless it falls on a weekend or legal
holiday, in which event the period runs until the end of the next day that is not a weekend or
holiday. When the period of time allowed is less than 7 days, intermediate Saturdays, Sundays,
and legal holidays are excluded from the computation.
10.7 RECORDS RETENTION / PUBLIC RECORDS REQUESTS
A. Six-year records retention period: The wage, payroll, and cost records of Contractor, and its
Subcontractors, and all records subject to audit in accordance with Section 8.3, shall be
retained for a period of not less than 6 years after the date of Final Acceptance.
B. Record Keeping and Reporting: Contractor shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Services provided in the
performance of this Agreement. The Contractor agrees to provide access to and copies of
any records related to this Agreement as required by the City to audit expenditures and
charges and/or to comply with the Washington State Public Records Act (Chapter 42.56
RCW).
C. Public Records Compliance: To the full extent the City determines necessary to comply
with the Washington State Public Records Act, Contractor shall make a due diligent search
of all records in its possession, including, but not limited to, e-mail, correspondence, notes,
saved telephone messages, recordings, photos, or drawings and provide them to the City
for production. In the event Contractor believes said records need to be protected from
disclosure, it shall, at Contractor’s own expense, seek judicial protection. Contractor shall
indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees,
attendant to any claim or litigation related to a Public Records Act request for which
Contractor has responsive records and for which Contractor has withheld records or
information contained therein, or not provided them to the City in a timely manner.
Contractor shall produce for distribution any and all records responsive to the Public
Records Act request in a timely manner, unless those records are protected by court order.
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 53 of 54
Philip Arnold Park Improvements May 9, 2022
10.8 THIRD-PARTY AGREEMENTS
No third-party relationships created: The Contract Documents shall not be construed to create a
contractual relationship of any kind between: A/E and Contractor; Owner and any Subcontractor;
or any persons other than Owner and Contractor.
10.9 ANTITRUST ASSIGNMENT
Contractor assigns overcharge amounts to Owner: Owner and Contractor recognize that in actual
economic practice, overcharges resulting from antitrust violations are in fact usually borne by the
purchaser. Therefore, Contractor hereby assigns to Owner any and all claims for such
overcharges as to goods, materials, and equipment purchased in connection with the Work
performed in accordance with the Contract Documents, except as to overcharges which result
from antitrust violations commencing after the Contract Sum is established and which are not
passed on to Owner under a Change Order. Contractor shall put a similar clause in its
Subcontracts, and require a similar clause in its sub- Subcontracts, such that all claims for such
overcharges on the Work are passed to Owner by Contractor.
10.10 HEADINGS AND CAPTIONS
Headings for convenience only: All headings and captions used in these General Conditions are
only for convenience of reference and shall not be used in any way in connection with the
meaning, effect, interpretation, construction, or enforcement of the General Conditions, and do
not define the limit or describe the scope or intent of any provision of these General Conditions.
10.11 DIVERSE BUSINESS PARTICIPATION
The City of Renton encourages participation in all of its contracts by Diverse Businesses as found
in RCW Chapters 39, 43, and WAC 326. The voluntary Diverse Business goal of 26%, which is
an aggregate of: 10% Minority Business Enterprises (MBE), 6% Women Business Enterprises
(WBE), 5% Veteran-owned Business, and 5% Washington Small Businesses self- identified in the
Washington Electronic Business Solution (WEBS)
http://www.des.wa.gov/services/ContractingPurchasing/Business/Pages/WEBSRegistration.aspx.
Contractors are encouraged to meet or exceed the project goals in the advertisement by any level
of participation, regardless of category.
10.12 APPRENTICESHIP PARTICIPATION
In accordance with RCW 39.04.320, the City of Renton requires 15% apprenticeship participation
for projects estimated to cost one million dollars or more. Apprentice participation, under this
contract, may be counted towards the required percentage (%) only if the apprentices are from an
apprenticeship program registered and approved by the Washington State Apprenticeship and
Training Council (RCW 49.04 and WAC 296-05).
A. Bidders may contact the Department of Labor and Industries, Specialty Compliance
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015 00 72 00 - 54 of 54
Philip Arnold Park Improvements May 9, 2022
Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 by
phone at (360) 902-5320, and e-mail at Apprentice@Lni.wa.gov, to obtain information on
available apprenticeship programs.
B. For each project that has apprentice requirements, the contractor shall submit a
“Statement of Apprentice and Journeyman Participation” in a format approved by the
City with every request for progress payment. The Contractor shall submit consolidated and
cumulative data collected by the Contractor and collected from all subcontractors by the
Contractor. The data to be collected and submitted includes the following:
1. Contractor name and address
2. Contract number
3. Project name
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 73 00 – Supplemental Conditions
Contract No. CAG-22-015 00 73 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
1.1 NON-DISCRIMINATION LAWS
A. Comply with all applicable federal, state and local nondiscrimination laws and/or policies,
including but not limited to the Americans with Disabilities Act; Civil Rights Act; and the Age
Discrimination Act.
1.2 WAGES AND JOB SAFETY
A. Comply with all applicable laws, regulations and policies of the United States, State of
Washington, and City of Renton which affect wages and job safety. State Prevailing Wage
Laws (RCW 39.12) or federal Davis-Bacon Act, as amended, (40 U.S.C. 3141-3148);
whichever is greater, are applicable, to comply with such laws, to pay the prevailing rate of
wage to all workers, laborers, mechanics employed in the performance of any part of this
contract.
B. File a Statement of Intent to pay prevailing wage with the Washington State Department of
Labor and Industries as required by RCW 39.12.040. Comply with the provisions of the rules
and regulations of the Washington State Department of Labor and Industries.
1.3 DISBARMENT AND CERTIFICATION
A. Do not enter into any agreements or arrangements related to this Agreement with any party
that is on the Washington State Department of Labor and Industries “Debarred Contractor
List”.
1.4 RECORD MAINTENANCE
A. Maintain all books, records, documents, data, and other evidence relating to this Agreement
and performance of services, as described herein. Retain such records for a period of nine
(9) years from the date of Final Acceptance, the records shall be retained until all litigation,
claims, or audit findings involving the records have been resolved.
B. Access to Records and Data. At no additional cost, records relating to this project, including
all materials generated under this Agreement, shall be subject at all reasonable times to
inspection, review or audit by state granting agencies, Office of the State Auditor, and federal
and state officials so authorized by law, regulation or agreement.
1.5 EQUAL EMPLOYMENT OPPORTUNITY
A. In accordance to 41 C.F.R. Part 60.
B. Disadvantaged Business Enterprise Requirements
1. Comply with the requirements of the EPA’s Utilization of Small, Minority, and Women’s
Business Enterprises in this work.
2. Minority and Women’s Business Participation – solicit and recruit, to the maximum
extent possible, certified minority owned (MBE) and women owned (WBE) businesses.
Meeting the goals is voluntary, achievement of these goals is encouraged and all
Bidders/Contractors or organizations submitting qualifications shall take the following
affirmative steps in procurement of goods and services:
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 73 00 – Supplemental Conditions
Contract No. CAG-22-015 00 73 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
a. Included qualified minority and women’s businesses on solicitation lists.
b. Assure qualified minority and women’s businesses are solicited whenever they are
potential sources for services or supplies.
c. Divide the total requirements, when economically feasible, into smaller tasks or
quantities, to permit maximum participation by qualified minority and women’s
businesses.
d. Establish delivery scheduled, where work requirements permit, which will
encourage participation of qualified minority and women’s businesses.
e. Use the services and assistance of the State Office of Minority and Women’s
Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of
the U.S. Department of Commerce, as appropriate.
3. MBE/WBE Goals:
a. Purchased Goods – 8% MBE 4% WBE
b. Purchased Services – 10% MBE 4% WBE
c. Professional Services – 10% MBE 4% WBE
4. MBE/WBE Reporting. In accordance with the deviation from 40 C.F.R. 33.502, signed
November 8, 2013.
1.6 CONTRACT ANTI-KICKBACK
A. Comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), prohibits from inducing, by
any means, any person employed in the construction, completion, or repair of public work, to
give up any part of the compensation to which he or she is entitled.
1.7 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. 3701-3708)
A. Employment of mechanics and laborers must be in compliance with 40 U.S.C. 3702, each
contractor must be required to compute the wages of every mechanic and laborer on the
basis of a standard work week of 40 hours. Work in excess of the standard work week is
permissible provided that the worker is compensated at a rate of not less than one and a half
times the basic rate of pay for all hours in excess of 40 hours in the work week.
B. In accordance to 40 U.S.C. 3704, no laborer or mechanic must be required to work in
surroundings or under conditions which are unsanitary, hazardous or dangerous.
1.8 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
A. Comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air
Act (42 U.S.C. 7401-7671 q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-
1387), as amended.
1.9 HISTORICAL AND CULTURAL ARTIFACTS
A. In the event that historical or cultural artifacts are discovered at the Project site during
construction, construction shall immediately stop and notify the local historical preservation
officer and the state historical perseveration officer and the Washington State Department of
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 73 00 – Supplemental Conditions
Contract No. CAG-22-015 00 73 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
Archaeology and Historic Preservation.
2.0 TREATMENT OF EQUIPMENT AND ASSETS
A. Provide records of all equipment installed in the Work, description of the property, including
serial number or other identification number.
2.1 RIGHT OF INSPECTION
A. Authorized agent of the funding agencies shall have a right of access to the project at
reasonable times, in order to monitor and evaluate performance, long-term obligations,
compliance, and other quality assurance under the funding agreement.
2.2 ACKNOWLEDGEMENT AND SIGNS
A. Post on Project Signage the acknowledgment of the applicable grant program’s funding
contribution.
B. Post open visible signage or other appropriate media at project entrances and other
locations to notify the public of the closure of park site.
1. Closure of project site.
2.3 INDEMIFICATION RCW TITLE 51 – INDUSTRIAL INSURANCE
A. Any agreement relating to this project involving any contractors, subcontractors and/or
vendors of any tier shall require that the contracting entity indemnify, defend, waive RCW 51
immunity, and otherwise protect, defend, indemnify and hold the State and its officers and
employees harmless from all crimes, demands, or suits of law or equity arising in whole or in
part.
2.4 SECULAR USE OF FUNDS
A. No funds may be used to pay for any religious activities, worship, or instructions, or for the
lands and facilities for religious activities, worship or instruction.
2.6 COVID HEALTH AND SAFETY REQUIREMENTS
A. Contractor shall follow all Federal, State, County and Local health requirements for COVID
safety and work conditions.
B. All contractors have a general obligation to keep a safe and healthy worksite in accordance
accordingly. Under RCW 49.17.060, “each employer shall furnish to each of their employees
a place of employment free from recognized hazards that are causing or likely to cause
serious injury or death to his or her employees and shall comply with the rules, regulations,
and orders promulgated under this chapter.”
END OF SECTION
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 80 00 - Forms
Contract No. CAG-22-015 00 80 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
1.1 Submit With Bid
1. Bid Proposal Form
2. Form A – Proposal Bid Bond
1.2 Submit Within 1 hour of Bid Submission:
1. Form B – List of Subcontractors, Part One (Submission of Plumbing and
Electrical Subcontractors)
1.3 Submit Within 48 hours of Bid Submission:
1. Form C – List of Subcontractors, Part Two (Submission of Structural Steel
Subcontractors)
1.4 Submit Within 2 Business Days of Notice by Owner of Apparent Low Bid:
1. Form D – Contractor Qualifications/Evaluation
2. Form E – Qualifications of Key Personnel
1.5 Submit With Executed Agreement – City of Renton Standard Form of Agreement
1. Form F – 100% Contract Bond Form
2. Required Insurance Certificates
END OF SECTION
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Proposal Bid Bond – FORM A
BID BOND PAGE 1 OF 1
FORM A
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ________________________________
____________________of [address] ____________________________________________ as
Principal, and [Surety] __________________________________________________________________
a corporation duly organized under the laws of the State of ____________________________________ ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the
City of Renton in the sum of five (5) percent of the total amount of the Bid of said Principal for the Work
hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs,
executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these
presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its
sealed Bid for the following construction, to wit:
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
said Bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal Bid by said Principal be accepted, and the Contract be awarded
to said Principal, and if said Principal shall duly make and enter into and execute said Contract and shall
furnish performance bond as required by the City of Renton within a period of ten (10) days from and after
said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it
shall remain and be in full force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Bidding Documents and furnish a performance bond with Surety or
Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal
shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this ___________________________ day of ___________________________, ________.
________________________________ ________________________________
[Principal] [Surety]
________________________________ ________________________________
[Signature of authorized official] [Signature of authorized official]
________________________________ By: _____________________________
[Title] [Attorney-in-Fact]
________________________________
[Address]
________________________________
[Phone Number]
PHILIP ARNOLD PARK SITE IMPROVEMENTS
List of Subcontractors, Part One – FORM B
Philip Arnold Park Site Improvements Page 1 of 2
List of Subcontractors, Part One – FORM B
CITY OF RENTON
EMAIL TO: bsevertsen@rentonwa.gov
This list must be submitted within one (1) hour of the time and date specified for Bid Submission.
Bidder’s Name:
Project: Philip Arnold Park Site Improvements
720 Jones Avenue South
Renton, WA 98057
CAG 22-015
SUBCONTRACTOR LISTING
The Project is expected to cost $1,000,000 or more. Every Bidder must list the Heating, Ventilation, and Air
Conditioning (HVAC), Plumbing, and Electrical subcontractors as required per RCW 39.30.060.
Subcontractor Name Work Category
1. Plumbing
2. Electrical
If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted, is described
below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of
Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the
Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.)
Describe any change to list if Alternates are accepted:
[SIGNATURE PAGE FOLLOWS]
LIST OF SUBCONTRACTORS, PART ONE
Submission of Plumbing, and Electrical Subcontractors
PHILIP ARNOLD PARK SITE IMPROVEMENTS
List of Subcontractors, Part One – FORM B
Philip Arnold Park Site Improvements Page 2 of 2
List of Subcontractors, Part One – FORM B
Legal Name of Person or Entity Submitting Bid: _____
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Authorized Signature: Title:
Printed Name:
Address:
City: State: Zip Code: Date:
Telephone: Fax:
Washington Contractor's License No.: Federal Tax ID #:
E-mail address:
Washington State UBI No.: Expiration Date:
End of Form
PHILIP ARNOLD PARK SITE IMPROVEMENTS
List of Subcontractors, Part Two – FORM C
Philip Arnold Park Site Improvements Page 1 of 2
List of Subcontractors, Part Two – FORM C
CITY OF RENTON
EMAIL TO: bsevertsen@rentonwa.gov
This list must be submitted within forty-eight (48) hours of the time and date specified for Bid
Submission.
Bidder’s Name:
Project: Philip Arnold Park Site Improvements
720 Jones Avenue South
Renton, WA 98057
CAG 22-015
SUBCONTRACTOR LISTING
The Project is expected to cost $1,000,000 or more. Every Bidder must list the Heating, Ventilation, and Air
Conditioning (HVAC), Plumbing, and Electrical subcontractors as required per RCW 39.30.060.
Subcontractor Name Work Category
1. Structural Steel Installer
If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted, is described
below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of
Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the
Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.)
Describe any change to list if Alternates are accepted:
[SIGNATURE PAGE FOLLOWS]
LIST OF SUBCONTRACTORS, PART TWO
Submission of Structural Steel Subcontractors
PHILIP ARNOLD PARK SITE IMPROVEMENTS
List of Subcontractors, Part Two – FORM C
Philip Arnold Park Site Improvements Page 2 of 2
List of Subcontractors, Part Two – FORM C
Legal Name of Person or Entity Submitting Bid: _____
NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below.
Authorized Signature: Title:
Printed Name:
Address:
City: State: Zip Code: Date:
Telephone: Fax:
Washington Contractor's License No.: Federal Tax ID #:
E-mail address:
Washington State UBI No.: Expiration Date:
End of Form
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Contractor Qualifications/Evaluation - FORM D
(Must submit within 2 Business Days following Bid Submittal) – Email to: bsevertsen@rentonwa.com
PHILIP ARNOLD PARK SITE IMPROVEMENTS 1 | Page
Contractor Qualifications/Evaluation – FORM D
Contractor Name: Date Incorporated:
Mailing Address: State Incorporated:
Business Phone: Owner/President’s Name:
Contact Name and Title: Other or Former Organization Name(s)
Contact Phone: Contact Email: Reason for Name Change(s):
PERFORMANCE EXPERIENCE
• Has company been disqualified (debarred) from performing public work by State of Washington or federal government?
• Yes No
• Are there any judgments, claims, arbitration proceedings or suits pending against company or its officers? Yes No
If Yes, please describe: Judgments
• Has company ever failed to complete any work awarded to it? Yes No If Yes, please describe:
• Has company been obligated for liquidated damages within the past 5 years? Yes No
If Yes, please describe:
FINANCIAL INFORMATION
1. Average total annual value of construction work performed during the past 5 years:
2. Provide at least three trade references:
• Name/Contact
• Name/Contact
• Name/Contact 3. Provide surety company and agent name: Surety
PROJECT EXPERIENCE – Projects of Similar Scope Requiring Prevailing or Davis Bacon Wages within Past 5 Years
(3 Required)
PROJECT #1 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address:
Percent of Work Performed by
Own Forces:
Substantial Completion Date
Firm was General Contractor:
Yes No
If not GC, describe role:
Owner Name: Architect Name: Project Required Prevailing or
Davis Bacon Wages?
Yes No
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Contractor Qualifications/Evaluation - FORM D
(Must submit within 2 Business Days following Bid Submittal) – Email to: bsevertsen@rentonwa.com
PHILIP ARNOLD PARK SITE IMPROVEMENTS 2 | Page
Contractor Qualifications/Evaluation – FORM D
Phone: Phone:
Email: Email:
PROJECT #2 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address:
Percent of Work Performed by
Own Forces:
Substantial Completion Date
Firm was General Contractor:
Yes No
If not GC, describe role:
Owner Name: Architect Name: Project Required Prevailing or
Davis Bacon Wages?
Yes No
Phone: Phone:
Email: Email:
PROJECT #3 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address:
Percent of Work Performed by
Own Forces:
Substantial Completion Date
Firm was General Contractor:
Yes No
If not GC, describe role
Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No
Phone: Phone:
Email: Email:
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Qualifications of Project Key Personnel – FORM E
(Must submit within 2 Business Days following Bid Submittal)
Email to: bsevertsen@rentonwa.gov
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Qualifications of Project Key Personnel – FORM E Page 1 of 2
PROJECT MANAGER
Name:
Current Position with Company:
Years’ Experience
Total
With Current Firm
Firm Name and Location (City and State):
Training/Education/Specialization:
Years of Experience in the Proposed Role:
RELEVANT PROJECT 1 of 3 (Minimum)
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 2 of 3 (Minimum)
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 3 of 3 (Minimum)
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm Name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Qualifications of Project Key Personnel – FORM E
(Must submit within 2 Business Days following Bid Submittal)
Email to: bsevertsen@rentonwa.gov
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Qualifications of Project Key Personnel – FORM E Page 2 of 2
SUPERINTENDENT
Name:
Current Position with Company:
Years’ Experience
Total
With Current Firm
Firm Name and Location (City and State):
Training/Education/Specialization:
Years of Experience in the Proposed Role:
RELEVANT PROJECT 1 of 3
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 2 of 3
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
RELEVANT PROJECT 3 of 3
Project Title: Year Completed
Project Owner:
Brief Description (Brief scope, size, cost, etc.) and specific role:
Check if project performed with current firm.
If performed with different firm list the firm Name
Reference Name & Contact Information:
Project Owner: Architect:
Name: Name:
Phone: Phone:
E-mail E-mail:
End of Form
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Contract Bond – FORM F
Philip Arnold Park Site Improvements Page 1 of 2 Contract Bond to the CITY of Renton
03/08/2022 F clb
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________
of [address]________________________________________________ as PRINCIPAL , and
(SURETY)_________________________________________ a corporation organized and existing under
the laws of the State of ________________________ as a SURETY corporation, and qualified under the
laws of the State of Washington to become SURETY upon bonds of contractors with municipal
corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton
(CITY/OWNER) in the sum of________________________________________________ US Dollars
($________________________) Total Contract Amount, for the payment of which sum on demand we
bind ourselves and our heirs, successors, assigns, executors, administrators and personal
representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of
Washington and the ordinances of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 20______.
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-22-015 providing for construction of the Philip
Arnold Park Site Improvements ; the PRINCIPAL
has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided
for in the manner and within the time set forth.
• The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and
assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such
payments for labor, equipment, and materials by satisfying all claims and demands incurred under
the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in
making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from
the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors material persons, and all persons who shall supply such
contractor or subcontractors with provisions and supplies for the carrying on of such work; and,
against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs,
executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower
tier subcontractors of the PRINCIPAL) to faithfully perform the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond.
SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work to be performed thereunder and agrees that
modifications and changes to the terms and conditions of the Contract that increase the total amount
to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract
Bond and notice to SURETY is not required for such increased obligation.
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Contract Bond – FORM F
Philip Arnold Park Site Improvements Page 2 of 2 Contract Bond to the CITY of Renton
03/08/2022 F clb
• This Contract Bond shall be governed and construed by the laws of the State of Washington, and
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
• Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the
manner and within the time specified as may be extended under the Contract;
• Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the
sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material
suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on
of such work under the Contract;
• Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and
51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82
RCW or any other law;
• Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized
representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’
duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed
and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETY Company:
Telephone:
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 10 00 – Summary of Work
Contract No. CAG-22-015 01 10 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. This Section includes the following:
1. Work covered by the Contract Documents.
2. Type of contract.
3. Permits, fees and bonds.
4. Work sequence
5. Owner's occupancy requirements.
6. Contractor use of site and premises.
7. Work restrictions.
B. Related Sections include the following:
1. Division 1 Section 01 50 00 “Temporary Facilities and Controls" for limitations and
procedures governing temporary use of Owner's facilities.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections apply to this Section.
1.03 PROJECT
A. Project Name: Philip Arnold Park Site Improvements
1. Owner's Name: City of Renton
2. Architect’s Name: Hough Beck & Baird Inc., LLC.
3. The Project consists of the following:
a. Construction of park improvements and related site work. Work includes earthwork,
utility installation, picnic shelters, Portland Loo Restroom, pathways including
boardwalk and retaining walls, basketball court improvements, parking lot
improvements, lighting, park signage, concrete flatwork, site furnishings, landscape
planting, and landscape irrigation and other improvements for the construction of
Philip Arnold Park Site Improvements for the City of Renton, Washington, all as
shown and described on the Contract Documents prepared by Hough Beck & Baird
Inc., LLC., dated, May 4, 2022.
b. Additive Alternate 1:
(1) State the amount to be added to the Base Bid to provide and install the Scramble
blocks and associated base materials. If this alternate is not awarded, sod the area.
(2) NOTE: The Base Bid includes all other work.
c. Additive Alternate 2:
(1) State the amount to be added to the Base Bid to provide and install the
Prefabricated Small Picnic Shelter including footings. If this alternate is not
awarded, terminate the electrical conduit in J-Boxs as shown in the Drawings.
(2) NOTE: The Base Bid includes all other work.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 10 00 – Summary of Work
Contract No. CAG-22-015 01 10 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
1.04 CONTRACT DESCRIPTION
A. Contract Type: Single General Construction Contract based on a single lump-sum price as
described in Division 00 11 13 – Advertisement for Bids.
1.05 PERMITS, FEES AND BONDS
A. The Owner will obtain and pay for the following permits prior to a Notice to Proceed. Permits
obtained: WA Department of Ecology 401 Water Quality Certification, City of Renton Land Use
Permit. The Contractor shall follow all Provisions noted on the Approvals and Permits. Copies of
the Approvals and Permits are available from the Owner.
B. Contractor shall obtain and pay for all Plumbing, Electrical, Traffic Control Plan and other
Building Permits as required by the City of Renton and other regulatory agencies.
1.06 WORK SEQUENCE
A. The work will be a single project with Notice to Proceed and Substantial Completion dates.
1. Work period from Notice to Proceed to Substantial Completion.
2. Anticipated Notice to Proceed: July 20, 2022.
3. Substantial Completion Date: May 26, 2023.
B. The Contractor shall schedule and supervise the work to accomplish completion within the
contract time.
1.07 OWNER OCCUPANCY
A. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. Maintain access
to existing walkways, corridors, and other adjacent facilities. Do not close or obstruct roads,
sidewalks, or driveways without written permission from Owner and authorities having
jurisdiction.
1.08 CONTRACTOR USE OF SITE AND PREMISES
A. Construction Operations: Limited to areas noted on Drawings.
B. Arrange use of site and premises to allow:
1. Work by Others.
2. Work by Owner.
C. Provide access to and from site as required by law.
1. Do not obstruct roadways, sidewalks, or other public ways without permit.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 10 00 – Summary of Work
Contract No. CAG-22-015 01 10 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
D. SPECIFICATION SECTIONS APPLICABLE TO ALL CONTRACTS
1. Unless otherwise noted, all provisions of the sections listed below apply to all contracts.
Specific items of work listed under individual contract descriptions constitute exceptions.
2. Section 01 30 00 - Administrative Requirements.
3. Section 01 32 16 - Construction Schedule.
4. Section 01 40 00 - Quality Requirements.
5. Section 01 50 00 - Temporary Facilities and Controls.
6. Section 01 70 00 - Execution and Closeout Requirements.
7. Section 01 78 00 - Closeout Submittals.
F. WORK RESTRICTIONS
1. Hours of Operation: Per City of Renton Municipal Code 4-4-030 C.: Commercial, multi-
family, new single family and other nonresidential construction activities shall be restricted
to the hours between seven o’clock (7:00) a.m. and eight o’clock (8:00) p.m., Monday
through Friday. Haul hours shall be restricted to the hours between eight-thirty (8:30) a.m.
and three-thirty (3:30) p.m., Monday through Friday, and work on Saturdays shall be
restricted to the hours between nine o’clock (9:00) and seven o’clock (7:00), unless
otherwise approved in advance by the Owner, in conjunction with the Parks and Recreation
Division.
2. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or
others unless permitted under the following conditions and then only after arranging to
provide temporary utility services according to requirements indicated.
a. Provide Owner not less than 72 hours’ notice in advance of proposed utility
interruptions.
b. Do not proceed with utility interruptions without Owner's written permission.
3. Contractor will coordinate construction activities, including all deliveries and equipment
movement with Parks Maintenance Staff, and others as required before commencing
activities in the construction area. Contractor will notify Owner of any planned construction
activities in the areas of the parking lots, roadways, or other areas of the park ten (10)
calendar days before scheduled activities.
4. Other Restriction per Section 01 50 00 Temporary Facilities and Controls.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 11 30 – Hazardous Materials
Contract No. CAG-22-015 01 11 30 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 – GENERAL
1.01 SUMMARY
A. This Section includes administrative and procedural requirements for hazardous
materials.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.03 NOT USED
1.04 CONTRACTOR NOTIFICATION
A. Contractor to provide the Owner with a complete list of all hazardous chemicals and
other materials intended to be used during execution of the project, including storage
locations.
1.05 HAZARDOUS MATERIAL
A. The Contractor shall bring to the attention of the Owner any material suspected of
being hazardous which is encountered during execution of the Work. The Owner will
arrange for tests to determine if the material is hazardous. If the material is found to
be hazardous the Owner will initiate the construction modification procedure for its
abatement by the Contractor.
B. Compliance with Regulations: All work shall comply with the applicable laws,
regulations and requirements. The disposal of any hazardous materials encountered
shall also comply with the requirements of applicable federal, state and municipal
safety and health requirements. Where there is a conflict between applicable
regulations, the most stringent shall apply.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 12 00 – Delegated Design
Contract No. CAG-22-015 01 12 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 - GENERAL
1.01 GENERAL
A. Section Includes: Requirements in this section apply to delegated design ("design-build")
building systems and fabricated assemblies identified in individual specification sections
B. The general provisions of the Contract, including General, Modified, and Supplemental
Conditions and other Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes: Requirements in this section apply to delegated design ("design-build")
building systems and fabricated assemblies identified in individual specification sections:
1. Portland Loo
2. Picnic Shelter(s)
3. Park Signage
4. Retaining Wall and Scramble
5. Boardwalk with Guardrail
6. Bronze Trail Marker
1.03 INTENT
A. Design requiring structural analysis of load bearing components and connections.Design
requiring compliance with life or health safety regulation.
B. Performance and Design Criteria: Provide products and systems complying with specific
performance and design criteria indicated where professional design services or certifications by
a design professional are specifically required of Contractor by Contract Documents.
C. If criteria indicated are not sufficient to perform services or certification required, submit a
written request for additional information to the Owner.
D. Delegated design will be required for elements designed by a specialty professional, which may
include:
1. Elements that require specialized fabrication equipment or a proprietary fabrication process
not usually available at job site
2. Elements normally fabricated off-site
3. Elements requiring engineering, not normally a part of scope of services performed by
architectural; structural; mechanical; electrical; or other disciplines of Engineer.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 12 00 – Delegated Design
Contract No. CAG-22-015 01 12 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
1.04 STATUS OF BID DOCUMENT
A. Contract Drawings are diagrammatic and do not purport to identify nor solve problems of
thermal or structural movement, anchorage or moisture resistance of any manufactured
assemblies.
B. Requirements shown by details are intended to establish basic dimension of unit, sight lines
and profiles of members.
C. Coordinate shop drawings and installation to resolve conflicts.
D. Allow for installation tolerances, expansion and contraction of adjacent materials, and
design.
E. Assemblies shall be free from rattles, and noise due to thermal and structural movement
and wind pressure.
F. Attachment considerations are to take into account site peculiarities and expansion and
contraction movements so there is no possibility of loosening, weakening, or fracturing
connection between units and building structure or between units themselves.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 14 00 – Work Restrictions
Contract No. CAG-22-015 01 14 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.02 USE OF PREMISES
A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site
beyond areas in which the Work is indicated.
1. Unless otherwise indicated, keep roadways, building entryways, pathways and sidewalks
clear and available to Owner and emergency vehicles at all times. Do not use these areas
for parking or storage of materials.
a. Schedule deliveries to minimize use of roadways and to minimize space and time
requirements for storage of materials and equipment on-site.
b. Maintain site fencing. Protect existing conditions and areas to remain.
B. Work Hours:
1. Weekdays (Monday through Friday): 7 a.m. to 8 p.m.
2. Haul Activities: 8:30 a.m. to 3:30 p.m.
3. Weekends:
a. Saturday: 9 a.m. to 8 p.m.
b. Sunday and Holidays (City of Renton official recognized): No work permitted.
1.03 NOISE CONTROL
A. Meet all requirements of WAC 173-60-040. Maintain the level of construction noise inside
adjacent buildings from exceeding a dB(A) 60 curve (with windows closed).
B. Meet all requirements of the City of Renton Municipal Code.
C. Outdoor Vehicle and Internal Combustion Engine Noise: The noise level of each piece of
equipment shall not be greater than 85 dB(A) at a distance of 50 feet as measured under noisier
operating conditions. Provide rubber-tired equipment whenever possible instead of metal-
tracked equipment. Mufflers for stationary engines shall provide hospital-area silencing quality.
D. Air Compressors: Equip air compressors with silencing packages. Electric-driven compressors
are preferred.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-22-015 01 20 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Procedures for preparation and submittal of applications for progress payments.
B. Documentation of changes in Contract Sum and Contract Time.
C. Modification procedures.
D. Procedures for preparation and submittal of application for final payment.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and Division 1 specification sections, apply to this section.
B. See General Conditions all requirements pertaining to retainage.
1.03 SCHEDULE OF VALUES
A. Format: On 8-1/2" X 11" paper.
B. Forms filled out by hand will not be accepted.
C. Submit printed schedule on form acceptable to the Owner. Contractor's standard form or
electronic media printout will be considered.
D. Submit for Owner approval, electronic format of Schedule of Values, a minimum of 15 days
before first Application for Payment submittal. Approved Schedule of Values will be used by the
Owner as the basis for progress payments.
E. Format: Schedule of Values shall breakdown the total Contract Sum to each category of work
utilizing the Table of Contents of this Project Manual. Identify each line item with number and
title of the specification Section.
1. Site mobilization shall not exceed 5% of Contract Sum.
2. Construction closeout shall not be less than 3% of Contract Sum.
3. For each line item exceeding 5% of Contract Sum, show breakdown by major products and
operations.
4. Cross reference Schedule of Values amounts to the Construction Progress Schedule
scheduled tasks with specified in Section 01 32 16 – Construction Schedule.
5. Round figures to nearest dollar amount.
6. Make sum of total scheduled costs equal to Contract Sum.
7. Major cost items, which are not directly a cost of actual work-in-place, such as distinct
temporary facilities, may be either shown as items in schedule of values or included in
General Conditions, mobilization and/or demobilization at Contractor's option.
F. Revise schedule to list approved Change Order Proposals (COP), with each Application for
Payment.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-22-015 01 20 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
1.04 APPLICATIONS FOR PROGRESS PAYMENTS
A. Payment Period: Submit at intervals stipulated in the Agreement, if not stipulated, at monthly
intervals.
B. Prior to first Application for Payment, submit approved Intent to Pay Prevailing Wages forms for
Contractor and all subcontractors. Without exception, processing of an Application for Payment
will not begin until approved copies are on file with Owner for each classification of laborers,
workers, or mechanics employed by Contractor or subcontractors included in that Application.
1. Submit a list of all subcontractors and suppliers.
2. Submit instructions to Owner for the disposition of retainage funds.
a. In accordance with chapter 60.28 of the Revised Code of Washington (RCW), Owner
shall reserve a contract retainage not to exceed Five percent of the moneys earned by
Contractor as trust fund for the protection and payment of:
1) The claims of any person and Owner arising in accordance with the Contract
Documents.
2) The state with respect to taxes imposed pursuant to Title 82 RCW which may be
due from such Contractor.
b. The funds held in retainage shall be held until forty-five (45) days following Final
Acceptance subject to the provisions of chapters 39.12 and 60.28 RCW.
c. Contractor's written instructions should be addressed to the Owner with a copy to the
Architect.
d. At the option of Contractor, the moneys reserved by Owner shall be either:
1) Retained in a fund by Owner.
2) Bonded for all or any portion of the contract retainage in a form acceptable to
Owner; or
3) Deposited in an interest-bearing account in a bank, mutual savings bank, or
savings and loan association.
4) Placed in escrow with a bank or trust company by Owner.
(a) Escrow Agent: If the retained funds are to be placed in escrow, Contractor will
select the escrow agent, subject to approval by Owner. The selected agent
must be a bank or trust company in the State of Washington.
(b) Pursuant to electing the escrow option, an escrow agreement shall be executed
by Contractor, Owner, and bank. Three copies of the agreement should be
completed and executed by Contractor and returned to Owner for joint
execution, who in turn will forward all copies to the bank for receipt and
acceptance. The bank will retain one copy and return one copy each to
Contractor and Owner. A completed and signed escrow agreement must be on
file with Owner for payment before Contractor's first application is processed.
(c) Escrow Payments: As each progress estimate is presented for payment,
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-22-015 01 20 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
Contractor shall make a vouchered request for the retained funds that are to be
placed in escrow. Upon receiving a retainage invoice, Owner will issue a check
payable to Contractor and the bank jointly. Such checks will be mailed to the
bank and Contractor will receive copies of check transmittal letters.
(d) Escrow Investments: The bank shall invest the retained funds in bonds and
other securities selected by Contractor from the following list approved by
Owner:
(1) Bills, certificates, notes or bonds of the United States.
(2) Other obligations of the United States or its agencies.
(3) Obligations of any corporation wholly owned by the government of the
United States.
(4) Indebtedness of the Federal National Mortgage Association.
(5) Time deposits in commercial banks, mutual savings banks, and savings
and loan associations in the State of Washington.
(e) Deposits in savings accounts in commercial banks, mutual savings banks, and
savings and loan associations in the State of Washington.
(f) The investments selected must mature on or prior to the date set for
completion of the contract, including extensions thereof or forty-five (45) days
following the Final Acceptance of the improvement or work. Interest on such
investments shall be paid to Contractor as it accrues.
(g) Escrow Costs and Fees: All escrow costs and fees shall be paid by Contractor,
in accordance with the Escrow Agreement.
(h) Release of Escrow Investments to Contractor: Upon Final Acceptance and the
expiration of forty-five (45) days following the date of Acceptance, and
contingent upon Contractor's compliance with provisions of the public works
statutes, Owner will issue written instructions to the bank to release to
Contractor the investment held in escrow. If there should be either unpaid taxes
or other unsatisfied claims against the retained percentage, the provisions of
the Escrow Agreement will govern.
C. Submit draft Application for Payment to Owner for approval 10 days prior to submittal of actual
Application for Payment.
D. Present required information in digital form.
E. Form: As approved by the Owner
F. Execute certification by signature of authorized officer.
G. Use data from approved Schedule of Values. Provide dollar value in each column for each line
item for portion of work performed.
H. List each authorized Change Order as a separate line item, listing Change Order number and
dollar amount as for an original item of Work.
I. Submit one signed digital image of each Application for Payment.
J. Include the following with the application:
1. Construction progress schedule revised and current as specified in Section 01 32 16.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-22-015 01 20 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
2. Partial release of liens from major Subcontractors and vendors.
3. Affidavits attesting to off-site stored products if any.
4. Statements of Intents to Pay Prevailing Wages as documented by the Washington State
Department of Labor and Industries for each contractor or subcontractor included on the
Pay Application.
5. List with Contractor, sub-contractors, and all sub-sub-contractors invoice amounts, UBI
number, and Affidavit of Intent’s number.
6. Copies of Certified Payroll from Contractor and all sub-contractors.
K. When Owner requires substantiating information, submit data justifying dollar amounts in
question. Provide one copy of data with cover letter for each copy of submittal. Show application
number and date, and line item by number and description.
1.05 MODIFICATION PROCEDURES
A. Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum or
Contract Time as authorized by the Conditions of the Contract by issuing supplemental
instructions on Owner's standard form.
B. For other required changes, Owner will issue a Field Authorization (FA) signed by the Owner,
A/E and Contractor instructing Contractor to proceed with the change, for subsequent inclusion
in a Change Order.
1. The document will describe the required changes, will identify an initial estimate of the
probable cost of any changes, and will designate method of determining any change in
Contract Sum or Contract Time.
2. Promptly execute the change.
C. For changes for which advance pricing is desired, Owner will issue a request for Change Order
Proposal (COP) that includes a detailed description of a proposed change with supplementary
or revised drawings and specifications, a change in Contract Time for executing the change and
the period of time during which the requested price will be considered valid. Contractor will
prepare and submit a fixed price quotation within 5 days.
D. Contractor may propose a change by submitting a request for change to Owner, describing the
proposed change and its full effect on the Work, with a statement describing the reason for the
change, and the effect on the Contract Sum and Contract Time with full documentation.
E. Computation of Change in Contract Sum: Will be as specified in the Agreement and the General
Conditions.
1. For change requested by Owner for work falling under a fixed price contract, the amount will
be based on Contractor's price quotation.
2. For change requested by Contractor, the amount will be based on the Contractor's request
for a Change Order as approved by Owner.
3. For change ordered by Owner without a quotation from Contractor, the amount will be
determined by Owner based on the Contractor's substantiation of costs as specified for
Time and Material work.
F. Substantiation of Costs: Provide full information required for evaluation.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 20 00 – Payment Procedures
Contract No. CAG-22-015 01 20 00 - 5
Philip Arnold Park Site Improvements May 9, 2022
1. Provide following data:
a. Quantities of products, labor, and equipment.
b. Taxes, insurance, and bonds.
c. Overhead and profit.
d. Justification for any change in Contract Time.
e. Credit for deletions from Contract, similarly documented.
f. Invoices and receipts for products, equipment, and subcontracts, similarly documented.
2. For Time and Material work, submit itemized account and supporting data after completion
of change, within time limits indicated in the Conditions of the Contract.
G. Execution of Change Orders: Owner will issue Change Orders for signatures of parties as
provided in the Conditions of the Contract.
H. After execution of Change Order, promptly revise Schedule of Values and Application for
Payment forms to record each authorized Change Order as a separate line item and adjust the
Contract Price.
I. Promptly revise progress schedules to reflect any change in Contract Time, revise sub-
schedules to adjust times for other items of work affected by the change, and resubmit.
J. Promptly enter changes in Project Record Documents.
1.06 APPLICATION FOR FINAL PAYMENT
A. Prepare Application for Final Payment as specified for progress payments, identifying total
adjusted Contract Sum, previous payments, and sum remaining due.
B. Application for Final Payment will not be considered until the following have been accomplished:
1. Closeout procedures specified in Section 01 70 00.
2. Contractor's Certification of Payment of Debts Claims.
3. Contractor's Certificate of Release of Liens.
4. Owner's approval of Closeout submittals specified in Section 01 78 00.
5. Completion of punchlist with Owner’s approval.
6. Completion of all Change Orders.
7. Submittal of Affidavit of wages paid for Contractor and subcontractors.
8. L&I release.
9. Sign-off of all required permits.
10. Posting of Certificate of Occupancy.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 21 00 – Prevailing Wage Rates
Contract No. CAG-22-015 01 21 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 - GENERAL
1.01 SUMMARY
A. This project, located in King County Washington, is subject to the payment of prevailing wages
to all workers. It is the contractor’s responsibility to determine and use the applicable rates for
the appropriate area of the state, as published by the Washington State Department of Labor
and Industries. These rates are available on the web at https://lni.wa.gov/licensing-
permits/public-works-projects/prevailing-wage-rates/.
1. Contractor must include these provisions in all subcontracts for work performed under this
Contract.
B. Based in the bid submittal deadline for this project, the applicable effective date for prevailing
wages for this project is June 1, 2022. Upon written request, the Owner will mail a hard copy
of the applicable prevailing wages for this project.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Administration and supervisory personnel.
B. Communication procedures.
C. Project meetings.
D. Preconstruction meeting.
E. Site mobilization meeting.
F. Progress meetings.
G. Coordination procedures.
H. Submittal Types.
I. Submittals for review and information.
J. Number of copies of submittals.
K. Submittal procedures.
L. Daily Progress reports.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and Division 1 specification sections, apply to this section.
B. Section 01 10 00 - Summary of Work: Work sequence and Owner occupancy.
C. Section 01 32 16 - Construction Progress Schedule: Form, content, and administration of
schedules.
D. Section 01 40 00 - Quality Requirements: Procedural requirements for quality assurance and
quality control.
E. Section 01 70 00 - Execution and Closeout Requirements: Additional coordination
requirements.
F. Section 01 78 00 - Closeout Submittals: Project record documents.
1.03 SUBMITTALS
A. Personnel list: For principal staff assignments. Include areas of responsibility, addresses,
and phone numbers for 24-hour-contact. Include back-up personnel.
B. Coordination drawings.
C. Superintendent Daily Reports: Submit at progress meeting intervals, as approved by Owner
and Architect.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 ADMINISTRATION AND SUPERVISORY PERSONNEL
A. Provide designated Project Manager, Superintendent and other administrative and
supervisory personnel as required for proper performance of the Work.
3.02 COMMUNICATION PROCEDURES
A. General
1. Address all Project correspondence through Owner. Do not contact Owner’s consultants
directly, unless directed otherwise. Contractor's subcontractors will not directly contact
the Owner, Architect, or Architect’s sub consultants.
2. Owner will issue all instructions, whether verbal or written. No other instructions will be
recognized. Owner to coordinate all decisions and communications with the Architect.
Owner will confirm verbal instructions in writing to Contractor.
a. Exception: Minor clarifications may be confirmed in site reports or meeting minutes.
3. Format: Number correspondence sequentially beginning with Serial Letter No. 1. Include
project title and number on all correspondence.
B. Requests for Information
1. When field conditions or Contract Documents require clarification or verification by the
Architect or Architect’s sub consultants, submit a written Request for Information (RFI) to
the Owner.
2. Format: Number RFI's sequentially using a consistent form approved by Owner,
containing the following information:
a. Project name and number.
b. RFI number (three digits, beginning with 001).
c. Date of request.
d. Date of required response.
e. Subject title.
f. Initiator of request.
g. Contract Document reference (drawing and/or specification).
h. Location on site.
i. Description of issue.
j. Contractor's proposed solution, if known.
k. Cost impacts, if known.
l. Space adequate for Architect's review acknowledgement and reply.
3. Provide only one question per RFI.
4. Route RFI's in same manner as Project correspondence.
5. Allow 10 working days for Owner to issue response.
6. Owner reserves the right to deny any RFI whose resolution is already contained within
the Contract Documents.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
3.03 PROJECT MEETINGS
A. Preconstruction Meeting
1. Owner will schedule a meeting to take place before or on the date for Notice to Proceed.
2. Attendance Required:
a. Owner.
b. Architect and selected consultants.
c. Contractor, including Project Manager, Superintendent, QAM, and major site related
subcontractors.
d. City Parks, Facilities, and Development Services staff.
3. Agenda:
a. Distribution of Contract Documents.
b. Designation of project personnel.
c. Procedures and processing of field decisions, submittals, and substitutions,
applications for payments, proposal request, Change Orders, Record drawings and
Contract closeout.
d. Scheduling, early occupancy.
e. Working hours.
f. Responsibility for temporary facilities and controls.
g. Construction related air quality control procedures.
h. Safety.
i. Security.
j. Site access, traffic control, parking availability.
4. Owner will record minutes and provide copies to Architect and Contractor for their
distribution to all parties affected by decisions or actions resulting from the meeting.
B. Progress Meetings
1. Attend progress meetings at approvedintervals or as required by the Owner and
Architect. Coordinate meeting schedule with preparation of applications for payment.
2. Owner will prepare agenda and preside at meetings.
3. Attendance Required:
a. Owner.
b. Architect and required sub consultants.
c. Contractor, including Project Manager, Superintendent.
d. Others as appropriate, such as but not limited to; Major Subcontractors, Suppliers,
Manufacturers Representatives, and Consultants.
4. Agenda:
a. Safety Report.
b. Review minutes of previous meetings for any discrepancies and correct or approve.
c. Review of Work progress since previous meeting.
d. Look Ahead Schedule: Provide three (3) week look ahead simplified bar chart
schedule coordinated and interfaced with project CPM schedule.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
e. Coordination issues, field observations, problems, and decisions.
f. Identification of problems that impede, will impede, or present the potential for
impeding planned progress. Identify corrective measures to regain projected
schedules.
g. Review Non-conforming work and status of correction.
h. Review of submittals schedule and status of submittals.
i. Review of off-site fabrication and delivery schedules.
j. Review Requests for Information status.
k. Review issuance of Supplemental Instructions.
l. Review Contract Modifications status, including any effect on coordination and
progress schedule.
m. Maintenance of quality and work standards.
n. Other business relating to Work.
5. Owner will record minutes and provide copies to Architect and Contractor for their
distribution to all parties affected by decisions or actions resulting from the meeting.
a. Required performance results.
b. Protection of construction and personnel.
3.04 COORDINATION PROCEDURES
A. Coordinate construction operations to ensure orderly and efficient installation of each part of
the Work, with due consideration of those features of the Work dependent on each other for
proper installation, connection, and operation. Ensure full accessibility for required
maintenance, service, and repair. Make adequate accommodations for items scheduled for
installation by others.
B. When necessary to assure coordination, provide memoranda for distribution to each party
involved, describing special coordination procedures. Include such items as required notices,
reports, and meetings.
1. Prepare similar memoranda for Owner and separate contractors if coordination of their
work is required.
C. Coordination Meetings: Owner will conduct coordination meetings at appropriate intervals.
Project coordination meetings are in addition to specific meetings held for other purposes,
such as progress and pre-installation meetings.
1. Required Attendees:
a. Architect and Architect’s consultants, as required
b. Contractor
c. Superintendent
d. Subcontractors
e. Suppliers
f. Other entities concerned with current progress or involved in planning, coordination,
or performance of future activities.
2. Agenda:
a. Scheduling.
b. Interface requirements.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 5
Philip Arnold Park Site Improvements May 9, 2022
c. Off-site fabrication.
d. Access requirements.
e. Site utilization.
f. Temporary facilities and controls.
g. Quality standards.
3.05 SUBMITTAL TYPES
A. Product Data: Manufacturer's standard published data. Product data includes, as applicable,
manufacturer's catalog cuts, written recommendations, specifications, and installation
instructions; factory installed wiring diagrams; printed performance curves; operational range
diagrams; compliance with recognized standards; testing agency labels, and other standard
information. Mark each copy to identify applicable products, models, options, and other data.
B. Shop Drawings: Project-specific information as depicted through fabrication and installation
drawings, dimensions (field and factory), roughing-in and setting diagrams, design
calculations, coordination requirements, and other project-specific information.
C. Samples for Selection: Manufacturer's accurately printed or actual samples showing full
range of available features, options, colors, textures, and patterns.
D. Samples for Verification: Project-specific samples of actual products, illustrating functional
and aesthetic characteristics and including all integral parts and attachment devices. Provide
actual finishes in selected colors, textures, and patterns.
E. Schedules: A form of shop drawing, typically presented in tabular form and summarizing key
features of the Work. Not to be confused with construction progress schedule specified in
Section 01 32 16.
F. Qualification Data: Written information demonstrating the capabilities and experience of a
firm or person.
G. Certificates: Written statements certifying compliance with requirements. Submit product,
installer, manufacturer, and material certificates on manufacturer's letterhead. Submit
welding certificates on AWS or WABO forms or as required by authorities having jurisdiction.
H. Test Reports: Reports written by a qualified testing agency, indicating and interpreting test
results of materials or products for compliance with requirements.
I. Inspection Reports: Reports written by a qualified inspection agency, indicating and
interpreting inspection results of materials, products, or assemblies for compliance with
requirements.
J. Research/Evaluation Reports: Written evidence, from a model code organization acceptable
to authorities having jurisdiction, that product complies with building code(s) in effect for
Project.
K. Manufacturer's Field Reports: Written information documenting factory-authorized service
representative's tests and inspections.
L. Project Record Documents, Operation & Maintenance Data, and Warranties and Bonds:
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 6
Philip Arnold Park Site Improvements May 9, 2022
Combination of submittal types, submitted at project closeout. See Section 01 78 00.
N. Material Safety Data Sheets: Submit directly to Owner.
O. Others as indicated.
3.06 SUBMITTALS FOR OWNER'S REVIEW
A. When the following are specified in individual sections, submit them for review:
1. Product data.
2. Shop drawings.
3. Samples for selection.
4. Samples for verification.
5. Schedules.
6. Qualification Data.
7. Division 1 submittals (plans, construction progress schedules, lists, reports, closeout
submittals, etc.) specified in individual Division 1 sections.
B. Submit to Owner for review for the limited purpose of checking for conformance with
information given and the design concept expressed in the Contract Documents.
C. Samples will be reviewed only for aesthetic, color, or finish selection.
D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES
article below and for record documents purposes described in Section 01 78 00 -
CLOSEOUT SUBMITTALS.
3.07 SUBMITTALS FOR PROJECT CLOSEOUT
A. When the following are specified in individual sections, submit them at project closeout:
1. Project record documents.
2. Operation and maintenance data.
3. Warranties.
4. Bonds.
5. Permits.
6. Other types as indicated.
B. Submit for Owner's benefit during and after project completion.
3.08 NUMBER OF COPIES OF SUBMITTALS
A. Submittals may be submitted electronically in a format or system acceptable to the Owner.
Access to the document shall not require special programming, software, or other proprietary
systems. Shop Drawings may be submitted electronically but will also require submission of
one full-size printed copy.
At the completion of the project, the contractor shall provide a complied digital record on a
storage device acceptable to the Owner. Additionally, they shall provide and one physical
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 30 00 – Administrative Requirements
Contract No. CAG-22-015 01 30 00 - 7
Philip Arnold Park Site Improvements May 9, 2022
copy of all project submittals, organized by specification sections and contained in 3-ring
binders with tabs, titles, and edge identification.
B. Superintendents Daily Report
1. For each Project calendar day beginning with the date of Notice to Proceed, prepare a
report concerning events at the Project site as follows:
a. List of subcontractors on site.
b. Number of personnel on site, and general responsibilities.
c. Equipment on site.
d. Material deliveries.
e. High and low temperatures and general weather conditions.
f. Accidents.
g. Meetings and significant decisions.
h. Unusual events, as described under Special Reports below.
i. Stoppages, delays, shortages, and losses.
j. Emergency procedures.
k. Orders and requests of authorities having jurisdiction.
l. Supplemental Instructions received and implemented.
m. Change Orders received and implemented.
n. Field Authorizations received, and documentation of activities covered under same.
o. Services connected and disconnected.
p. Equipment or system tests and startups.
Electronically transmit the daily reports to the Owner at Progress Meetings.
2. Special Reports: When an event of an unusual and significant nature occurs at Project
site, whether or not directly related to the Work, prepare and submit a special report
directly to the Owner within one day of the occurrence. List chain of events, persons
participating, and response by Contractor's personnel, evaluation of results or effects,
and similar information. Advise Owner in advance when these events are known or
predictable.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 32 16 – Construction Schedule
Contract No. CAG-22-015 01 32 16 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Construction progress schedule, bar chart type.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Division 1 Specification sections,
apply to this Section.
B. Section 01 10 00 - Summary: For work sequence, Owner occupancy, and Owner-furnished
items.
C. Section 01 20 00 - Payment Procedures: For schedule of values.
D. Section 01 30 00 – Administrative Requirements: For superintendent's daily progress reports.
1.03 REFERENCES
A. Comply with AGC (CPSM) - Construction Planning and Scheduling Manual; Associated
General Contractors of America; 2004.
1.04 SUBMITTALS
A. Construction Progress Schedule: Indicate complete construction sequence, from Notice to
Proceed through Final Completion.
1. Submit within 7 days of Notice to Proceed.
2. Include written certification that major contractors have reviewed and accepted proposed
schedule.
3. Submit updated schedule with each Application for Payment.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and completion
of each element of construction.
1. Break down work so that no activity is longer than 21 days, unless specifically allowed by
Owner.
2. List submittals, materials and installation as separate line items.
3. List all permit submittals showing submittal and anticipated issuance dates.
4. List all Owner supplied material delivery dates on schedule.
5. List all Work by Owner completion dates on schedule.
B. Identify each activity by specification section number.
C. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 32 16 – Construction Schedule
Contract No. CAG-22-015 01 32 16 - 2
Philip Arnold Park Site Improvements May 9, 2022
D. Indicate procurement activities for long-lead and major items, including submittal, approval,
and fabrication activities. See Section 01 30 00 for submittal review durations.
E. Coordinate content with schedule of values specified in Section 01 20 00.
F. Provide legend for symbols and abbreviations used.
G. Contract Modifications: For each proposed contract modification, and concurrent with its
submission, prepare a time-impact analysis using the current approved schedule to
demonstrate the effect of the proposed change on the overall project schedule.
3.02 BAR CHARTS
A. Include a separate bar for each major portion of Work or operation.
B. Identify the first workday of each week.
3.03 REVIEW AND EVALUATION OF SCHEDULE
A. Participate in joint review and evaluation of schedule with Owner and Architect at each
submittal.
B. Evaluate project status to determine work behind schedule and work ahead of schedule.
C. After review, revise as necessary as result of review, and resubmit within 5 days.
3.04 UPDATING SCHEDULE
A. Maintain schedules to record actual start and finish dates of completed activities.
B. Indicate progress of each activity to date of revision, with projected completion date of each
activity.
C. Annotate diagrams to graphically depict current status of Work.
D. Identify activities modified since previous submittal, major changes in Work, and other
identifiable changes.
E. Indicate changes required to maintain Date of Substantial Completion.
F. Submit reports required to support recommended changes.
G. Provide narrative report to define problem areas, anticipated delays, and impact on the
schedule. Report corrective action taken or proposed and its effect.
3.05 DISTRIBUTION OF SCHEDULE
A. Distribute copies of updated schedules to General Contractor's project site file, to
Subcontractors, suppliers, Architect and to the Owner.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in
schedules.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Administrative and procedural requirements for Quality assurance and Quality control.
B. Mock-ups.
C. Control of installation.
D. Tolerances.
E. Testing and inspection agencies and services.
F. Control of installation.
G. Tolerances.
H. Manufacturers' field services.
I. Defect Assessment.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and other Division 1 Specification sections, apply to this Section.
B. Section 01 42 00 - Definitions.
1.03 REFERENCE STANDARDS 01 40 00 – Quality Requirements.
A. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.
B. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory
Accreditation Program.
1.04 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and to ensure that proposed
construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work used to evaluate that actual product incorporated into the Work
comply with requirements. Services do not include Contract enforcement activities performed
by Architect.
1.05 SUBMITTALS
A. See Section 01 30 00 - ADMINISTRATIVE REQUIREMENTS, for submittal procedures.
B. Project Quality Plan (PQP): Submit within 14 days of the Notice to Proceed a written plan
detailing the organization and procedures proposed to achieve quality assurance and quality
control so that materials, products, workmanship, on-site and off-site fabrication,
construction, and operations are in compliance with the Contract Documents and within
generally accepted quality standards for similar work. Demonstrate a thorough knowledge of
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
Contract requirements. The PQP is intended to function as a "living document," anticipating
requirements and documenting results. At minimum, the PQP will include the following:
1. Qualification Data: For Contractor-provided testing agencies, to demonstrate their
capabilities and experience, include proof of qualifications in the form of a recent agency
inspection report performed by a recognized authority.
2. Schedule of Tests and Inspections: For all required tests and inspections. Prepare in
tabular form and include the following:
a. Specification Section number and title.
b. Description of test or inspection.
c. Identification of applicable standards.
d. Identification of test and inspection methods.
e. Number/frequency of tests and inspections required.
f. Time schedule (or time span) for tests and inspections.
g. Entity responsible for performing tests and inspections.
h. Requirements for obtaining samples.
i. Unique characteristics of each quality control service.
3. Test and Inspection Log: For use in Part 3 of this Section.
C. Superintendent Daily Reports: Submit at bi-monthly intervals.
D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses,
certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee
payments, judgments, correspondence, records, and similar documents, established for
compliance with standards and regulations bearing on performance of the Work.
1.06 QUALITY ASSURANCE
A. Delegated Design: Where professional design services or certifications by a design
professional are specifically required of Contractor, provide products and systems complying
with indicated performance and design criteria, or where not indicated, with performance and
design criteria of authorities having jurisdiction. In addition to shop drawings, product data,
and other required submittals, submit a statement, signed and sealed by the responsible
design professional, for each product and system specifically assigned to Contractor to be
designed or certified by a design professional, indicating that the products and systems are
in compliance with performance and design criteria indicated. Include the list of codes, loads,
and other factors used in performing these services.
1. Professional Engineer Qualifications: A professional legally qualified to practice in the
State of Washington and experienced in providing engineering services of the kind
indicated.
B. Basic Quality Assurance Qualifications: Wherever the Specifications refer to installers,
manufacturers, fabricators, specialists, or factory-authorized service representatives, provide
entities with the following qualifications:
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
1. Installer Qualifications: A firm or individual experienced in installing, erecting, or
assembling work similar in material, design, and extent to that indicated for this Project,
whose work has resulted in construction with a record of successful in-service
performance.
2. Manufacturer Qualifications: A firm experienced in manufacturing products or systems
similar to those indicated for this Project and with a record of successful in-service
performance.
3. Fabricator Qualifications: A firm experienced in producing products similar to those
indicated for this Project and with a record of successful in-service performance, as well
as sufficient production capacity to produce required units.
4. Specialists: Certain sections of the Specifications require that specific construction
activities be performed by recognized experts in those operations. Specialists shall
satisfy qualification requirements indicated and shall be engaged for the activities
indicated.
a. Requirements for specialists shall not supersede building codes and regulations
governing the Work.
5. Factory-Authorized Service Representative Qualifications: An authorized representative
of manufacturer who is trained and approved by manufacturer to inspect installation of
manufacturer's products similar in material, design, and extent to those indicated for this
Project.
1.07 QUALITY CONTROL
A. Owner will employ and pay for services of an independent Testing Agency to perform
construction materials testing and inspections services as indicated under the Structural
General Notes in the drawings.
B. Employment of agency in no way relieves Contractor of obligation to perform Work in
accordance with requirements of Contract Documents.
C. Preconstruction Testing: Where approval of materials, products, or equipment depends on
existing test results or preconstruction testing not specifically assigned to the Owner's
Testing Agency, Contractor shall provide evidence of test results or, if necessary, shall
arrange and pay for testing agency services.
1. Testing Agency Qualifications: An NRTL-recognized, NVLAP-accredited, or independent
agency with the experience and capability to conduct testing and inspecting indicated, as
documented according to ASTM E 548, and with additional qualifications specified in
individual sections and as required by authorities having jurisdiction.
1.08 SUBSTITUTIONS
A. The Owner and Architect will consider requests for Substitutions up to 10 days prior to bid
opening date. Approved Substitutions will be listed on Addenda.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
B. Substitutions may be considered after bid opening only when a Product becomes unavailable
through no fault of the Contractor.
C. Document each request with complete data substantiating compliance of proposed
Substitution with Contract Documents.
D. A request constitutes a representation that the Bidder/Contractor:
1. Has investigated proposed substitution Product and determined that it meets or
exceeds the quality level of the specified Product.
2. Will provide the same warranty for the substitution as for the specified Product.
3. Will coordinate installation and make changes to other work that may be required for
the Work to be complete with no additional cost to Owner.
4. Waives claims for additional costs or time extension that may subsequently become
apparent.
5. Will reimburse Owner for review or redesign services associated with re-approval by
authorities.
E. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals.
F. Substitution Submittal Procedure:
1. All substitution requests shall be accompanied with the Substitution Request Form,
completely filled out. Substitution Request Forms are found in the Specifications in
Section 01 40 10.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship, to produce Work of specified quality.
B. Comply with manufacturers' instructions, including each step-in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request clarification
from Owner before proceeding.
D. Comply with specified standards as minimum quality for the Work except where more
stringent tolerances, codes, or specified requirements indicate higher standards or more
precise workmanship.
E. Have Work performed by persons qualified to produce required and specified quality.
F. Verify that field measurements are as indicated on shop drawings or as instructed by the
manufacturer.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 5
Philip Arnold Park Site Improvements May 9, 2022
G. Secure products in place with positive anchorage devices designed and sized to withstand
stresses, vibration, physical distortion, and disfigurement.
3.02 MOCK-UPS
A. Before installing portions of the Work where mock-ups are required, construct mock-ups in
location and size indicated for each form of construction and finish required to comply with
the following requirements, using materials indicated for the completed Work. The purpose
of mock-up is to demonstrate the proposed range of aesthetic effects and workmanship.
B. Provide supervisory personnel who will oversee mock-up construction. Provide workers that
will be employed during the construction at Project.
C. Assemble and erect Mock-ups with specified materials, components, attachments,
anchorage devices, flashings, seals, and finishes.
D. Obtain Owner's approval of mock-ups before starting work, fabrication, or construction.
1. Owner will issue written comments within seven (7) working days of initial review and
each subsequent follow up review of each mock-up.
2. Make corrections as necessary until Owner's approval is issued.
E. Accepted mock-ups shall be a comparison standard for the remaining Work.
F. Mock-ups will be removed at completion of construction unless specified to remain. Where
allowed to remain, protect from all damage.
G. Where possible salvage and recycle the demolished mock-up materials.
3.03 TOLERANCES
A. Monitor fabrication and installation tolerance control of products to produce acceptable
Work. Tolerances will not be cumulative.
B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with
Contract Documents, request clarification from Owner before proceeding.
C. Adjust products to appropriate dimensions; position before securing products in place.
3.04 TEST AND INSPECTION LOG
A. Prepare and maintain a record of tests and inspections. Include the following:
1. Date of test or inspection.
2. Description of Work tested or inspected.
3. Identification of testing agency or special inspector conducting test or inspection.
4. Test or inspection results.
5. Date test or inspection results were transmitted to Owner.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 6
Philip Arnold Park Site Improvements May 9, 2022
B. Maintain log at Project site. Post additions and modifications as they occur. Provide access
to test and inspection log for Owner's reference during normal working hours and prior to
each Application for Payment.
3.05 TESTING AND INSPECTION
A. Testing Agency Duties:
1. Provide qualified personnel at site. Cooperate with Owner and Contractor in
performance of services.
2. Perform specified sampling and testing of products in accordance with specified
standards.
3. Ascertain compliance of materials and mixes with requirements of Contract Documents.
4. Promptly notify Owner, Architect and Contractor of observed irregularities or non-
conformance of Work or products.
5. Perform additional tests and inspections required by Owner.
6. Attend preconstruction meetings.
7. Submit reports of all tests/inspections specified.
B. Limits on Testing/Inspection Agency Authority:
1. Agency may not release, revoke, alter, or enlarge on requirements of Contract
Documents.
2. Agency may not approve or accept any portion of the Work.
3. Agency may not assume any duties of Contractor.
4. Agency has no authority to stop the Work.
C. Contractor Responsibilities:
1. Cooperate with laboratory personnel and provide access to the Work.
2. Provide incidental labor and facilities:
a. To provide access to Work to be tested/inspected.
b. To obtain and handle samples at the site or at source of Products to be
tested/inspected.
c. To facilitate tests/inspections.
d. To provide storage and curing of test samples.
3. Schedule tests and inspections with Testing Agency. Notify Owner, Architect and
laboratory 24 hours prior to expected time for operations requiring testing/inspection
services.
4. Employ services of an independent qualified testing laboratory and pay for additional
samples, tests, and inspections required by Contractor beyond specified requirements.
5. Arrange with Owner's agency and pay for additional samples, tests, and inspections
required by Contractor beyond specified requirements.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 00 – Quality Requirements
Contract No. CAG-22-015 01 40 00 - 7
Philip Arnold Park Site Improvements May 9, 2022
D. Re-testing required because of non-conformance to specified requirements shall be
performed by the same agency on instructions by Owner.
E. Re-testing required because of non-conformance to specified requirements shall be paid for
by Contractor by deducting testing charges from the Contract Sum.
3.06 MANUFACTURERS' FIELD SERVICES
A. When specified in individual specification sections, require material or product suppliers or
manufacturers to provide qualified staff personnel to observe site conditions, conditions of
surfaces and installation, quality of workmanship, as applicable, and to initiate instructions
when necessary.
B. Report observations and site decisions or instructions given to applicators or installers that
are supplemental or contrary to manufacturers' written instructions.
3.07 DEFECT ASSESSMENT
A. Replace Work or portions of the Work not conforming to contract document requirements.
B. If, in the opinion of Owner, it is not practical to remove and replace the Work, Owner will
direct an appropriate remedy or adjust payment.
C. Maintain a Log of Non-conforming work, tracking items from instance of identification to
resolution.
3.08 SUPERINDENDENT DAILY REPORTS
A. Write daily reports for each calendar day, beginning with date of Notice to Proceed, on
form(s) approved by Owner. Daily Reports will be factual records containing numerical data
of the Work and quality assurance and control activities. Identify deficiencies in daily reports
and in Non-Conforming Work Log as they occur and as they are resolved. Do not address
production issues unless they impact quality assurance or quality control.
B. Superintendent shall sign and date all reports. Verification shall include a statement that all
materials and products incorporated into the Work are in compliance with the terms of the
Contract except as noted.
C. Submit copies of daily reports at each Progress Meeting.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 10 – Product Substitution Request
Contract No. CAG-22-015 01 40 10 - 1
Philip Arnold Park Site Improvements May 9, 2022
TO: CITY OF RENTON Parks Planning & Natural Resources
Betsy Severtsen, Capital Projects Coordinator
Email to: bsevertsen@rentonwa.gov
PROJECT NAME:
CONTRACTOR:
We hereby submit for consideration the following product instead of specified item for above project:
Section Paragraph Specified Item
Proposed Substitution:
Attach complete dimensional information and technical data, including laboratory tests, if applicable.
Include complete information on changes to Drawings and/or Specifications, which proposed substitution
will require for its proper installation.
Submit with request all necessary samples and substantiating data to prove equal quality, performance, and
appearance to that which is specified. Clearly mark manufacturer's literature to indicate equality
performance. Differences in quality of materials and construction shall be indicated.
Fill in blanks below:
A. Reason for substitution request:
B. Does the substitution affect dimensions shown on Drawings:
Yes_____ No _____ If yes, clearly indicate changes.
C. Will the undersigned pay for changes to the design, including engineering and detailing costs
caused by the request substitution:
Yes _____ No _____Comment:
______________________________________________________________________________
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 10 – Product Substitution Request
Contract No. CAG-22-015 01 40 10 - 2
Philip Arnold Park Site Improvements May 9, 2022
______________________________________________________________________________
______________________________________________________________________________
D. What effect does this substitution have on other trades, other Contracts, and Contract completion
date:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
E. What effect does this substitution have on applicable code requirements:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
F. Differences between proposed substitution and specified item:
G. Manufacturer's guarantee of the proposed and specified items are:
Same _____ Different _______ (explain): ____________________________________
______________________________________________________________________________
H. List of names and addresses of three similar projects on which product was used, date of
installation, and Architect's name and address:
I. Cost and supplier of specified product:
J. Cost and supplier of proposed substitution product:
The undersigned attests function and quality equivalent or superior to specified items.
CERTIFICATION OF EQUAL PERFORMANCE :
AND ASSUMPTION OF LIABILITY FOR
EQUAL PERFORMANCE.
Submitted By:
Signature Title
Firm
Address
______________________________________
Telephone
______________________________________
Date
Signature must be by person having authority to legally bind the firm to the above term.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 40 10 – Product Substitution Request
Contract No. CAG-22-015 01 40 10 - 3
Philip Arnold Park Site Improvements May 9, 2022
ARCHITECT’S RECOMMENDATION:
Accepted:
Accepted as Noted:
Not Accepted:
Received Too Late:
By:
Date:
Remarks:
Concurrence by Architect: _________________________________________
OWNER’S ACCEPTANCE:
Accepted:
Accepted as Noted:
Not Accepted:
Received Too Late:
By:
Date:
Remarks:
Concurrence by Owner: _________________________________________
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 42 00 – Definitions
Contract No. CAG-22-015 01 42 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and other Division 1 Specification sections, apply to this Section.
1.02 SUMMARY
A. This section supplements the definitions contained in the General Conditions. In case of conflict,
the General Conditions will take precedence.
B. Other definitions are included in individual specification sections.
1.03 SPECIFICATION FORMAT AND CONTENT
A. Specifications Format: These Specifications are organized into Divisions and Sections based on
the Construction Specifications Institute's 2016 Master Format and City of Renton standards
B. Specification Content:
1. Language: This specification uses certain conventions in the use of language and the
intended meaning of certain terms, words and phrases when used in particular situations or
circumstances. These conventions are explained as follows:
a. Wording of the contract documents is abbreviated or streamlined and frequently
includes incomplete sentences.
1) Abbreviated word and terms shall be interpolated as sense requires. Singular
words shall be interpreted as plural and plural words interpreted as singular where
applicable to the context indicated.
b. These specifications are written in imperative mood. This imperative phraseology is
directed to the Contractor, unless specifically noted otherwise.
c. The terms "Shall", "Shall be", "Will", and "Will be" and similar words and phrases are
defined to have compulsory meaning.
2. Assignment of Specialists:
a. The specification requires that certain specific construction activities shall be performed
by specialists who are recognized experts in the operations to be performed. The
specialist must be engaged for those activities, and their assignments are requirements
over which the Contractor has no choice or option. However, the responsibility for
fulfilling Contract requirements remains with the Contractor.
b. This requirement shall not be interpreted to conflict with enforcement of building codes
and similar regulations governing the work. It is also not intended to interfere with local
trade union jurisdictional settlements and similar conventions.
c. Use of titles such as "carpentry" in not intended to imply that certain construction
activities must be performed by accredited or unionized individuals of a corresponding
generic name, such as "carpenter". It also does not imply that requirements specified
apply exclusively to tradespersons of the corresponding generic name.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 42 00 – Definitions
Contract No. CAG-22-015 01 42 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
d. The term "Installer" shall be used to refer to all specialists.
1.04 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the Contract.
B. Terminology - Certain terms used more generally throughout the contract documents are
defined as follows:
1. Addenda: Additions made to the contract documents during the bidding period. Used to
revise, delete, or add to any of the bidding requirements or contract documents.
2. Approve: Where used in conjunction with the Owner's response or submittals, requests,
applications, inquiries, reports, and claims by the Contractor, the meaning will be held to the
limitations of the Owner's responsibilities and duties as specified in Section 00 72 00,
General Conditions of the Contract.
3. Confirm: Confirm or verify dimension or condition and notify Owner of findings prior to
proceeding with the work.
4. Construction Documents: All of the written and graphic documents prepared and assembled
by the Owner for communicating the design and administering the construction contract.
They include the following categories: bidding requirements, contract forms, and conditions
of the contract, specifications, drawings, addenda and contract modifications. This term is
interchangeable with "contract documents".
5. Contract Documents: The legally enforceable requirements which become part of the
contract when the agreement is signed. Including the bid package, project manual and all
related documents including construction documents. See "construction documents" above.
6. Contract Modifications - After agreement has been signed, any additions, deletions, or
modifications to the work are accomplished by supplemental instructions or change order.
7. Directed: Where not otherwise explained, terms such as "directed", "requested",
"authorized", "selected", "approved", "permitted", "required", and "accepted" mean "directed
by the Owner ", "requested by the Owner ", etc. However, no such implied meaning will be
interpreted to extend the Architect's responsibility into the Contractor’s area of construction
supervision.
8. Drawings: Graphic representations of the work.
9. Furnish: To supply and deliver to project site, unload, and inspect for damage.
10. Install: To unpack, assemble, erect, apply, place, anchor, finish, cure, protect, clean, start
up, protect, and similar operations and make ready for use.
11. Installer: The person or entity engaged by the Contractor or its subcontractor or sub-
subcontractor for the performance of a particular unit of work at the project site, including
installations, erections, applications, and similar required operations. It is a general
requirement that installers be recognized experts in the work they are engaged to perform.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 42 00 – Definitions
Contract No. CAG-22-015 01 42 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
12. Product: Material, machinery, components, equipment, fixtures, and systems forming the
work result. Not materials or equipment used for preparation, fabrication, conveying, or
erection and not incorporated into the work result. Products may be new, never before
used, or re-used materials or equipment.
13. Project Manual: The book-sized (8 1/2 by 11-inch format and bound) volume that includes
the procurement requirements (if any), the contracting requirements, and the specifications.
14. Project Site: The space available to the Contractor for the performance of the work, either
exclusively or in conjunction with others performing other work as part of the project. The
extent of the project site is shown on the drawings and may or may not be identical with the
description of the land upon which the project is built.
15. Provide: To furnish and install, complete and ready for intended use.
16. Record Drawings: Drawings prepared by the Contractor to indicate construction changes,
including nature and location of concealed work.
17. Shop Drawings: Drawings, schedules, and other information prepared by the Contractor to
describe fabrication and installation of elements of the work.
18. Specifications: Define the qualitative requirements for products, materials and workmanship
upon which the contract is based.
19. Supply: Same as Furnish.
20. Testing Agency: An independent entity engaged to perform specific inspections or tests of
the work, both at the project site or elsewhere, and to report and, if required, to interpret the
results of those inspections or tests.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-22-015 01 50 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Temporary utilities.
B. Temporary telecommunications services.
C. Temporary sanitary facilities.
D. Temporary Controls: barriers, enclosures, fencing, etc.
E. Security requirements.
F. Vehicular access and parking.
G. Waste removal facilities and services.
H. Field offices.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and Division 1 specification sections, apply to this section.
1.03 TEMPORARY UTILITIES
A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum.
Allow other entities to use temporary services and facilities without cost, including but not limited
to, Owner, Architect, consultants, occupants of the project, testing agencies and authorities
having jurisdiction.
B. All costs associated with preparing utilities for use is the sole responsibility of the Contractor.
C. Usage costs for temporary site utilities will be provided the Contractor.
1.04 TELECOMMUNICATIONS SERVICES
A. Provide, maintain, and pay for telecommunications services to project site at time of project
mobilization.
1.05 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities for use during construction operations. Do not use public
facilities.
1.06 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction and staging/storage areas, to
prevent access to areas that could be hazardous to workers or the public and to protect existing
facilities and adjacent properties from damage from construction operations and demolition.
B. Protect stored materials, site, and structures from damage.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-22-015 01 50 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
1.07 FENCING
A. Construction: Commercial grade chain link fence. No orange roll-up type fencing is allowed.
B. Provide 6 foot (1.8 m) high fence around each construction site; equip with vehicular and
pedestrian gates with locks. Install fencing around entire Park site when under construction.
1.08 CONSTRUCTION AIDS
A. Provide, operate, and maintain a complete plan for fabricating, handling, conveying, installing
and erecting all Work required under the Contract. Maintain materials and equipment in safe
and efficient operating condition. Contractor shall be responsible for damages due to defective
materials and equipment and uses made thereof.
B. Furnish, install, and maintain for the duration of construction all required barricades, canopies,
warning signs, steps, bridges, platforms and other temporary construction necessary for proper
completion of the work. Maintain in compliance with all pertinent safety and other regulations.
1.09 SECURITY
A. Provide security and facilities to protect Work, and Owner's operations from unauthorized entry,
vandalism, or theft.
1.10 VEHICULAR ACCESS AND PARKING
A. Comply with regulations relating to use of park sidewalks, access to emergency facilities, and
access for emergency vehicles.
B. Provide and maintain access to fire hydrants, free of obstructions.
C. Provide means of removing mud from vehicle wheels before entering pedestrian walkways,
parking areas, park roads, and city streets.
D. Comply with City traffic and parking regulations.
E. Traffic Control Plan: Contractor will prepare, obtain and maintain a Traffic Control Plan approval
and permit from the City of Renton for all work associated with Union Avenue and work for the
park project.
F. Delivery and Storage: Conduct operations in such a manner as to avoid unnecessary
interference to existing pedestrian and vehicle traffic. Do not park vehicles in traffic lanes.
Provide flag persons, and traffic control signs and devices as required. Notify Owner in advance
of any unusually long or large deliveries. Storage of materials adjacent to the Project site
outside of the construction fence is not permitted unless authorized by the Owner.
1.11 WASTE REMOVAL
A. Provide waste removal facilities and services as required to maintain the site in clean and
orderly condition.
B. Provide containers with lids. Remove trash from site on a regular basis as needed.
C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-22-015 01 50 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
non-combustible containers; locate containers holding flammable material outside the structure
unless otherwise approved by the authorities having jurisdiction.
1.12 PROJECT IDENTIFICATION
A. Provide project identification sign of design and construction per Section 01 58 00.
1.13 EQUIPMENT
A. Fire Extinguishers: Portable, UL-rated, with extinguishing agent as required by locations and
classes of fire exposure.
1.14 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion
inspection.
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during construction to original condition.
D. Restore new permanent facilities used during construction to specify condition.
1.15 QUALITY ASSURANCE
A. Regulations: Comply with industry standards and applicable laws and regulations of authorities
having jurisdiction, including but not limited to:
1. Building code requirements
2. Health and safety regulations
3. Utility company regulations
4. Police, Fire department and rescue squad rules
5. Environmental protection regulations
B. Standards:
1. General: Comply with the following:
a. NFPA Code 241, "Building Construction and Demolition Operations".
b. ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition".
2. Recommendations: Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and
Services" prepared jointly by AGC and ASC for industry recommendations.
3. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for
temporary electrical service. Install service in compliance with NEC (NFPA 70).
C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility
before use. Obtain required certifications and permits.
1.16 PROJECT CONDITIONS
A. Conditions of Use:
1. Keep temporary services and facilities clean and neat in appearance. Operate in a safe and
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 50 00 – Temporary Facilities and Controls
Contract No. CAG-22-015 01 50 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
efficient manner.
2. Take necessary fire prevention measures.
3. Do not overload facilities or permit them to interfere with Owner's operations.
4. Do not allow hazardous, dangerous, or unsanitary conditions or public nuisances to develop
or persist on the site.
1.17 SUBMITTALS
A. Temporary Facilities Site Plan: Show temporary facilities, utility connections, staging areas and
parking areas for construction personnel.
B. Temporary Utilities: Prepare a schedule for Owner's approval indicating dates for
implementation and termination of each temporary utility provision.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 58 00 – Temporary Project Signage
Contract No. CAG-22-015 01 58 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Project identification sign.
1.02 QUALITY ASSURANCE
A. Design sign and structure to withstand 50 miles/hr (80 km/hr) wind velocity.
B. Sign Painter: Experienced as a professional sign painter for minimum three years.
C. Finishes, Painting: Adequate to withstand weathering, fading, and chipping for duration of
construction.
1.03 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements for submittal procedures.
PART 2 PRODUCTS
2.01 SIGN MATERIALS
A. Structure and Framing: New, wood, structurally adequate.
B. Sign Surfaces: Exterior grade plywood with medium density overlay, minimum 3/4 inch (19 mm)
thick, standard large size to minimize joints.
C. Paint and Primers: Exterior quality, two coats; sign background of white color.
D. Lettering: Exterior quality paint, contrasting colors.
2.02 PROJECT IDENTIFICATION SIGN
A. (2) Two painted signs, 4’x8’, bottom 6 feet (2 m) above ground. Locations to be directed by
Owner.
B. Content:
1. Project title, logo and name of Owner as indicated on Contract Documents.
2. Name of Architect/.
3. Name of Prime Contractor.
4. Contract Value.
5. Project Schedule
6. Funding Sources.
C. Graphic Design, Colors, Style of Lettering: See Appendix.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 58 00 – Temporary Project Signage
Contract No. CAG-22-015 01 58 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
PART 3 EXECUTION
3.01 INSTALLATION
A. Receive approval from Owner of signage design prior to installation at site.
B. Install project identification sign within 30 days after date fixed by Notice to Proceed.
C. Erect at designated locations, as directed by Owner.
D. Install sign surface plumb and level, with butt joints. Anchor securely.
3.02 REMOVAL
A. Remove signs, framing, supports, and foundations at completion of Project and restore the
area.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Examination, preparation, and general installation procedures.
B. Requirements for alterations work, including selective demolition, except removal, disposal,
and/or remediation of hazardous materials and toxic substances.
C. Pre-installation meetings.
D. Cutting and patching.
E. Surveying for laying out the work.
F. Cleaning and protection.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and Division 1 specification sections, apply to this section.
B. Section 01 50 00 - Temporary Facilities and Controls: Temporary exterior enclosures.
C. Section 01 74 00 - Construction Waste Management and Disposal: Additional procedures for
trash/waste removal, recycling, salvage, and reuse.
D. Section 01 78 00 – Closeout Submittals: O & M, Record Drawings and other documents due at
completion.
1.03 REFERENCE STANDARDS
A. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations;
2009.
1.04 SUBMITTALS
A. Qualification Data: For Land Surveyor (if used)
B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey
work.
1. Submit documentation verifying accuracy of survey work.
2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and
locations of the work are in conformance with Contract Documents.
3. Submit digital record survey for the project record in AutoCAD format. Note final location of
building, site improvements, benchmarks, and utilities.
C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects:
1. Structural integrity of any element of Project.
2. Integrity of weather exposed or moisture resistant element.
3. Efficiency, maintenance, or safety of any operational element.
4. Visual qualities of sight exposed elements.
5. Work of Owner or separate Contractor.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
6. Include in request:
a. Identification of Project.
b. Location and description of affected work.
c. Necessity for cutting or alteration.
d. Description of proposed work and products to be used.
e. Effect on work of Owner or separate Contractor.
f. Written permission of affected separate Contractor.
g. Date and time work will be executed.
D. Project Record Documents: Per Section 01 78 00 Closeout Submittals.
1.05 QUALIFICATIONS
A. For survey work, employ a land surveyor registered in State of Washington and acceptable to
Owner. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of
an Insurance Certificate.
B. For field engineering, employ a professional engineer of the discipline required for specific
service on Project, licensed in Washington.
1.06 PROJECT CONDITIONS
A. Dust Control: Execute work by methods to minimize raising dust from construction operations.
Provide positive means to prevent air-borne dust from dispersing into atmosphere and over
adjacent property.
B. Noise Control: Provide methods, means, and facilities to minimize noise produced by
construction operations.
C. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water,
and atmosphere from discharge of noxious, toxic substances, and pollutants produced by
construction operations. Comply with federal, state, and local regulations.
1.07 COORDINATION
A. See Section 01 10 00 Summary of Work for occupancy-related requirements.
B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to
ensure efficient and orderly sequence of installation of interdependent construction elements,
with provisions for accommodating items installed later.
C. Coordinate completion and clean-up of work of separate sections.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that existing site conditions and substructure surfaces are acceptable for subsequent
work. Start of work means acceptance of existing conditions.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
B. Verify that existing substructure is capable of structural support or attachment of the work being
applied or attached.
C. Examine and verify specific conditions described in individual specification sections.
D. Take field measurements before confirming product orders or beginning fabrication, to minimize
waste due to over-ordering or mis-fabrication.
E. Verify that utility services are available, of the correct characteristics, and in the correct
locations.
F. Prior to Demolition: Examine existing conditions prior to commencing work, including elements
subject to damage or movement during demolition. After uncovering existing work, assess
conditions affecting performance of work. Beginning of demolition means acceptance of existing
conditions.
3.02 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to
applying any new material or substance in contact or bond.
3.03 PRE-INSTALLATION MEETINGS
A. When required in individual specification sections, convene a pre-installation meeting at the site
prior to commencing work of the section.
B. Require attendance of parties directly affecting, or affected by, work of the specific section.
C. Notify Owner four days in advance of meeting date.
D. Prepare agenda and preside at meeting:
1. Review conditions of examination, preparation and installation procedures.
2. Review coordination with related work.
E. Record minutes and distribute copies within two days after meeting to participants, with two
copies to Architect, Owner, participants, and those affected by decisions made.
3.04 LAYING OUT THE WORK
A. Verify locations of survey control points prior to starting work.
B. Promptly notify Owner of any discrepancies discovered.
C. Contractor shall locate and protect survey control and reference points.
D. Control datum for survey is that indicated on Drawings.
E. Promptly report to Owner the loss or destruction of any reference point or relocation required
because of changes in grades or other reasons.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
F. Replace dislocated survey control points based on original survey control. Make no changes
without prior written notice to Owner.
G. Utilize recognized engineering survey practices.
H. Establish a minimum of two permanent benchmarks on site, referenced to established control
points. Record locations, with horizontal and vertical data, on project record documents.
I. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar
appropriate means:
1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility
locations, slopes, and invert elevations.
2. Grid or axis for structures.
J. Periodically verify layouts by same means.
K. Maintain a complete and accurate log of control and survey work as it progresses.
3.05 GENERAL INSTALLATION REQUIREMENTS
A. Install products as specified in individual sections, in accordance with manufacturer's
instructions and recommendations, and so as to avoid waste due to necessity for replacement.
B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated.
C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and
horizontal lines, unless otherwise indicated.
D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated.
E. Make neat transitions between different surfaces, maintaining texture and appearance.
3.06 CUTTING AND PATCHING
A. Whenever possible, execute the work by methods that avoid cutting or patching.
B. Perform whatever cutting and patching is necessary to:
1. Complete the work.
2. Saw cut existing work smooth to avoid damage to existing work to remain.
3. Fit products together to integrate with other work.
4. Provide openings for penetration of mechanical, electrical, and other services.
5. Match work that has been cut to adjacent work.
6. Repair areas adjacent to cuts to required condition.
7. Repair new work damaged by subsequent work.
8. Remove samples of installed work for testing when requested.
9. Remove and replace defective and non-conforming work.
C. Execute cutting and patching including excavation and fill:
1. To complete the work.
2. To uncover work in order to install improperly sequenced work.
3. To remove and replace defective or non-conforming work.
4. To remove samples of installed work for testing when requested.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 5
Philip Arnold Park Site Improvements May 9, 2022
5. To provide openings in the work for penetration of mechanical and electrical, and other
services.
6. To execute patching to complement adjacent work.
7. To fit materials and products to integrate with other work.
D. Execute work by methods, saw cutting, that avoid damage to other work and that will provide
appropriate surfaces to receive patching and finishing. In existing work, minimize damage and
restore to original condition.
E. Employ original installer to perform cutting for weather exposed and moisture resistant
elements, and sight exposed surfaces.
F. Restore work with new products in accordance with requirements of Contract Documents.
G. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
H. Cutting:
1. Cut work by methods that will not damage work to be retained and work adjoining. Review
proposed procedure(s) with original installer where possible and comply with its
recommendations.
2. Where cutting is required, cut work with sawing, drilling, coring and grinding tools.
Pneumatic hammering and chopping tools not allowed without prior approval.
J. Patching:
1. Finish patched surfaces to match finish that existed prior to patching. Patch with seams
which are durable and invisible as possible. Comply with specified tolerances of the work.
On continuous surfaces, refinish to nearest intersection or natural break. For an assembly,
refinish entire unit.
2. Restore exposed finishes of patched areas and, where necessary, extend finish restoration
onto retained work adjoining in a manner which will eliminate evidence of patching.
3. Where feasible, inspect and test patched areas to demonstrate integrity of work.
4. Match color, texture, and appearance.
5. Repair patched surfaces that are damaged, lifted, discolored, or showing other
imperfections due to patching work. If defects are due to condition of substrate, repair
substrate prior to repairing finish.
3.07 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly
condition.
B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed
or remote spaces, prior to enclosing the space.
C. Broom and vacuum clean interior areas prior to start of surface finishing and continue cleaning
to eliminate dust.
D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose
off-site; do not burn or bury.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 6
Philip Arnold Park Site Improvements May 9, 2022
3.08 PROTECTION OF INSTALLED WORK
A. Protect installed work from damage by construction operations.
B. Provide special protection where specified in individual specification sections.
C. Provide temporary and removable protection for installed products. Control activity in immediate
work area to prevent damage.
D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings.
E. Protect cast concrete to remain exposed in the finished building, finished floors, stairs, roofing
and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting
with durable sheet materials.
F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary,
obtain recommendations for protection from waterproofing or roofing material manufacturer.
G. Prohibit traffic from landscaped areas.
H. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if
possible.
3.09 CLOSE-OUT COORDINATION
A. See Section 01 10 00 for occupancy-related requirements.
B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to
ensure efficient and orderly sequence of installation of interdependent construction elements,
with provisions for accommodating items installed later.
C. Notify affected utility companies and comply with their requirements.
D. Verify that utility requirements and characteristics of new operating equipment are compatible
with building utilities. Coordinate work of various sections having interdependent responsibilities
for installing, connecting to, and placing in service, such equipment.
E. Coordinate space requirements, supports, and installation of mechanical and electrical work that
are indicated diagrammatically on Drawings. Follow Coordination Drawings routing shown for
pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building.
Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and
for repairs.
F. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the
construction. Coordinate locations of fixtures and outlets with finish elements.
G. Coordinate completion and clean-up of work of separate sections.
3.10 SUBSTANTIAL COMPLETION
A. Substantial Completion is defined in the General Conditions
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 7
Philip Arnold Park Site Improvements May 9, 2022
B. Preliminary Procedures: Before requesting inspection for determining date of Substantial
Completion, complete the following. List items below that are incomplete in request, provide
detailed work plan to complete each item and anticipated dates of completion.
1. Submit Contractor's Punch List. For each item, include the dollar value of Work remaining,
and reasons why the Work is not complete.
2. Submit substantial completion checklist.
3. Advise Owner of pending insurance changeover requirements.
4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to
services and utilities. Include occupancy permits, operating certificates, and similar
releases.
5. Prepare and submit initial Operation and Maintenance Manuals, damage or settlement
surveys, property surveys, and similar final record information.
6. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's
personnel of changeover in security provisions.
7. Participate in commissioning in accordance with individual specification section
requirements.
8. Submit test/adjust/balance records.
9. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
10. Submit changeover information related to Owner's occupancy, use, operation, and
maintenance.
11. Complete final cleaning requirements.
12. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual
defects.
C. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of
request, Owner and Architect will either proceed with inspection or notify Contractor of unfulfilled
requirements. During inspection, Owner /Architect will verify submitted Contractor's Punch List
and will add or deduct items as necessary to form the Owner’s/Architect’s Substantial
Completion Punch List. The Owner’s/Architect’s Substantial Completion Punch List will
subsequently be provided to the Contractor for resolution. Owner/Architect will prepare the
Certificate of Substantial Completion after inspection or will notify Contractor of items, either on
the Contractor's Punch List or the Owner’s/ Architect’s Substantial Completion Punch List that
must be completed or corrected before certificate will be issued.
1. Re-inspection: If, following Owner’s/Architect’s inspection, Certificate of Substantial
Completion is not granted, request re-inspection when the Work identified as incomplete is
completed or corrected. Unless waived by Owner, a deductive Change Order for A/E costs
will be executed for all Substantial Completion re-inspections.
2. Results of completed inspection will form the basis of requirements for Final Completion.
D. Checklist: In order to certify, Substantial Completion, all elements on the Substantial Completion
Checklist (attached to this section) MUST be complete.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 8
Philip Arnold Park Site Improvements May 9, 2022
3.11 FINAL COMPLETION
A. Preliminary Procedures: Before requesting final inspection for determining date of Final
Completion, complete the following:
1. Submit specific warranties, workmanship bonds, maintenance service agreements, final
certifications, and similar documents.
2. Submit copy of Engineer's Substantial Completion Punch List, with signed and dated
certification by the QAM stating that every item has been completed or otherwise resolved
for acceptance.
3. Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
4. Prepare and submit Project Record Documents, final Operation and Maintenance Manuals,
damage or settlement surveys, property surveys, and similar final record information.
5. Deliver tools, spare parts, extra materials, accessory keys, and similar items to location
designated by Owner. Label with manufacturer's name and model number where
applicable. Except where impractical, provide parts and materials in original unopened
packaging. Permanently label all accessory keys.
6. Complete any deferred testing as defined in technical specifications.
7. Submit pest-control final inspection report and certification.
8. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems.
9. Submit Application for Final Payment and required support documentation and certifications
according to Division 1 Section "Payment Procedures."
B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request,
Architect will either proceed with inspection or notify Contractor of unfulfilled requirements and
notify Owner of their findings. Owner will certify Application for Final Payment after inspection or
will notify Contractor of construction that must be completed or corrected before certificate will
be issued.
1. Re-inspection: Request re-inspection when the Work identified in previous inspections as
incomplete is completed or corrected. Unless waived by Owner, a deductive Change Order
for A/E costs will be executed for Final Completion re-inspections greater than one in
number.
C. Checklist: In order to certify, Final Completion, all elements on the Final Completion Checklist
(attached to this section) MUST be complete.
3.12 LIST OF INCOMPLETE ITEMS (CONTRACTOR'S PUNCH LIST)
A. General: The QAM shall prepare a single list of items to be completed and corrected. Include
name and identification of each space and area affected by construction operations for
incomplete items and items needing correction including, if necessary, areas disturbed by
Contractor that are outside the limits of construction. Use layout provided in electronic format by
Engineer. Submit three copies of list.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 70 00 – Execution and Closeout Requirements
Contract No. CAG-22-015 01 70 00 - 9
Philip Arnold Park Site Improvements May 9, 2022
3.13 FINAL CLEANING
A. Execute final cleaning prior to Substantial Completion.
B. Use cleaning materials that are nonhazardous.
C. Clean surfaces exposed to view; remove temporary labels, stains and foreign substances.
D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the
surface and material being cleaned.
E. Clean site: sweep paved areas, rake clean landscaped surfaces.
F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site;
dispose of in legal manner; do not burn or bury.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-22-015 01 74 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 WASTE MANAGEMENT REQUIREMENTS
A. Owner requires that this project generate the least amount of trash and waste possible.
B. Employ processes that ensure the generation of as little waste as possible due to error, poor
planning, breakage, mishandling, contamination, or other factors.
C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as
economically feasible.
D. Required Recycling, Salvage, and Reuse: The following may not be disposed of in landfills or by
incineration:
1. Aluminum and plastic beverage containers.
2. Corrugated cardboard.
3. Wood pallets.
4. Treated wood.
5. Metals, including packaging banding, metal studs, sheet metal, structural steel, piping,
reinforcing bars, and other items made of steel, iron, galvanized steel, stainless steel,
aluminum, copper, zinc, lead, brass, and bronze.
6. Glass.
7. Plastic sheeting.
E. Contractor shall develop and follow a Waste Management Plan designed to implement these
requirements.
F. Methods of trash/waste disposal that are not acceptable are:
1. Burning on the project site.
2. Burying on the project site.
3. Dumping or burying on other property, public or private.
4. Other illegal dumping or burying.
G. Regulatory Requirements: Contractor is responsible for knowing and complying with regulatory
requirements, including but not limited to Federal, State, and King County requirements,
Ordinance 18166 codified in King County Code Chapter 10.30, Construction and Demolition
Waste, and City of Renton requirements pertaining to legal disposal of all construction and
demolition waste materials.
1.02 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and Division 1 specification sections, apply to this section.
B. Section 01 30 00 - Administrative Requirements: Additional requirements for project meetings,
reports, submittal procedures, and project documentation.
C. Section 01 50 00 - Temporary Facilities and Controls: Additional requirements related to
trash/waste collection and removal facilities and services.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-22-015 01 74 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
D. Section 01 70 00 - Execution and Closeout Requirements: Trash/waste prevention procedures
related to demolition, cutting and patching, installation, protection, and cleaning.
1.03 DEFINITIONS
A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, adhesives, glues,
or the like.
B. Construction and Demolition Waste: Solid wastes typically including building materials,
packaging, trash, debris, and rubble resulting from construction, repair and demolition
operations.
C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitability, corrosively,
toxicity or reactivity.
D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitability,
corrosively, toxicity, or reactivity.
E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of
exposure.
F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and
remanufactured into a new product for reuse by others.
G. Recycle: To remove a waste material from the project site to another site for remanufacture into
a new product for reuse by others.
H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other
discarded materials for the purpose of using the altered form. Recycling does not include
burning, incinerating, or thermally destroying waste.
I. Return: To give back reusable items or unused products to vendors for credit.
J. Reuse: To reuse a construction waste material in some manner on the project site.
K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others.
L. Sediment: Soil and other debris that has been eroded and transported by storm or well
production run-off water.
M. Source Separation: The act of keeping different types of waste materials separate beginning
from the first time they become waste.
N. Toxic: Poisonous to humans either immediately or after a long period of exposure.
O. Trash: Any product or material unable to be reused, returned, recycled, or salvaged.
P. Waste: Extra material or material that has reached the end of its useful life in its intended use.
Waste includes salvageable, returnable, recyclable, and reusable material.
1.04 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Waste Management Plan: Include the following information:
1. Analysis of the trash and waste projected to be generated during the entire project
construction cycle, including types and quantities.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-22-015 01 74 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
2. Landfill Options: The name, address, and telephone number of the landfill(s) where
trash/waste will be disposed of, the applicable landfill tipping fee(s), and the projected cost
of disposing of all project trash/waste in the landfill(s).
3. Landfill Alternatives: List all waste materials that will be diverted from landfills by reuse,
salvage, or recycling.
4. Meetings: Describe regular meetings to be held to address waste prevention, reduction,
recycling, salvage, reuse, and disposal.
5. Materials Handling Procedures: Describe the means by which materials to be diverted from
landfills will be protected from contamination and prepared for acceptance by designated
facilities; include separation procedures for recyclables, storage, and packaging.
6. Transportation: Identify the destination and means of transportation of materials to be
recycled, i.e. whether materials will be site-separated and self-hauled to designated
centers, or whether mixed materials will be collected by a waste hauler.
C. Waste Disposal Reports: Submit at specified intervals, with details of quantities of trash and
waste, means of disposal or reuse, and costs; show both totals to date and since last report.
1. Submit updated Report with each Application for Progress Payment; failure to submit
Report will delay payment.
2. Submit Report on a form acceptable to Owner.
3. Landfill Disposal: Include the following information:
a. Identification of material.
b. Amount, in tons or cubic yards (cubic meters), of trash/waste material from the project
disposed of in landfills.
c. State the identity of landfills, total amount of tipping fees paid to landfill, and total
disposal cost.
d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and
cost.
4. Recycled and Salvaged Materials: Include the following information for each:
a. Identification of material, including those retrieved by installer for use on other projects.
b. Amount, in tons or cubic yards (cubic meters), date removed from the project site, and
receiving party.
c. Transportation cost, amount paid or received for the material, and the net total cost or
savings of salvage or recycling each material.
d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and
cost.
e. Certification by receiving party that materials will not be disposed of in landfills or by
incineration.
5. Material Reused on Project: Include the following information for each:
a. Identification of material and how it was used in the project.
b. Amount, in tons or cubic yards (cubic meters).
c. Include weight tickets as evidence of quantity.
6. Other Disposal Methods: Include information similar to that described above, as appropriate
to disposal method.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 74 00 – Construction Waste Management and Disposal
Contract No. CAG-22-015 01 74 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 WASTE MANAGEMENT PROCEDURES
A. See Section 01 30 00 for additional requirements for project meetings, reports, submittal
procedures, and project documentation.
B. See Section 01 50 00 for additional requirements related to trash/waste collection and removal
facilities and services.
C. See Section 01 70 00 for trash/waste prevention procedures related to demolition, cutting and
patching, installation, protection, and cleaning.
3.02 WASTE MANAGEMENT PLAN IMPLEMENTATION
A. Manager: Designate an on-site person or persons responsible for instructing workers and
overseeing and documenting results of the Waste Management Plan.
B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each
subcontractor, Owner, and Engineer.
C. Instruction: Provide on-site instruction of appropriate separation, handling, and recycling,
salvage, reuse, and return methods to be used by all parties at the appropriate stages of the
project.
D. Meetings: Discuss trash/waste management goals and issues at project meetings.
1. Pre-construction meeting.
2. Regular job-site meetings.
E. Facilities: Provide specific facilities for separation and storage of materials for recycling,
salvage, reuse, return, and trash disposal, for use by all contractors and installers.
1. Provide containers as required.
2. Provide adequate space for pick-up and delivery and convenience to subcontractors.
3. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to
avoid contamination of materials.
F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable
regulations.
G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products
in order to prevent contamination of materials and to maximize recyclability of identified
materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to
prevent contamination of recyclable materials.
H. Reuse of Materials On-Site: Set aside, sort, and protect separated products in preparation for
reuse.
I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site.
END OF SECTION
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-22-015 01 78 00 - 1
Philip Arnold Park Site Improvements May 9, 2022
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Project Record Documents.
B. Operation and Maintenance Data.
C. Warranties and bonds.
1.02 RELATED REQUIREMENTS
A. Drawings and general provisions of the Contract, including General and Supplemental
Conditions and Division 1 specification sections, apply to this section.
B. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings,
product data, and samples.
C. Section 01 70 00 - Execution and Closeout Requirements: Contract closeout procedures.
Substantial Completion and Final Completions Checklists.
D. Individual Product Sections: Specific requirements for operation and maintenance data.
E. Individual Product Sections: Warranties required for specific products or Work.
1.03 SUBMITTALS
A. Project Record Documents: Submit documents to Owner with claim for final Application for
Payment.
B. Operation and Maintenance Data:
1. Submit PDF preliminary draft or proposed formats and outlines of contents at least 10
days before requesting inspection for Substantial Completion. Owner/Architect will review
draft and return one copy with comments.
2. For equipment, or component parts of equipment put into service during construction and
operated by Owner, submit completed documents within ten days after acceptance.
3. Submit completed documents 15 days prior to final inspection. This will be reviewed and
returned after final inspection, with Owner/Architect comments. Revise content of all
document sets as required prior to final submission.
4. Submit revised final documents in final form within 10 days after final inspection.
C. Warranties and Bonds:
1. For equipment or component parts of equipment put into service during construction with
Owner's permission, submit documents within 10 days after acceptance.
2. Make other submittals within 10 days after Date of Substantial Completion, prior to final
Application for Payment. Provide original hardcopy in binder and digital copy as PDF,
provide tabs for all future items.
3. For items of Work for which acceptance is delayed beyond Date of Substantial
Completion, submit within 10 days after acceptance, listing the date of acceptance as the
beginning of the warranty period.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-22-015 01 78 00 - 2
Philip Arnold Park Site Improvements May 9, 2022
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 RECORD DRAWINGS
A. Record Prints: Maintain one full-size set of full-size hard copy black and white prints of the
Contract Drawings and Shop Drawings.
1. Identification: In red ink and block letters, label each Record Drawing, including cover
sheets, "PROJECT RECORD DRAWING" in a prominent location on title block. Show all
addenda changes on the applicable drawing sheet or specification section.
2. Preparation: Mark Record Prints to show the actual installation where installation varies
from that shown originally. Require individual or entity who obtained record data, whether
individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up
Record Prints.
a. Give particular attention to information on concealed elements that would be difficult
to identify or measure and record later.
b. Accurately record information in an understandable drawing technique.
c. Record data as soon as possible after obtaining it. Record and check the markup
before enclosing concealed installations.
3. Content: Types of items requiring marking include, but are not limited to, the following:
a. Dimensional changes to Drawings.
b. Revisions to details shown on Drawings.
c. Changes made by Change Order.
d. Changes made by Supplemental Instruction.
e. Details not on the original Contract Drawings.
f. Field records for variable and concealed conditions.
g. Record information on the Work that is shown only schematically.
4. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing
actual physical conditions, completely and accurately. If Shop Drawings are marked, show
cross-reference on the Contract Drawings.
5. Mark record sets with erasable, red-colored pencil. Use other reproducible colors to
distinguish between changes for different categories of the Work at same location.
6. Mark important additional information that was either shown schematically or omitted from
original Drawings.
7. Note alternate numbers, Change Order numbers, Supplemental Instruction numbers, and
similar identification, where applicable.
B. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings
where Engineer determines that neither the original Contract Drawings nor Shop Drawings are
suitable to show actual installation.
1. New Drawings may be required when a Change Order is issued as a result of accepting an
alternate, substitution, or other modification.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-22-015 01 78 00 - 3
Philip Arnold Park Site Improvements May 9, 2022
2. Consult Owner for proper scale and scope of detailing and notations required to record the
actual physical installation and its relation to other construction. Integrate newly prepared
Record Drawings into Record Drawing sets; comply with procedures for formatting,
organizing, copying, binding, and submitting. Include title blocks matching original drawings
and assign appropriate sheet numbers.
C. Binding: Organize Record Prints and newly prepared Record Drawings into manageable sets and
create organized, tabbed PDFs at full scale. Include identification on cover sheets and tabs.
3.02 RECORD SPECIFICATIONS
A. General: Annotate by striking out products/manufacturers not included in the work to provide a
record of selections made.
1. Note related Change Orders, Record Product Data, and Record Drawings where
applicable.
B. Mark Specifications to indicate the actual product installation where installation varies from that
indicated in Specifications. Include addenda and contract modifications.
1. Give particular attention to information on concealed products and installations that cannot
be readily identified and recorded later.
2. Create a PDF copy with each section tabbed.
3.03 RECORD PRODUCT DATA
A. Where the actual product or installation varies substantially from that indicated in previously
submitted and approved Product Data, submit Record Product Data marked to indicate actual
condition.
1. Give particular attention to information on concealed products and installations that cannot
be readily identified and recorded later.
2. Include significant changes in the product delivered to Project site and changes in
manufacturer's written instructions for installation.
3. Note related Change Orders, Record Specifications, and Record Drawings where
applicable.
4. Where Record Product Data is required as part of Operation and Maintenance Manuals,
submit marked-up Product Data as an insert in manual instead of submittal as Record
Product Data.
3.04 MISCELLANEOUS RECORD SUBMITTALS
A. Assemble miscellaneous records required by other Specification Sections for miscellaneous
record keeping and submittal in connection with actual performance of the Work. Provide full size
PDFs in an organized and tabbed file for miscellaneous records and identify each.
3.05 O&M MANUALS, GENERAL
A. Provide PDF files that are organized by section and file and fully tabbed and labeled. Provide files
in original size, oriented and rotated in the document to read from top to bottom or screen. Scan
or save files at a resolution suitable to clearly read all information at original size. Do not use
overly large file sizes. Where operation and maintenance documentation includes information
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-22-015 01 78 00 - 4
Philip Arnold Park Site Improvements May 9, 2022
furnished by multiple sources, assemble and coordinate information into a comprehensive whole.
Eliminate all redundant, inapplicable, or unnecessary information so that submitted
documentation reflects only actual installation. The QAM is responsible for final assembly of
manuals.
B. Identify each system, subsystem, and piece of equipment with same designation used in the
Contract Documents. If no designation exists, assign a designation according to
ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building
Systems."
C. Directory: Provide a separate directory PDF file summarizing the contents of all O&M Manuals.
Include a section in the directory for each of the following:
1. Tables of Contents: Include a table of contents for each O&M Manual.
2. List of Systems and Subsystems: List systems alphabetically. Include references to O&M
Manuals that contain information about each system, and separate references to
Specification Sections in which each system or subsystem is addressed.
3. List of Equipment: List equipment for each system, organized alphabetically by system. For
pieces of equipment not part of system, list alphabetically in separate list.
D. Organization: Unless otherwise indicated, organize each manual into a separate section for each
system and subsystem, and a separate section for each piece of equipment not part of a system.
Each manual shall contain the following materials, in the order listed:
1. Title page.
2. Table of contents.
3. Manual contents.
E. Title Page: Tab and label the title page. Include the following information:
1. Subject matter included in manual.
2. Name and address of Project.
3. Name and address of Owner.
4. Date of submittal.
5. Name, address, and telephone number of Contractor.
6. Name and address of Engineer.
7. Cross-reference to related systems in other O&M Manuals.
F. Table of Contents: List each product included in manual, identified by product name, indexed to
the content of the volume, and cross-referenced to Specification Section number in Project
Manual.
1. If operation or maintenance documentation requires more than one volume to
accommodate data, include comprehensive table of contents for all volumes in each
volume of the set.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-22-015 01 78 00 - 5
Philip Arnold Park Site Improvements May 9, 2022
G. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by
system, subsystem, and equipment. If possible, assemble instructions for subsystems,
equipment, and components of one system into a single binder.
1. Files: File type and format as approved by Owner. Documents shall be PDFs in 8-1/2-by-
11-inch format.
a. If two or more files are necessary to accommodate data of a system, organize data
in each into groupings by subsystem and related components. Cross-reference other
files if necessary to provide essential information for proper operation or maintenance
of equipment or system.
b. Identify each file," Project title or name, and subject matter of contents. Indicate
volume number for multiple-volume sets. Use layout supplied by Owner in electronic
format approved by Owner.
2. Dividers: Reinforced heavy-paper dividers with plastic-covered tabs for each section. Mark
each tab to indicate contents. Include typed list of products and major components of
equipment included in the section on each divider, cross-referenced to Specification
Section number and title of Project Manual.
3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic
software media for computerized electronic equipment.
4. Supplementary Text: Prepared on 8-1/2-by-11-inch white bond paper.
5. Drawings: Scan at original size at resolution suitable to read all documentation on the
drawing sheet. Do not use higher than necessary resolution resulting in overly large files.
3.06 PRODUCT MAINTENANCE COMPONENT OF O&M MANUALS
A. Content: Organize digital PDF manual into a separate section for each product, material, and
finish. Include source information, product information, maintenance procedures, repair materials
and sources, and warranties and bonds, as described below.
B. Source Information: List each product included in manual, identified by product name and
arranged to match manual's table of contents. For each product, list name, address, and
telephone number of Installer or supplier and maintenance service agent, and cross-reference
Specification Section number and title in Project Manual.
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture.
4. Material and chemical composition.
5. Reordering information for specially manufactured products.
D. Maintenance Procedures: Include manufacturer's written recommendations and the following:
1. Inspection procedures.
2. Types of cleaning agents to be used and methods of cleaning.
3. List of cleaning agents and methods of cleaning detrimental to product.
4. Schedule for routine cleaning and maintenance.
5. Repair instructions.
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 78 00 – Closeout Submittals
Contract No. CAG-22-015 01 78 00 - 6
Philip Arnold Park Site Improvements May 9, 2022
E. Repair Materials and Sources: Include lists of materials and local sources of materials and related
services.
F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and
conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
3.07 SYSTEMS AND EQUIPMENT MAINTENANCE COMPONENT OF O&M MANUALS
A. Content: For each system, subsystem, and piece of equipment not part of a system, include
source information, manufacturers' maintenance documentation, maintenance procedures,
maintenance and service schedules, spare parts list and source information, maintenance service
contracts, and warranty and bond information, as described below.
B. Source Information: List each system, subsystem, and piece of equipment included in manual,
identified by product name and arranged to match manual's table of contents. For each product,
list name, address, and telephone number of Installer or supplier and maintenance service agent,
and cross-reference Specification Section number and title in Project Manual.
C. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and
conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
3.08 WARRANTIES AND BONDS
A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers,
and manufacturers, within 10 days after completion of the applicable item of work. Except for
items put into use with Owner's permission, leave date of beginning of time of warranty until the
Date of Substantial completion is determined.
B. Verify that documents are in proper form, contain full information, and are notarized.
C. Co-execute submittals when required.
D. Retain warranties and bonds until time specified for submittal.
E. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders
with durable plastic no-print-transfer-type covers.
F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of
Project; name, address and telephone number of Contractor and equipment supplier; and name
of responsible company principal.
G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project
Manual, with each item identified with the number and title of the specification section in which
specified, and the name of product or work item.
H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing.
Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier,
and manufacturer, with name, address, and telephone number of responsible principal.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 1 of 8
SECTION 02 41 00
SITE DEMOLITION
PART 1 GENERAL
1.01 SUMMARY
A. Furnish all materials, equipment, labor, and related items necessary to complete the
work shown on the Contract Drawings and/or Contract Specifications. The items of
work to be performed shall include but are not limited to all items shown on Contract
Drawings. In summary these include:
1. Selective site clearing & grubbing.
2. Protecting existing utilities, lighting, and services.
3. Protecting existing site elements to remain.
4. Partially demolish the existing irrigation system.
5. Protecting the existing irrigation point‐of‐connection, pump, water meters, and
water line and provide continuous water service to the existing irrigation system
in the ballfield throughout construction.
6. Remove select existing trees.
7. Protection of existing trees to remain.
8. Remove existing community building, utilities, and appurtenances.
9. Cap and abandon existing utilities per City of Renton standards.
10. Remove existing picnic shelter.
11. Remove existing curbs, asphalt paving, concrete paving, site furnishings,
playground items, and other items.
12. Remove and salvage of existing site furnishings and light fixture items; and
returning to City of Renton.
1.02 RELATED WORK
A. Related work in other sections of these Specifications includes but is not limited to:
1. Specification 01 50 00 – TEMPORARY FACILITIES AND CONTROLS.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 2 of 8
2. Specification 01 74 19 – CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL.
3. Specification 31 10 00 – SITE PREPARATION.
4. Specification 31 23 13 – SUBGRADE PREPARATION.
5. Specification 31 23 16 – EXCAVATION.
6. Specification 31 23 23.00 – FILL AND BACKFILL.
7. Specification 31 23 23.15 – TRENCH BACKFILL.
8. Specification 32 90 00 – PLANTING.
1.03 REFERENCES
A. This specification section incorporates by reference the latest revisions of the
following documents.
1. Specification Appendix C – Building Asbestos and Lead Assessment Report.
2. City of Renton Standard Details for removal, capping, and abandoning
underground utility lines; most current version.
1.04 QUALITY ASSURANCE
A. For the handling and disposal of Hazardous and/or Dangerous Waste materials the
following requirements shall apply:
1. The Contractor’s disposal company and transporter shall have their TSD State and
Federal Waste Generation ID’s and shall be currently certified to handle the
specified waste substances.
2. The Contractor or disposal sub‐contractor shall be capable of both recycling of
usable materials and recovery/disposal of Hazardous/Dangerous Waste
substances.
3. Removal of Asbestos Containing Materials (ACM) must be conducted by a State of
Washington certified asbestos abatement contractor.
4. Comply with all rules, regulations, and requirements of the State of Washington
Occupational Safety and Health (OSHA), Washington State Industrial Safety and
Health Act (WISHA), Puget Sound Clean Air Authority (PSCAA), Washington State
Department of Ecology (DOE) and the Washington State Department of Labor and
Industries (L&I) for asbestos abatement and removal of lead. Refer to Appendix C
– Building Asbestos and Lead Assessment Report.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 3 of 8
1.05 SUBMITTALS
A. Submit copy of State of Washington Asbestos Abatement Certification prior to removal
of ACM.
B. Disposal Certification per section 3.12 B.
1.06 PROTECTION
A. Provide protective cover and barriers as necessary to prevent damage and straining to
all existing site improvements to remain during construction.
B. Install temporary erosion control facilities and tree protection prior to commencing
demolition operations in accordance with Specification 01 50 00 and as indicated on
the Contract Drawings.
C. Provide Tree Protection in accordance as indicated on the Contract Drawings.
D. Contact respective utility maintenance agencies to verify location of active utilities
prior to excavation. Keep active utilities intact and in continuous operation. Protect
active utility pipes and electrical systems encountered, as well as notify persons
owning same.
E. Protect neighboring property, occupants of said property, customers, visitors, passers‐
by from injury and discomfort caused by dust or debris.
F. Maintain street and site drains, catch basins, and sewers open for free drainage.
1.07 STORAGE AND HANDLING OF SALVAGED MATERIAL
A. Store and handle salvaged material with sufficient care to prevent scratches and other
damage to finishes and materials.
B. Store salvaged material to prevent corrosion, deterioration, and damage.
C. Bent, dented, scratched, chipped, or otherwise damaged items are not acceptable for
reinstallation and must be replaced by items and components in new condition.
1.08 OBJECTIONABLE NOISES
A. Limit use of air hammers and all other noise producing equipment as much as possible.
B. Conform to local governing noise restrictions and requirements.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 4 of 8
1.09 JOB CONDITIONS
A. Visit site prior to bidding to determine nature of existing site conditions, materials, and
other conditions that may affect work. Drawings of previously existing facilities are
available for information only and do not necessarily reflect the actual conditions. The
Contractor shall verify locations of existing utilities prior to proceeding with any work.
B. Carefully maintain all benchmarks, monuments, and other reference points. If
disturbed or destroyed, replace at the Contractor’s expense.
C. Underground utilities and elements: Locate all underground utilities and elements
prior to digging and/or driving stakes. Take care, to neither disturb nor damage any
existing above ground or underground utilities or elements noted to be protected. The
Contractor shall call Utility Notification Center (811) or (800) 424‐5555 or click
www.callbeforeyoudig.org for utility location at or near the Public Rights‐of‐Way /
Property Lines, and can also call Locating, Inc. (425) 392‐6412, CNI (206) 255‐8650 or
Applied Professional Services (425) 313‐1034 for location of utilities within the site,
(note: these firms will charge for services rendered). The Contractor must pay for all
fees and costs associated with utility disconnect, capping of lines, and meter removals
required within the Public Rights‐of‐Way.
D. Do not disturb utilities within the Beacon Way easement. Known utilities include the
Puget Sound Energy (PSE) gas line and Seattle Public Utilities water lines. If a conflict
arises regarding the utilities, notify Owner (City of Renton), Owner’s Representative,
and the PSE Inspector or SPU Inspector (as applicable) immediately.
E. Meet with Owner and the Owner’s Representative on‐site once Contractor has verified
the location of utilities with the Contractor’s location services.
F. Utility Shutoffs: Coordinate all work with other Division 01 requirements. Do not shut
off or cap utilities without prior notice. Keep streets, sidewalks and site clean and free
from debris at all times. Keep both street and site drainage systems open for free
passage of runoff at all times. Provide siltation control and catch basin protection as
required by Best Managements Practices and Drainage Codes as required and/or
directed by the Owner’s Representative.
G. Submit written verification that all appropriate services have been disconnected.
1.10 PERMITS, CODES, & REGULATIONS
A. Obtain and pay for all necessary permits and fees as required by Local Authority and
prevailing ordinances and/or codes.
B. Keep fully informed and shall comply with all existing laws, codes, ordinances, and
regulations, which in any way affect the conduct of the work.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 5 of 8
C. Comply with environmental agencies, building codes and other local requirements that
are more stringent than included in Contract Specifications.
D. Provide written notification to the PSCAA and L&I 10 working days prior to demolition
of the community building.
E. Apply for and comply with all requirements of the PSCAA Asbestos Removal Permit.
1.11 CONDUCT OF WORK
A. Confine operations to the working areas allotted by the Owner for operations,
including material and equipment storage.
B. Progressively clean the work site of debris and rubbish as the work proceeds.
PART 2 PRODUCTS
2.01 MATERIALS AND EQUIPMENT
A. As required to complete the work as shown on the Contract Drawings and/or as
specified in the Contract Specifications.
PART 3 EXECUTION
3.01 PREPARATION
A. Review the topographical survey documents included in the Contract Drawings, the
geotechnical report in Appendix B, and visit the site in order to make determination of
the site improvements to be demolished and removed including above and below‐
grade demolitions.
3.02 CLEARING AND GRUBBING
A. In areas shown in the Contract Drawings, clear and grub the vegetation and root
layers, obstructions, and debris to a soil depth of 4 inches and disposed of off‐site. This
soil layer shall not be acceptable for reuse.
1. Do not remove trees or other vegetation indicated to remain.
2. Use only hand methods for grubbing within drip line of trees to remain.
B. Fill depressions caused by clearing and grubbing operations with Lawn Soil and Sod
Lawn per specification 32 90 00 – PLANTING and Earthwork specifications in Division
31 unless further excavation or earthwork is indicated in the Contract Drawings.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 6 of 8
C. Remove debris, rock, and extracted plant life from site and haul to an approved offsite
disposal location. Do not burn or bury materials onsite.
3.03 TOPSOIL STRIPPING
A. Remove grass before stripping topsoil, and dispose of grass and roots offsite at an
approved location.
B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling
with underlying non‐organic subsoil.
C. Strip surface soil of unsuitable topsoil including trash, debris, weeds, roots, and other
waste materials and remove from project site.
D. Existing topsoil may be stockpiled for reuse as fill material. Refer to Specification 32 90
00 for requirements for reuse of existing, native topsoil.
3.04 REMOVAL OF TREES
A. Removal of trees includes digging out and grinding of stumps, digging out obstructions,
and grubbing roots. Completely remove stumps, roots, obstructions, and debris to a
minimum depth of 18 inches below exposed subgrade. Notify Owner’s Representative
in writing for site review prior to filling depressions left by removal activity.
B. Do not remove trees, shrubs, and other vegetation indicated to remain in the Contract
Drawings.
C. Fill depressions caused by tree removal operations with Lawn Soil and Sod Lawn per
specification 32 90 00 ‐ PLANTING unless further excavation or earthwork is indicated
in the Contract Drawings.
3.05 REMOVAL OF CONCRETE PAVING, CONCRETE CURBS, AND ASPHALT PAVING
A. Identify the areas as shown on Contract Drawings of existing concrete paving, concrete
curbs, and asphalt paving that is designated to be removed.
B. Provide a clean, sawn edge through the material to be removed to protect adjacent
paving or curb to remain. Use care to protect paved edges to remain as the saw‐cut
edge will remain as the finished edge against new concrete work.
C. Completely remove concrete paving, concrete curb, and asphalt paving including base
courses to the depth of the existing subgrade. Care must be taken not to undermine
adjacent paving to remain.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 7 of 8
3.06 REMOVE IRRIGATION EQUIPMENT
A. Identify areas as shown on Contract Drawings of existing irrigation system to be
removed for approval of the Owner’s Representative prior to commencing this work.
B. After approval, remove lateral pipe, mainline, heads, control wires, and other irrigation
items as shown on Contract Drawings.
C. Use care to not damage equipment and piping to remain in place at connection points.
D. Cap and abandon pipe that is to remain as shown on Contract Drawings.
E. Salvage and return to Owner the Irrigation Controller (modules and cabinet).
3.07 REPAIR AND REPLACE
A. Repair to minor damages to existing work that is to be protected will only be allowed
as reviewed and approved by the Owner’s Representative.
B. Repair work must be provided in first quality, workmanlike condition and per
manufacturer’s written instructions.
C. Remove all damaged components as determined by the Owner’s Representative.
D. Irreparable damage to existing items of the park must be replaced in‐kind in a
workmanlike manner per original contract drawings for that work.
E. Replacement work of and repair work to existing built work that was to be protected is
at no cost to the Owner.
3.08 REMOVAL OF EXISTING STRUCTURES AND SITE ELEMENTS
A. Remove existing above and below grade structures and site elements as indicated in
Contract Drawings and as necessary to facilitate new construction improvements.
3.09 REMOVAL OF UTILITIES
A. Trenches, holes, or pits that result from demolition activities shall be filled to existing
grade with imported trench backfill per specification 31 23 23.15 – TRENCH BACKFILL
or Soil per specification 32 90 00 – PLANTING, whichever applies per the depths shown
in the Contract Drawings. All excavated material must be properly disposed of off‐site.
B. Remove utilities as indicated on the Contract Drawings. Terminate utilities in
accordance with the requirements of the Utility Provider. Where pipe abandonment is
noted in Contract Drawings, completely fill abandoned pipe with flowable cement
slurry.
PHILIP ARNOLD PARK Bid Set
02 41 00 SITE DEMOLITION 4 May 2022
02 41 00 – Page 8 of 8
C. Contractor shall arrange for disconnecting and sealing indicated utilities that serve
existing structures before site clearing. Verify that utilities have been disconnected
and capped before proceeding with site clearing.
D. Coordinate and pay for any utility provider fees associated with disconnecting services.
E. Locate, identify, and disconnect utilities indicated to be abandoned in place.
F. Provide coordination with all serving utility agencies.
G. Protect existing utilities to remain.
3.10 REMOVAL OF ITEMS WITH BELOW GRADE FOUNDATIONS
A. Removal of items with buried foundations as noted in the Contract Drawings include
the removal of the item, the foundation, and any gravel base material below the
foundation. Backfill holes with imported backfill per specification 31 23 23 – FILL AND
BACKFILL.
3.11 REMOVAL OF SURFACE MOUNTED ITEMS
A. Removal of surface mounted items include the removal of all surface mounting
hardware, metal chains, and locks.
3.12 CLEAN UP
A. All work areas shall be kept clean during progress of work and until completion.
Dispose of all surplus materials, waste materials, and rubbish off‐site in accordance
with all governmental laws, regulations, and ordinances.
B. Provide certification from disposal site operator stating the disposal site complies with
all governmental regulations. The Contractor, in a manner consistent with all
government regulations, shall dispose of the refuse resulting from demolition. In no
case shall refuse material be left on the project site, or be buried in embankments or
trenches on the project site. All effort shall be made to recycle materials whenever
possible. Maintain hauling routes clean and free of any debris resulting from work of
this Section
C. No on‐site burning will be permitted.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES 4 MAY 2022
03 10 00 - Page 1 of 3
SECTION 03 10 00
CONCRETE FORMING AND ACCESSORIES
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
American Concrete Institute (ACI):
117, Specification for Tolerances for Concrete Construction and Materials.
301, Specifications for Structural Concrete.
318, Building Code Requirements for Structural Concrete and
Commentary.
DEFINITIONS
Defective Areas: See definition in Section 03 30 00, Cast-in-Place Concrete.
Exposed Concrete: See definition in Section 03 30 00, Cast-in-Place Concrete.
DESIGN REQUIREMENTS
Design formwork in accordance with ACI 301 and ACI 318 to provide concrete
finishes specified in Section 03 30 00, Cast-in-Place Concrete.
When high-range water reducer (superplasticizer) is used in concrete mix, form
design shall account for increased hydrostatic pressures.
Joints in forms shall be watertight.
Limit panel deflection to 1/360th of each component span to achieve tolerances
specified.
SUBMITTALS
Action Submittals:
Product Data: Form release agent.
PHILIP ARNOLD PARK Bid Set
SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES 4 MAY 2022
03 10 00 - Page 2 of 3
PRODUCTS
FORM MATERIALS
General:
Materials:
Plywood, hard plastic finished plywood, overlaid waterproof particle
board, or steel in “new and undamaged” condition, of sufficient strength
and surface smoothness to produce specified finish.
Where steel forms are used, treat steel surfaces to prevent rusting using
products approved for use on steel forms.
ACCESSORIES
Form Release Agent:
Material:
Shall not bond with, stain, or adversely affect concrete surfaces.
Shall not impair subsequent treatments of concrete surfaces when applied
to forms.
Ready-to-use water-based material formulated to reduce or eliminate
surface imperfections.
Contain no mineral oil or organic solvents.
Manufacturers and Products: Not for surfaces exposed to potable water.
BASF, Shakopee, MN; MBT MasterFinish RL 211.
Cresset Chemical Company; Crete-Lease 20-VOC-Xtra.
Rustication Grooves and Beveled Edge Corner Strips: Nonabsorbent material,
compatible with form surface, fully sealed on all sides prohibiting loss of paste or
water between the two surfaces.
PHILIP ARNOLD PARK Bid Set
SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES 4 MAY 2022
03 10 00 - Page 3 of 3
EXECUTION
FORM SURFACE PREPARATION
Prior to coating surface, thoroughly clean form surfaces that will be in contact with
concrete or that have been in contact with previously cast concrete, dirt, and other
surface contaminants.
Exposed Wood Forms in Contact with Concrete: Apply form release agent as
recommended by manufacturer.
Steel Forms: Apply form release agent as soon as they are cleaned to prevent
discoloration of concrete from rust.
ERECTION
General: In accordance with ACI 301, unless otherwise specified.
Curb, and Sidewalk Forms:
Provide standard steel or wood forms.
Set forms to true lines and grades, and securely stake in position.
Form Tolerances: Provide forms in accordance with ACI 117 and ACI 318, and the
following tolerances for finishes specified.
FORM REMOVAL
Non-supporting forms, sides of beams, walls, columns, and similar parts of Work,
may be removed after cumulatively curing at not less than 50 degrees F for
24 hours from time of concrete placement if:
Concrete is sufficiently hard so as not to sustain damage by form removal
operations.
Curing and protection operations are maintained.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 03 15 00 CONCRETE JOINTS AND ACCESSORIES 4 MAY 2022
03 15 00 - Page 1 of 2
SECTION 03 15 00
CONCRETE JOINTS AND ACCESSORIES
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
ASTM International (ASTM):
A36/A36M, Specification for Carbon Structural Steel.
A615/A615M, Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement.
PRODUCTS
ACCESSORIES
Steel Reinforcement: As specified in Section 03 21 00, Steel Reinforcement.
CONSTRUCTION (EXPANSION) JOINT MATERIAL
Pre-formed expansion joint material for driveways, sidewalks, etc. shall be asphalt
impregnated fiber, conforming to ASTM D994, full depth of joint, 3/8-inch-thick.
A.P.S. Fiber Board or Engineer-approved equal.
EXECUTION
GENERAL
Commence concrete placement after joint preparation is complete.
Time Between Concrete Pours: As specified in Section 03 30 00, Cast-in-Place
Concrete.
SURFACE PREPARATION
Construction Joints: Prior to placement of abutting concrete, clean contact surface.
Remove laitance and spillage from steel reinforcement and dowels.
Roughen surface to minimum of 1/4-inch amplitude:
Sandblast after concrete has fully cured.
PHILIP ARNOLD PARK Bid Set
SECTION 03 15 00 CONCRETE JOINTS AND ACCESSORIES 4 MAY 2022
03 15 00 - Page 2 of 2
Water blast after concrete has partially cured.
Green cut fresh concrete with high-pressure water and hand tools.
Finish per plans.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 03 21 00 STEEL REINFORCEMENT 4 May 2022
03 21 00 - Page 1 of 4
SECTION 03 21 00
STEEL REINFORCEMENT
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
American Concrete Institute (ACI):
318, Building Code Requirements for Structural Concrete and
Commentary.
SP-66, Detailing Manual.
ASTM International (ASTM):
A615/A615M, Standard Specification for Deformed and Plain Carbon-Steel
Bars for Concrete Reinforcement.
Concrete Reinforcing Steel Institute (CRSI):
Placing Reinforcing Bars.
Manual of Standard Practice.
International Code Council (ICC): Evaluation Services Report.
SUBMITTALS
Action Submittals:
Shop Drawings prepared in accordance with CRSI Manual of Standard Practice
and ACI SP-66:
Bending lists.
Placing drawings.
Informational Submittals:
Lab test reports for steel reinforcement showing stress-strain curves and
ultimate strengths.
Test results of field testing.
PHILIP ARNOLD PARK BID SET
SECTION 03 21 00 STEEL REINFORCEMENT 4 May 2022
03 21 00 - Page 2 of 4
DELIVERY, STORAGE, AND HANDLING
Unload, store, and handle bars in accordance with CRSI publication “Placing
Reinforcing Bars.”
PRODUCTS
MATERIALS
Reinforcing Bars:
Includes stirrups, ties, and spirals.
ASTM A615/A615M, Grade 60.
Reference Specification 13 34 00, Appendix H, for Portland Loo foundation
reinforcing requirements.
ACCESSORIES
Tie Wire:
Black, soft-annealed 16-gauge wire.
Nylon-, epoxy-, or plastic-coated wire.
Bar Supports and Spacers:
Use precast concrete bar supports and side form spacers, unless noted
otherwise. Do not use other types of supports or spacers.
Bar supports shall have sufficient strength and stiffness to carry loads without
failure, displacement, or significant deformation. Space bar supports so
minimum concrete cover is maintained for reinforcing between supports.
Use only precast concrete bar supports where concrete surfaces are exposed
to weather, earth, water, chloride intrusion, or corrosive chemicals. Bar
supports shall be nonconductive and have geometry and bond characteristics
that deter movement of moisture from the surface to the reinforcement.
Precast concrete supports shall have same minimum strength and shall be
made from same materials as that of the concrete in which they are to be
embedded. Precast concrete supports shall be cast and properly cured for at
least 7 days before use and shall have a wire or other device cast into each
block for the purpose of attaching them securely to steel reinforcement.
PHILIP ARNOLD PARK BID SET
SECTION 03 21 00 STEEL REINFORCEMENT 4 May 2022
03 21 00 - Page 3 of 4
Design and fabricate special bar supports for top reinforcing bars in slabs
where standard bar supports do not possess necessary geometry, strength, or
stiffness.
Precast Concrete Supports:
Total bond precast, high-performance concrete bar supports as supplied
by:
1) Con Sys Inc., Pinawa, MB, Canada.
2) Dayton Superior, Miamisburg, OH, Dobies.
FABRICATION
Follow CRSI Manual of Standard Practice.
Bend bars cold.
EXECUTION
PREPARATION
Notify independent material testing and special inspections firm when reinforcing
is ready for inspection and allow sufficient time for inspection prior to placing
concrete.
Clean reinforcing bars of loose mill scale, oil, earth, and other contaminants.
INSTALLATION
Bundle or space bars, instead of field bending where construction access through
reinforcing is necessary.
Spacing and Positioning: Conform to ACI 318.
Location Tolerances: In accordance with CRSI publication, “Placing Reinforcing
Bars”.
Splicing:
Follow ACI 318.
Use lap splices, unless otherwise shown or permitted in writing by the
Engineer.
PHILIP ARNOLD PARK BID SET
SECTION 03 21 00 STEEL REINFORCEMENT 4 May 2022
03 21 00 - Page 4 of 4
Stagger splices in adjacent bars where indicated.
Tying Reinforcing Bars:
Tie every other intersection on mats made up of Nos. 3, 4, 5, and 6 bars to
hold them firmly at required spacing.
Bend tie wire away from concrete surface to provide clearance of 1 inch from
surface of concrete to tie wire.
Reinforcement Around Openings: On each side and above and below pipe or
opening, place an equivalent area of steel bars to replace steel bars cut for
opening. Extend steel reinforcing a standard lap length beyond opening at each
end.
Straightening and Rebending: Field bending of steel reinforcement bars is not
permitted.
Unless permitted by the Engineer, do not cut reinforcing bars in field.
FIELD QUALITY ASSURANCE AND QUALITY CONTROL
Owner-Furnished Quality Assurance, in accordance with IBC Chapter 17
requirements. Contractor responsibilities and related information are included in
Section 01 40 00, Special Inspection, Observation, and Testing.
The Owner-Furnished Quality Assurance shall include inspection, observation,
and testing of all steel reinforcement.
Contractor-Furnished Quality Control: Inspection and testing as required in
Section 01 40 00, Contractor Quality Control.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 1 of 21
SECTION 03 30 00
CAST-IN-PLACE CONCRETE
GENERAL
REFERENCES
The following is a list of standards that may be referenced in this section:
American Concrete Institute (ACI):
117, Specification for Tolerances for Concrete Construction and Materials.
301, Specifications for Structural Concrete.
305.1, Specification for Hot Weather Concreting.
306.1, Standard Specification for Cold Weather Concreting.
CP-1, Technical Workbook for ACI Certification of Concrete Field-Testing
Technician – Grade 1.
ASTM International (ASTM):
C31/C31M, Standard Practice for Making and Curing Concrete Test
Specimens in the Field.
C33/C33M, Standard Specification for Concrete Aggregates.
C39/C39M, Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens.
C94/C94M, Standard Specification for Ready-Mixed Concrete.
C109/C109M, Standard Test Method for Compressive Strength of
Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens).
C143/C143M, Standard Test Method for Slump of Hydraulic-Cement
Concrete.
C150/C150M, Standard Specification for Portland Cement.
C157/C157M, Standard Test Method for Length Change of Hardened
Hydraulic-Cement Mortar and Concrete.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 2 of 21
C227, Standard Test Method for Potential Alkali Reactivity of Cement-
Aggregate Combinations (Mortar-Bar Method).
C231/C231M, Standard Test Method for Air Content of Freshly Mixed
Concrete by the Pressure Method.
C260/C260M, Standard Specification for Air-Entraining Admixtures for
Concrete.
C494/C494M, Standard Specification for Chemical Admixtures for
Concrete.
C595/C595M, Standard Specification for Blended Hydraulic Cements.
C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete.
C881/C881M, Standard Specification for Epoxy-Resin-Base Bonding
Systems for Concrete.
C989, Standard Specification for Slag Cement for Use in Concrete and
Mortars.
C1012/C1012M, Standard Test Method for Length Change of Hydraulic-
Cement Mortars Exposed to a Sulfate Solution.
C1017/C1017M, Standard Specification for Chemical Admixtures for Use
in Producing Flowing Concrete.
C1074, Standard Practice for Estimating Concrete Strength by the
Maturity Method.
C1077, Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Testing Agency
Evaluation.
C1218/C1218M, Standard Test Method for Water-Soluble Chloride in
Mortar and Concrete.
C1260, Standard Test Method for Potential Alkali Reactivity of Aggregates
(Mortar-Bar Method).
C1293, Standard Test Method for Determination of Length Change of
Concrete Due to Alkali-Silica Reaction.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 3 of 21
C1567, Standard Test Method for Determining the Potential Alkali-Silica
Reactivity of Combinations of Cementitious Materials and Aggregate
(Accelerated Mortar-Bar Method).
C1582/C1582M, Standard Specification for Admixtures to Inhibit Chloride-
Induced Corrosion of Reinforcing Steel in Concrete.
C1602/C1602M, Standard Specification for Mixing Water Used in the
Production of Hydraulic Cement Concrete.
E329, Standard Specification for Agencies Engaged in Construction
Inspection, Special Inspection, or Testing Materials Used in
Construction.
E1155, Standard Test Method for Determining FF Floor Flatness and FL
Floor Levelness Numbers.
National Ready Mixed Concrete Association (NRMCA).
DEFINITIONS
Contractor’s Licensed Design Engineer: Individual representing Contractor who is
licensed to practice engineering as defined by statutory requirements of
professional licensing laws in state or jurisdiction in which Project is to be
constructed.
Defective Area: Surface defects that include honeycomb, rock pockets,
indentations, and surface voids greater than 3/16-inch deep, surface voids greater
than 3/4 inch in diameter, cracks in liquid containment structures and below grade
habitable spaces that are 0.005-inch wide and wider, and cracks in other structures
that are 0.010-inch wide and wider, spalls, chips, embedded debris, sand streaks,
mortar leakage from form joints, deviations in formed surface that exceed
specified tolerances and include but are not limited to fins, form pop-outs, and
other projections. At exposed concrete, defective areas also include texture
irregularities, stains, and other color variations that cannot be removed by
cleaning.
Exposed Concrete: Concrete surface that can be seen inside or outside of structure
regardless of whether concrete is above water, dry at all times, or can be seen
when structure is drained.
Hot Weather: As defined in ACI 305.1.
New Concrete: Less than 60 days old.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 4 of 21
SUBMITTALS
Action Submittals:
Mix Designs:
Contain proportions of materials and admixtures to be used on Project,
signed by mix designer.
Documentation of average strength for each proposed mix design in
accordance with ACI 301.
Manufacturer’s Certificate of Compliance, for the following:
Portland cement.
Fly ash.
Slag cement.
Aggregates, including specified class designation for coarse aggregate.
Admixtures.
Concrete producer has verified compatibility of constituent materials
in design mix.
Test Reports:
Supplementary Cementitious Materials: Chemical analysis report and
report of other specified test analyses.
Water-Soluble Chloride-Ion Content in Hardened Concrete: Unless
otherwise permitted, in accordance with ASTM C1218/C1218M at an
age between 28 days and 42 days.
Aggregates:
Coarse Aggregate Gradation: List gradings and percent passing
through each sieve.
Fine Aggregate Gradation: List gradings and percent passing through
each sieve.
Percent of fine aggregate weight to total aggregate weight.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 5 of 21
Deleterious substances in fine aggregate per ASTM C33/C33M,
Table 2.
Deleterious substances in coarse aggregate per ASTM C33/C33M,
Table 4.
Test Reports:
a) Alkali Aggregate Reactivity: Aggregate shall be
classified as nonpotentially reactive in accordance
with Article Concrete Mix Design. Include
documentation of test results per applicable
standards.
Admixtures: Manufacturer’s catalog cut sheets and product data sheets
for each admixture used in proposed mix designs.
Product Data: Specified ancillary materials.
Detailed plan for hot weather placements including curing and protection for
concrete placed in ambient temperatures over 80 degrees F. Plan shall include,
but not be limited to, the following:
Procedures for measuring and recording temperatures of reinforcement
and other embedded items prior to concrete placement.
Use of retarding admixture.
Methods for controlling temperature of reinforcement and other
embedded items and concrete materials before and during placement.
Types of shading and wind protection to be provided.
Curing methods, including use of evaporation retardant.
Procedures for measuring and recording concrete temperatures.
Procedures for preventing drying during dry, windy conditions.
Concrete repair techniques.
Informational Submittals:
Manufacturer’s Certificate of Compliance to specified standards: repair
materials.
Statement of Qualification:
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 6 of 21
Batch Plant: Certification as specified herein.
Mix designer.
Installer.
Testing agency.
Field test reports.
Concrete Delivery Tickets:
For each batch of concrete before unloading at Site.
In accordance with ASTM C94/C94M, including requirements 14.2.1.
through 14.2.10.
Indicate amount of mixing water withheld and maximum amount that
may be permitted to be added at Site.
QUALITY ASSURANCE
Concrete construction shall conform to requirements of ACI 117 and ACI 301,
except as modified herein.
Qualifications:
Batch Plant: NRMCA Program for Certification of Ready-Mixed Concrete
Production Facilities or approved equivalent program.
Mix Designer: Person responsible for developing concrete mixture proportions
certified as NRMCA Concrete Technologist Level 2 or DOT certified mix
designer in jurisdiction of the Work. Requirement may be waived if individual
is Contractor’s Licensed Design Engineer.
Testing Agency: Unless otherwise permitted, an independent agency, qualified
according to ASTM C1077 and ASTM E329 for testing indicated.
Where field testing is required of Contractor, personnel conducting field
tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1,
according to ACI CP-1 or an equivalent certification program.
Personnel performing laboratory tests shall be ACI-certified Concrete
Strength Testing Technician and Concrete Laboratory Testing Technician -
Grade I. Testing Agency laboratory supervisor shall be an ACI-certified
Concrete Laboratory Testing Technician - Grade II.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 7 of 21
PRODUCTS
MATERIALS
Cementitious Materials:
Cement:
Portland Cement: Unless otherwise specified, conform to requirements of
ASTM C150/C150M.
Blended Hydraulic Cement:
Unless otherwise specified, conform to requirements of
ASTM C595/C595M.
Portland cement used in blended hydraulic cement, conform to
requirements of ASTM C150/C150M.
Furnish from one source.
Supplementary Cementitious Materials (SCM):
Fly Ash (Pozzolan): Class F fly ash in accordance with ASTM C618, except
as modified herein:
ASTM C618, Table 1, Loss on Ignition: Unless permitted otherwise,
maximum 3 percent.
Slag Cement: In accordance with ASTM C989, Grade 100 or Grade 120.
Aggregates: Furnish from one source for each aggregate type used in a mix design.
Normal-Weight Aggregates:
In accordance with ASTM C33/C33M, except as modified herein.
Class Designation: 4S unless otherwise specified.
Free of materials and aggregate types causing popouts, discoloration,
staining, or other defects on surface of concrete.
Alkali Silica Reactivity: See Article Concrete Mix Design.
Fine Aggregates:
Clean, sharp, natural sand.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 8 of 21
ASTM C33/C33M.
Limit deleterious substances in accordance with ASTM C33/C33M, Table 2
and as follows:
Limit material finer than 75-μm (No. 200) sieve to 5 percent mass of
total sample.
Limit coal and lignite to 0.5 percent.
Coarse Aggregate:
Natural gravels, combination of gravels and crushed gravels, crushed
stone, or combination of these materials containing no more than
15 percent flat or elongated particles (long dimension more than five
times the short dimension).
Limit deleterious substances in accordance with ASTM C33/C33M, Table 4
for specified class designation.
Admixtures: Unless otherwise permitted, furnish from one manufacturer.
Characteristics:
Compatible with other constituents in mix.
Contain at most, only trace amount chlorides in solution.
Furnish type of admixture as recommended by manufacturer for
anticipated temperature ranges.
Water-Reducing Admixture: ASTM C494/C494M, Type A or Type D.
Manufacturers and Products:
BASF Admixtures Inc., Shakopee, MN; Pozzolith Series or PolyHeed
Series.
Euclid Chemical Co., Cleveland, OH; Eucon Series.
W. R. Grace & Co., Cambridge, MA; Daracem Series or Mira Series.
Retarding Admixture: ASTM C 494/C 494M, Type B.
Accelerating Admixture: ASTM C 494/C 494M, Type C.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 9 of 21
High-Range, Water-Reducing Admixture: ASTM C494/C494M, Type F or
Type G.
Do not use calcium chloride as an admixture.
Admixtures with no standard, ASTM or other, designation may be used where
permitted.
Water and Ice: Mixing water for concrete and water used to make ice shall be
potable water, unless alternative sources of water are permitted.
Water from alternative sources shall comply with requirements of
ASTM C1602/C1602M, and concentration of chemicals in combined mixing
water shall be less than:
Chloride Content: 1,000 ppm.
Sulfate Content as SO4: 3,000 ppm.
Alkalis as (Na2O + 0.658 K2O): 600 ppm.
Total Solids by Mass: Less than 50,000 ppm.
ANCILLARY MATERIALS
Bonding Agent:
Unless otherwise specified, in accordance with the following:
ASTM C881/C881M, Type V.
Two-component, moisture insensitive, 100 percent solids epoxy.
Consult manufacturer for surface finish, pot life, set time, vertical or
horizontal application, and forming restrictions.
Manufacturers and Products:
BASF Building Systems Inc., Shakopee, MN; Concresive Standard LVI.
Euclid Chemical Co., Cleveland, OH; Euco # 352 Epoxy System LV.
Prime Resins, Conyers, GA; Prime Bond 3000 to 3900 Series.
Sika Chemical Corp., Lyndhurst, NJ; Sikadur 32 Hi-Mod.
Repair Material:
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 10 of 21
Contain only trace amounts of chlorides and other chemicals that can
potentially cause steel to oxidize.
Where repairs of exposed concrete are required, prepare mockup using
proposed repair materials and methods, for confirmation of appearance
compatibility prior to use.
Obtain Manufacturer’s Certificate of Compliance that products selected are
appropriate for specific applications.
Repair mortar shall be site mixed.
Prepare concrete substrate and mix, place, and cure repair material in
accordance with manufacturer’s written recommendations.
Manufacturers and Products:
BASF Building Systems Inc., Shakopee, MN; EMACO S-Series products.
Sika Chemical Corp., Lyndhurst, NJ; SikaTop-Series.
CONCRETE MIX DESIGN
General:
See Supplement at the end of this section for mix design requirements for
each class of concrete used on Project.
Prepare design mixtures for each type and strength of concrete, selecting and
proportioning ingredients in accordance with requirements of ACI 301, unless
otherwise specified.
Selection of constituent materials and products in mix design are optional,
unless specified otherwise.
Unless otherwise permitted, use water-reducing admixture or water-reducing
admixture and high-range, water-reducing admixture in pumped concrete, in
concrete with a water-cementitious materials ratio below 0.50.
Use water-reducing admixture or high-range, water-reducing admixture to
achieve fresh properties that facilitate handling, placing, and consolidating of
concrete, and specified hardened properties.
Use water-reducing and retarding admixture when anticipated high
temperatures, low humidity, or other adverse placement conditions can
adversely affect fresh properties of concrete.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 11 of 21
Unless otherwise specified, desired fresh properties of concrete shall be
determined by Contractor, and coordinated with concrete producer. Fresh
properties of concrete shall remain stable to satisfaction of Contractor, for
duration of placement and consolidation, and shall remain in conformance
with requirements of Contract Documents.
Contractor is encouraged to consider using environmentally sustainable
concrete mix design technologies such as use of supplementary cementitious
materials and aggregate packing.
Potential alkali-aggregate reactivity of concrete:
Do not use aggregates known to be susceptible to alkali-carbonate reaction
(ACR).
Aggregates shall have been tested to determine potential alkali-aggregate
reactivity in concrete in accordance with ASTM C1260 or ASTM C1567.
Aggregates that indicate expansion greater than 0.10 percent at 16 days
after casting shall not be used unless they have been shown to be
nondeleteriously reactive in accordance with ASTM C227 or ASTM C1293,
with less than 0.04 percent expansion at 1 year for cement-aggregate
combinations or less than 0.04 percent expansion at 2 years for
combinations with pozzolan or slag.
Alkali content of cement used in proposed concrete mixture shall not be
greater than alkali content of cement used in test for potential alkali-
aggregate reactivity.
Use low-alkali cement or incorporate pozzolans into concrete mixture as
necessary to satisfy testing for potential alkali reactivity.
Proportions:
Design mix to meet aesthetic, durability, and strength requirements.
Where fly ash is included in mix, minimum fly ash content shall be a minimum
of 15 percent of weight of total cementitious materials.
Slump Range at Site:
Prior to submitting mix design, consult with concrete producer and select a
target slump value at point of delivery, for each application of each design mix.
Unless otherwise permitted, target slump value will then be enforced for
duration of Project. Unless otherwise permitted, target slump value is 4 inches
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 12 of 21
at point of delivery, for concrete without high-range, water reducing
admixture.
Design mixes that include a high-range, water-reducing admixture shall have a
minimum slump of 2 inches prior to addition of admixture. Unless otherwise
permitted, slump shall be 8 inches maximum at point of delivery, for concrete
with a high-range, water-reducing admixture.
Slump tolerance shall meet requirements of ACI 117.
Combined Aggregate:
Combined Gradation Limits: Fine aggregate shall be in range of 36 percent to
40 percent of total aggregate weight.
CONCRETE MIXING
General: In accordance with ACI 301, except as modified herein.
Truck Mixers:
For every truck, test slump of samples taken per ASTM C94/C94M,
paragraph 12.5.1.
Where specified slump is more than 4 inches, and if slump tests differ by more
than 2 inches, discontinue use of truck mixer, unless causing condition is
corrected and satisfactory performance is verified by additional slump tests.
SOURCE QUALITY CONTROL
Source Quality Control Inspection: The independent material testing and special
inspections firm shall have access to and have right to inspect batch plants, cement
mills, and supply facilities of suppliers, manufacturers, and Subcontractors,
providing products included in this section.
EXECUTION
PLACING CONCRETE
Preparation: Meet requirements ACI 301, except as modified herein.
Inspection: Notify Owner and Special Inspector at least 1 full working day in
advance before starting to place concrete.
Placement into Formwork:
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 13 of 21
Reinforcement: Secure in position before placing concrete.
Place concrete as soon as possible after leaving mixer, without segregation or
loss of ingredients, without splashing forms or steel above, and in layers not
over 1.5 feet deep, except for slabs which shall be placed full depth. Place and
consolidate successive layers prior to initial set of first layer to prevent cold
joints.
Placement frequency shall be such that lift lines will not be visible in exposed
concrete finishes.
Use placement devices, for example chutes, pouring spouts, and pumps as
required to prevent segregation.
Do not use aluminum conveying devices.
Provide sufficient illumination in the interior of forms so concrete deposition is
visible, permitting confirmation of consolidation quality.
Trowel and round off top exposed edges of walls with 1/4-inch radius steel
edging tool.
Cure concrete as specified in Section 03 39 00, Concrete Curing.
Conveyor Belts and Chutes:
Design and arrange ends of chutes, hopper gates, and other points of concrete
discharge throughout conveying, hoisting, and placing system for concrete to
pass without becoming segregated.
Do not use chutes longer than 50 feet.
Minimum Slopes of Chutes: Angled to allow concrete to readily flow without
segregation.
Conveyor Belts:
Approved by Engineer.
Wipe clean with device that does not allow mortar to adhere to belt.
Cover conveyor belts and chutes.
Retempering: Not permitted for concrete where cement has partially hydrated.
Pumping of Concrete:
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 14 of 21
Provide standby pump, conveyor system, crane and concrete bucket, or other
system onsite during pumping, for adequate redundancy to ensure completion
of concrete placement without cold joints in case of primary placing
equipment breakdown.
Minimum Pump Hose (Conduit) Diameter: 4 inches.
Replace pumping equipment and hoses (conduits) that are not functioning
properly.
Maximum Size of Concrete Placements:
Limit size of each placement to allow for strength gain and volume change as a
result of shrinkage.
Construction Joints:
Unless otherwise shown or permitted, locate construction joints as
follows:
Locate construction joints as shown on Drawings or where approved
in joint location submittal required in Section 03 15 00, Concrete
Joints and Accessories.
Minimum Time between Adjacent Placements:
Construction or Control Joints: 7 days unless otherwise specified.
Consolidation and Visual Observation:
Consolidation Equipment and Methods: ACI 301.
Provide at least one standby vibrator in operable condition at Site prior to
placing concrete.
Vibrate concrete in vicinity of joints to obtain impervious concrete.
Hot Weather:
Prepare ingredients, mix, place, cure, and protect in accordance with ACI 301,
ACI 305.1, and as follows:
Maintain concrete temperature below 95 degrees F at time of placement
or furnish test data or other proof that admixtures and mix ingredients do
not produce flash set plastic shrinkage, or cracking as a result of heat of
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 15 of 21
hydration. Cool ingredients before mixing to maintain fresh concrete
temperatures as specified or less.
Provide for windbreaks, shading, fog spraying, sprinkling, ice, wet cover,
or other means as necessary to maintain concrete at or below specified
temperature.
Concrete Curing: As specified in Section 03 39 00, Concrete Curing.
CONCRETE BONDING
Construction Joints in New Concrete Members: Prepare surface of construction
joint as specified in Section 03 15 00, Concrete Joints and Accessories.
REPAIRING CONCRETE
General:
Repair defective areas of concrete.
Repair concrete surfaces using specified materials. Select system, submit for
review, and obtain approval from Engineer prior to use.
Develop repair techniques with material manufacturer on surface that will not
be visible in final construction prior to starting actual repair work and show
how finish color will blend with adjacent surfaces. Obtain approval from
Engineer.
Obtain quantities of repair material and manufacturer’s detailed instructions
for use to provide repair with finish to match adjacent surface or apply
sufficient repair material adjacent to repair to blend finish appearance.
Repair of concrete shall provide structurally sound surface finish, uniform in
appearance or upgrade finish by other means until acceptable to the Engineer.
Exposed Metal Objects:
Remove metal objects not intended to be exposed in as-built condition of
structure including wire, nails, and bolts, by chipping back concrete to depth of
1 inch and then cutting or removing metal object.
Repair area of chipped-out concrete as specified for defective areas.
Penetrations: Where shown install in accordance with requirements of Drawings.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 16 of 21
CONCRETE SLAB FINISHES
General:
Use manual screeds, vibrating screeds, or roller compacting screeds to place
concrete level and smooth.
Do not use “jitterbugs” or other special tools designed for purpose of forcing
coarse aggregate away from surface and allowing layer of mortar, which will
be weak and cause surface cracks or delamination, to accumulate.
Finish slab in accordance with specified slab finish.
Do not dust surfaces with dry materials nor add water to surfaces.
Cure concrete as specified in Section 03 39 00, Concrete Curing.
Type S-1 (Steel Troweled Finish):
Finish by screeding and floating with straightedges to bring surfaces to
required finish elevation.
Wood float to true, even plane with no coarse aggregate visible.
Use sufficient pressure on wood floats to bring moisture to surface.
After surface moisture has disappeared, hand steel trowel concrete to produce
smooth, smooth dense surface, free from trowel marks.
Provide light steel-troweled finish (two trowelings) at air-entrained slabs.
Provide hard steel-troweled finish (ringing sound from the trowel) for nonair-
entrained slabs.
Do not use dry cement or additional water during troweling, nor will excessive
troweling be permitted.
Power Finishing:
Approved power machine may be used in lieu of or in addition to hand
finishing in accordance with directions of machine manufacturer.
Do not use power machine when concrete has not attained necessary set
to allow finishing without introducing high and low spots in slab.
Do first steel troweling for slab S-1 finish by hand.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 17 of 21
Type S-2 (Wood Float Finish):
Finish slab to receive fill and mortar setting bed by screeding with
straightedges to bring surface to required finish plane.
Wood float finish to compact and seal surface.
Remove laitance and leave surface clean.
Coordinate with other finish procedures.
Medium Broom Finish:
After completion of floating and troweling, when excess moisture or surface
sheen has disappeared, complete medium broom surface finishing.
Draw a fiber or wire broom across concrete surface, perpendicular to the line of
traffic or as noted on the Drawings.
Concrete Curbs:
Float top surface of curb smooth and finish all discontinuous edges with steel
edger.
After concrete has taken its initial set, remove front form and give exposed
vertical surface an ordinary wall finish, Type S-1.
CONCRETE SLAB TOLERANCES
Slab Flatness and Levelness:
Floor finish tolerances shall meet requirements specified herein, and as
measured in accordance with ASTM E1155.
Levelness tolerance, FL, shall not apply to slabs placed on unshored form
surfaces or shored form surfaces after removal of shores.
Levelness tolerances, FL, shall not apply to cambered or inclined surfaces, and
shall be measured within 24 hours after slab concrete placement.
Slab Type S-A
Minimum Overall F Numbers Minimum Local F Numbers
Flatness, FF Levelness, FL Flatness, FF Levelness, FL
35 25 24 17
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 18 of 21
Slab Elevation and Thickness:
Finish Slab Elevation: Slope slabs to floor drains and gutter. Slabs shall
adequately drain regardless of tolerances.
Thickness: Maximum 1/4 inch minus or 1/2 inch plus from thickness shown.
Where thickness tolerance will not affect slope, drainage, or slab elevation,
thickness tolerance may exceed 1/2 inch plus.
FIELD QUALITY CONTROL
General:
Necessary materials testing shall be performed by an independent Contractor
testing laboratory and paid for by the Owner, unless noted otherwise. Access
to the area necessary to perform such tests and/or to secure the material for
testing shall be provided by the Contractor. The Contractor shall be liable for
costs to retest materials as the result of any testing that fails to meet the
requirements of the contract documents.
The contractor shall pay for any additional testing required as the result of
failed tests or non-conforming materials.
Contractor shall provide adequate facilities for safe storage and proper curing
of concrete test specimens onsite for first 24 hours, and for additional time as
may be required before transporting to test lab.
Unless otherwise specified, sample concrete for testing for making test
specimens, from point of delivery.
When concrete is pumped, sample and test air content at point of delivery and
at point of placement.
For Each Concrete Mixture: Provided results of air content tests for first
load of the day are within specified limits, testing need only be performed
at point of delivery for subsequent loads of that concrete mixture except
that testing should be performed at point of placement every 4 hours.
Evaluation will be in accordance with ACI 301 and Specifications.
Test specimens shall be made, cured, and tested in accordance with
ASTM C31/C31M and ASTM C39/C39M.
Frequency of testing may be changed at discretion of Owner or Engineer.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 19 of 21
Pumped Concrete: Take concrete samples for slump, ASTM C143/C143M, and
test specimens, ASTM C31/C31M and ASTM C39/C39M.
If measured air content at delivery is greater than specified limit, check test of
air content will be performed immediately on a new sample from delivery unit.
If check test fails, concrete has failed to meet requirements of Contract
Documents. If measured air content is less than lower specified limit,
adjustments will be permitted in accordance with ASTM C94/C94M, unless
otherwise specified. If check test of adjusted mixture fails, concrete has failed
to meet requirements of Contract Documents. Concrete that has failed to
meet requirements of Contract Documents shall be rejected.
Concrete Strength Test:
Unless otherwise specified, one specimen at age of 7 days for information, and
two 6-inch diameter or when permitted three 4-inch diameter test specimens
at age of 28 days for acceptance.
If result of 7-day concrete strength test is less than 50 percent of specified
28-day strength, extend period of moist curing specified in Section 03 39 00,
Concrete Curing, by 7 additional days.
Provide a minimum of one spare test specimen per sample. Test spare cylinder
as directed by the Engineer.
High-Range, Water-Reducer (Superplasticizer) Admixture Segregation Test: Test
each truck prior to use on Project.
Segregation Test Objective: Concrete with 4-inch to 8-inch slump shall stay
together when slumped. Segregation is assumed to cause mortar to flow out
of mix even though aggregate may stay piled enough to meet slump test.
Test Procedure: Make slump test and check for excessive slump and observe
to see if mortar or moisture flows from slumped concrete.
Reject concrete if mortar or moisture separates and flows out of mix.
Tolerances:
Slab Finish Tolerances and Slope Tolerances:
Slab Flatness and Levelness: Make measurements within 24 hours of
concrete placement.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 20 of 21
Flatness measurements are not applicable to unshored form surfaces
or shored form surfaces after removal of shores.
Levelness measurements are not applicable to cambered or sloped
surfaces.
Slab flatness and levelness shall be determined in accordance with
ASTM E1155.
MANUFACTURER’S SERVICES
Provide representative at Site for installation assistance, inspection, and
certification of proper installation for concrete ingredients, mix design, mixing, and
placement.
Concrete Producer Representative:
Assist with concrete mix design, performance, placement, weather
problems, and problems as may occur with concrete mix throughout
Project, including instructions for redosing.
Establish control limits on concrete mix designs.
Provide equipment for control of concrete redosing for air entrainment or
high-range, water-reducing admixture, superplasticizers, at Site to
maintain proper slump and air content if needed.
Admixture Manufacturer’s Representative: Available for consultations as
required to ensure proper installation and performance of specified products.
Bonding Agent Manufacturer’s Representative: Available for consultations as
required to ensure proper installation and performance of specified products.
PROTECTION OF INSTALLED WORK
After curing as specified in Section 03 39 00, Concrete Curing, and after applying
final floor finish, cover slabs with plywood or particle board or plastic sheeting or
other material to keep floor clean and protect it from material and damage as a
result of other construction work.
Repair areas damaged by construction, using specified repair materials and
approved repair methods.
PHILIP ARNOLD PARK BID SET
SECTION 03 30 00 CAST-IN-PLACE-CONCRETE 4 May 2022
03 30 00 - Page 21 of 21
SCHEDULE OF CONCRETE FINISHES
Form Tolerances: As specified in Section 03 10 00, Concrete Forming and
Accessories.
Provide concrete finishes as scheduled:
Area
Type of
Finish
Required
Form
Tolerances
Exterior Slabs
Top of footing S-2 S-A
Interior Slabs
Building S-1 S-A
CONCRETE MIX DESIGN
Requirements of concrete mix designs in Section 03 30 05 are a part of this
Specification and supplement requirements of Part 1 through Part 3 of this section:
Concrete Mix Design, Class 4500F2S1P1C1.
Concrete Mix Design, Class 4500F3S1P1C2.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 03 30 05 CONCRETE MIX DESIGN 4 MAY 2022
03 30 05 ‐ Page 1 of 5
SECTION 03 30 05
CONCRETE MIX DESIGN
CONCRETE MIX DESIGN, CLASS 4500F2S1P1C1
Mix Locations: All locations except as listed in Part 2.
Exposure Categories and Classifications: F2S1P1C1.
Mix Properties:
Limit water to cementitious materials ratio (W/Cm) in mix design to maximum
value of 0.45.
Minimum concrete compressive strength (f’c) shall be 4,000 psi at 28 days and
4,500 psi at 56 days. Where referenced on the drawings, compressive strength
shall refer to the minimum f’c at 28 days.
Designed to conform to shrinkage limits.
Air‐entraining admixtures are prohibited in concrete mixtures and total air
content shall not be greater than 3 percent, for the following:
Slabs to receive a hard‐troweled finish.
Slabs to receive a dry shake floor hardener.
Unless otherwise specified, provide air content based on nominal
maximum size of aggregate as follows:
Nominal Maximum Aggregate Size
in. ‡
Air Content
(%)*
3/8 7.5
1/2 7.0
3/4 6.0
1 6.0
1‐1/2 5.5
PHILIP ARNOLD PARK Bid Set
SECTION 03 30 05 CONCRETE MIX DESIGN 4 MAY 2022
03 30 05 ‐ Page 2 of 5
Nominal Maximum Aggregate Size
in. ‡
Air Content
(%)*
2§ 5.0
3§ 4.5
‡See ASTM C33/C33M for tolerance on oversize for various
nominal maximum size designations.
*Tolerance of air content is +1‐1/2 percent.
§Air contents apply to total mixture. When testing concretes,
however, aggregate particles larger than 1‐1/2 inches are to
be removed by sieving and air content will be measured on
sieved fraction (tolerance on air content as delivered applies
to this value). Air content of total mixture is computed from
value measured on sieved fraction passing 1‐1/2‐inch sieve in
accordance with ASTM C231/C231M.
Provide cementitious materials in accordance with one of the following:
ASTM C150/C150M Type II; inclusion of supplementary cementitious
materials in design mix is optional.
ASTM C150/C150M types other than Type II, plus supplementary
cementitious materials in accordance with one of the following:
Tricalcium Aluminate Content of Total Cementitious Materials:
Maximum 8 percent by weight.
Provide documentation of test results in accordance with
ASTM C1012/C1012M, for combinations of cementitious materials
providing sulfate resistance with expansion less than 0.10 percent at
6 months.
ASTM C595/C595M Type IP or Type IS (less than 70), tested to comply
with moderate sulfate resistance option (MS).
Limit water‐soluble, chloride‐ion content in hardened concrete to
0.30 percent, unless otherwise specified.
Limits are stated in terms of chloride ions in percent by weight of cement.
PHILIP ARNOLD PARK Bid Set
SECTION 03 30 05 CONCRETE MIX DESIGN 4 MAY 2022
03 30 05 ‐ Page 3 of 5
Unless otherwise permitted, provide documentation from concrete tested
in accordance with ASTM C1218/C1218M at an age between 28 days and
42 days.
CONCRETE MIX DESIGN, CLASS 4500F3S1P1C2
Mix Locations: Concrete curbs.
Exposure Categories and Classifications: F3S1P1C2.
Mix Properties:
Limit water to cementitious materials ratio (W/Cm) in mix design to maximum
value of 0.42.
Minimum concrete compressive strength (f’c) shall be 3,500 psi at 28 days and
4,500 psi at 56 days.
Air‐entraining admixtures are prohibited in concrete mixtures and total air
content shall not be greater than 3 percent, for the following:
Slabs to receive hard‐troweled finish.
Slabs to receive dry shake floor hardener.
Unless otherwise specified, provide air content based on nominal maximum
size of aggregate as follows:
Nominal Maximum Aggregate Size
in. ‡
Air Content
(%)*
3/8 7.5
1/2 7.0
3/4 6.0
1 6.0
PHILIP ARNOLD PARK Bid Set
SECTION 03 30 05 CONCRETE MIX DESIGN 4 MAY 2022
03 30 05 ‐ Page 4 of 5
Nominal Maximum Aggregate Size
in. ‡
Air Content
(%)*
1‐1/2 5.5
2§ 5.0
3§ 4.5
‡See ASTM C33/C33M for tolerance on oversize for various nominal
maximum size designations.
*Tolerance of air content is +1‐1/2 percent.
§Air contents apply to total mixture. When testing concretes,
however, aggregate particles larger than 1‐1/2 inches are to be
removed by sieving and air content will be measured on the sieved
fraction (tolerance on air content as delivered applies to this value).
Air content of total mixture is computed from value measured on the
sieved fraction passing the 1‐1/2‐inch sieve in accordance with
ASTM C231/C231M.
Limit supplementary cementitious materials measured as a percent of weight
of total cementitious materials in a mix design, as follows:
Fly Ash and other Pozzolans: 25 percent.
Slag Cement: 50 percent.
Combined Fly Ash and other Pozzolans and Slag Cement: 50 percent, with
fly ash and other pozzolans not exceeding 25 percent.
Total cementitious materials include ASTM C150/C150M and
ASTM C595/C595M cement.
Fly ash and other pozzolans in Type IP, blended cement,
ASTM C595/C595M.
Slag used in the manufacture of an IS blended cement,
ASTM C595/C595M.
Provide cementitious materials in accordance with one of the following:
ASTM C150/C150M Type II.
PHILIP ARNOLD PARK Bid Set
SECTION 03 30 05 CONCRETE MIX DESIGN 4 MAY 2022
03 30 05 ‐ Page 5 of 5
ASTM C150/C150M types other than Type II, plus supplementary
cementitious materials in accordance with one of the following:
Tricalcium Aluminate Content of Total Cementitious Materials:
Maximum 8 percent by weight.
Provide documentation of test results in accordance with
ASTM C1012/C1012M, for combinations of cementitious materials
providing sulfate resistance with expansion less than 0.10 percent at
6 months.
ASTM C595/C595M Type IP or Type IS (less than 70), tested to comply
with moderate sulfate resistance option (MS).
Provide documentation of test results in accordance with
ASTM C1012/C1012M, for combinations of cementitious materials
providing sulfate resistance with expansion less than 0.10 percent at
6 months.
Limit water‐soluble, chloride‐ion content in hardened concrete to
0.15 percent, unless otherwise specified.
Limits are stated in terms of chloride ions in percent by weight of cement.
Unless otherwise permitted, provide documentation from concrete tested
in accordance with ASTM C1218/C1218M at an age between 28 days and
42 days.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 03 39 00 CONCRETE CURING 4 May 2022
03 39 00 - Page 1 of 2
SECTION 03 39 00
CONCRETE CURING
GENERAL
1.01 REFERENCES
The following is a list of standards which may be referenced in this section:
ASTM International (ASTM):
C309, Standard Specification for Liquid Membrane-Forming Compounds
for Curing Concrete.
C1315, Standard Specification for Liquid Membrane-Forming Compounds
Having Special Properties for Curing and Sealing Concrete.
SUBMITTALS
Action Submittals:
Manufacturers’ data indicating compliance with the requirements specified
herein for the following products: Evaporation retardant.
Curing methods proposed for each type of element such as slab in each
facility.
PRODUCTS
MATERIALS
Evaporation Retardant:
Optional: Fluorescent fugitive dye color tint that disappears completely upon
drying.
Manufacturers and Products:
Master Builders Co., Cleveland, OH; Confilm.
Euclid Chemical Co., Cleveland, OH; Eucobar.
Water: Clean and potable, containing less than 500 ppm of chlorides.
PHILIP ARNOLD PARK BID SET
SECTION 03 39 00 CONCRETE CURING 4 May 2022
03 39 00 - Page 2 of 2
EXECUTION
CONCRETE CURING
General:
Where surfaces are to receive coatings, painting, cementitious material, or
other similar finishes, use only water curing procedures. Refer to Interior
Finish Schedule for surfaces to receive coatings.
Water curing as described below or special methods using moisture shall be
agreed upon by the Engineer prior to placing concrete.
As required in Section 03 30 00, Cast-in-Place Concrete, if result of 7-day
concrete strength test is less than 50 percent of specified 28-day strength,
extend period of moist curing specified below, by 7 additional days.
Use one of the following methods as approved by the Engineer:
Slabs:
Method 1: Protect surface by water ponding for 7 days.
Method 2: Cover with burlap or cotton mats and keep continuously wet
for 7 days.
Method 3: Cover with 1-inch layer of wet sand, earth, or sawdust, and
keep continuously wet for 7 days.
Method 4: Continuously sprinkle exposed surface for 7 days.
EVAPORATION RETARDANT APPLICATION
Use on flatwork when environmental conditions are anticipated to cause rapid
drying of the concrete surface.
Spray onto surface of fresh flatwork concrete immediately after screeding to react
with surface moisture.
Reapply as needed to ensure a continuous moist surface until final finishing is
completed.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 03 62 00 GROUT 4 MAY 2022
03 62 00 - Page 1 of 4
SECTION 03 62 00
GROUT
GENERAL
REFERENCES
For grout applications in the scramble area, see specification section 32 32 19.
The following is a list of standards which may be referenced in this section:
ASTM International (ASTM):
C1107/C1107M, Standard Specification for Packaged Dry, Hydraulic-
Cement Grout (Nonshrink).
D4263, Standard Test Method for Indicating Moisture in Concrete by the
Plastic Sheet Method.
SUBMITTALS
Action Submittals:
Product data of grouts.
Proposed method for keeping existing concrete surfaces wet prior to placing
nonshrink grout.
Curing method for grout.
Informational Submittals:
Manufacturer’s Written Instructions: Mixing of grout.
Manufacturer’s Certificate of Compliance for the following:
Grout free from chlorides and other corrosion-causing chemicals.
Nonshrink grout properties of Category II, verifying expansion at 3 days or
14 days will not exceed the 28-day expansion and nonshrink properties
are not based on gas or gypsum expansion.
Manufacturer’s Certificate of Proper Installation.
Test Reports: Test report for 24-hour evaluation of nonshrink grout.
PHILIP ARNOLD PARK Bid Set
SECTION 03 62 00 GROUT 4 MAY 2022
03 62 00 - Page 2 of 4
QUALIFICATIONS
For grout suppliers not listed herein, provide completed 24-hour Evaluation of
Nonshrink Grout Test Form, attached at the end of this section. Provide
Independent testing laboratory test results for testing conducted within last
18 months.
PRODUCTS
NONSHRINK GROUT SCHEDULE
Furnish nonshrink grout (Category I and II) for applications as indicated in the
following schedule:
Application
Temperature
Range Max. Placing Time
40 deg F to
100 deg F 20 Min.
Greater Than
20 Min.
Column baseplates I or II II
NONSHRINK GROUT
Category I:
Nonmetallic and nongas-liberating.
Prepackaged natural aggregate grout requiring only the addition of water.
Test in accordance with ASTM C1107/C1107M:
Grout shall have flowable consistency.
Flowable for 15 minutes.
Grout shall not bleed at maximum allowed water.
Minimum strength of flowable grout, 3,000 psi at 3 days, 5,000 psi at 7 days,
and 7,000 psi at 28 days.
Manufacturers and Products:
BASF Building System, Inc., Shakopee, MN; MasterFlow 100.
Euclid Chemical Co., Cleveland, OH; NS Grout.
PHILIP ARNOLD PARK Bid Set
SECTION 03 62 00 GROUT 4 MAY 2022
03 62 00 - Page 3 of 4
Dayton Superior Corp., Miamisburg, OH; 1107 Advantage Grout.
US MIX Co., Denver, CO; US Spec MP Grout.
Five Star Products Inc., Fairfield, CT; Five Star Grout.
Category II:
Nonmetallic, nongas-liberating.
Prepackaged natural aggregate grout requiring only the addition of water.
Aggregate shall show no segregation or settlement at fluid consistency at
specified times or temperatures.
Test in accordance with ASTM C1107/C1107M:
Fluid consistency 20 seconds to 30 seconds in accordance with
ASTM C939.
Temperatures of 40 degrees F, 80 degrees F, and 100 degrees F.
1 hour after mixing, pass fluid grout through flow cone with continuous flow.
Minimum strength of fluid grout, 3,500 psi at 1 day, 4,500 psi at 3 days, and
7,500 psi at 28 days.
Maintain fluid consistency when mixed in 1-yard to 9-yard loads in ready-mix
truck.
Manufacturers and Products:
BASF Building Systems, Inc., Shakopee, MN; MasterFlow 928.
Five Star Products Inc., Fairfield, CT; Five Star Fluid Grout 100.
Euclid Chemical Co., Cleveland, OH; Hi Flow Grout.
Dayton Superior Corp., Miamisburg, OH; Sure Grip High Performance
Grout.
EXECUTION
GROUT
General: Mix, place, and cure grout in accordance with grout manufacturer’s
representative’s training instructions.
PHILIP ARNOLD PARK Bid Set
SECTION 03 62 00 GROUT 4 MAY 2022
03 62 00 - Page 4 of 4
FIELD QUALITY CONTROL
Evaluation and Acceptance of Nonshrink Grout:
Consistency: As specified in Article Nonshrink Grout. Grout with consistencies
outside range requirements shall be rejected.
Segregation: As specified in Article Nonshrink Grout. Grout when aggregate
separates shall be rejected.
All grout, already placed, which fails to meet the requirements of these
specifications, is subject to removal and replacement at no additional cost to
the Owner.
SUPPLEMENTS
The supplement listed below, following “End of Section,” is part of this
Specification.
24-hour Evaluation of Nonshrink Grout Test Form and Grout Testing
Procedures.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 03 62 00 GROUT 4 May 2022
03 62 00 SUPPLEMENT - PAGE 1 OF 4
SUPPLEMENT 1
(Test Lab Name)
(Address)
(Phone No.)
24-HOUR EVALUATION OF NONSHRINK GROUT TEST FORM
OBJECTIVE: Define standard set of test procedures for an independent testing
laboratory to perform and complete within a 24-hour period.
SCOPE: Utilize test procedures providing 24-hour results to duplicate field
grouting demands. Intent of evaluation is to establish grout
manufacturer’s qualifications.
PRIOR TO TEST: Obtain three bags of each type of grout.
1. From intended grout supplier for Project.
2. Three bags of grout shall be of same lot number.
ANSWER THE FOLLOWING QUESTIONS FOR GROUT BEING TESTED FROM LITERATURE,
DATA, AND PRINTING ON BAG:
A. Product data and warranty information contained in company
literature and data? Yes_____ No_____
B. Literature and bag information meet specified requirements? Yes_____ No_____
C. Manufacturer guarantees grout as specified in Article Guarantee? Yes_____ No_____
D. Guarantee extends beyond grout replacement value and allows participation
with Contractor in replacing and repairing defective areas? Yes_____ No_____
E. Water demands and limits printed on bag? Yes_____ No_____
F. Mixing information printed on the bag? Yes_____ No_____
G. Temperature restrictions printed on bag? Yes_____ No_____
*Rejection of a grout will occur if one or more answers are noted NO.
PHILIP ARNOLD PARK BID SET
SECTION 03 62 00 GROUT 4 May 2022
03 62 00 SUPPLEMENT - PAGE 2 OF 4
GROUT TESTING PROCEDURES
A. Bagged Material:
1. List lot numbers.
2. List expiration date.
3. Weigh bags and record weight.
The Engineer or independent material testing and special inspections firm will
disqualify grout if bag weights have misstated measure plus or minus 2 pounds by
more than one out of three bags. (Accuracy of weights is required to regulate
amount of water used in mixing since this will affect properties.)
B. Mixing and Consistency Determination:
1. Mix full bag of grout in 10 gallon pail.
2. Use electric drill with a paddle device to mix grout (jiffy or jiffler type paddle).
3. Use maximum water allowed per water requirements listed in bag
instructions.
4. Mix grout to maximum time listed on bag instructions.
5. In accordance with ASTM C939 (flow cone) determine time of mixed grout
through the flow cone. ________ seconds.
6. Add water to attain 20 to 30 second flow in accordance with ASTM C939.
7. Record time of grout through cone at new water demand. ________ seconds
8. Record total water needed to attain 20 to 30 second flow. ________ pounds
9. Record percent of water. ________ percent
C. When fluid grout is specified and additional water is required beyond grout
manufacturer’s listed maximum water, ASTM C1107/C1107M will be run at new
water per grout ratio to determine whether grout passes using actual water
requirements to be fluid. Use new water per grout ratio on remaining tests.
D. Bleed Test:
1. Fill two gallon cans half full of freshly mixed grout at ambient temperatures
for each category and at required consistency for each.
2. Place one can of grout in tub of ice water and leave one can at ambient
temperature.
PHILIP ARNOLD PARK BID SET
SECTION 03 62 00 GROUT 4 May 2022
03 62 00 SUPPLEMENT - PAGE 3 OF 4
3. Cover top of both cans with glass or plastic plate preventing evaporation.
4. Maintain 38 degrees F to 42 degrees F temperature with grout placed in ice
and maintain ambient temperature for second container for 1 hour.
5. Visually check for bleeding of water at 15-minute intervals for 2 hours.
6. Perform final observation at 24 hours.
If grout bleeds a small amount at temperatures specified, grout will be rejected.
E. Extended Flow Time and Segregation Test (for Category II and Category III):
1. Divide the remaining grout into two 3 gallon cans. Place the cans into the
40-degree F and 100-degree F containers and leave for 20, 40, and
60 minutes. Every 20 minutes remove and check for segregation or
settlement of aggregate. Use a gloved hand to reach to the bottom of the
can, if more than 1/4-inch of aggregate has settled to the bottom or
aggregate has segregated into clumps reject the grout.
2. Right after the settlement test mix the grout with the drill mixer for
10 seconds. Take ASTM C939 flow cone test of grout and record flow time.
Maintain this process for 1 hour at ambient temperatures of 40 degrees F
and 100 degrees F.
a. 20 min ________, sec. @ 40 degrees F.
b. 40 min ________, sec. @ 40 degrees F.
c. 60 min ________, sec. @ 40 degrees F.
d. 20 min ________, sec. @ 100 degrees F.
e. 40 min ________, sec. @ 100 degrees F.
f. 60 min ________, sec. @ 100 degrees F.
All Category II and Category III grout that will not go through the flow cone with
continuous flow after 60 minutes will be disqualified.
____________ ____________
Qualified Disqualified
F. 24-hour Strength Test:
PHILIP ARNOLD PARK BID SET
SECTION 03 62 00 GROUT 4 May 2022
03 62 00 SUPPLEMENT - PAGE 4 OF 4
1. Using grout left in mixing cans in accordance with ASTM C1107/C1107M for
mixing and consistency determination test and for extended time flow test,
make minimum of nine cube samples.
2. Store cubes at 70 degrees F for 24 hours.
3. Record average compressive strength of nine cubes at 24 hours.
Grout will be disqualified if 24-hour compressive strengths are less than 2,500 psi for
grouts claiming fluid placement capabilities.
Grouts that have not been disqualified after these tests are qualified for use on the
Project for the application indicated in Nonshrink Grout Schedule.
Signature of Independent Testing Laboratory Date Test Conducted
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 1 of 8
SECTION 11 68 23
EXTERIOR COURT STRUCTURES & SURFACING
PART 1 GENERAL
1.01 SUMMARY
A. Provide and install all exterior court structures and surfacing hereinafter identified.
1.02 SCOPE OF WORK
A. Furnish all materials, equipment, labor and related items necessary to complete the
work shown in the Contract Drawings and/or as specified in the Specifications. The
work included in this section must include but is not limited to:
1. Basketball Goal
2. Color Acrylic Surface
3. All other related items required to complete the work shown on the Contract
Drawings and as specified in the Contract Specifications.
1.03 REFERENCES
A. This specification section incorporates by reference the latest revisions of the
following documents.
1. ASTM A53/A53M – Standard Specification for Pipe, Steel, Black, and Hot-Dipped,
Zinc-Coated, Welded and Seamless; 2007.
2. All standards must include the latest additions and amendments as of the date of
advertisement for bids.
3. Comply with environmental agencies, building codes and other local requirements
that are more stringent than the above.
1.04 RELATED WORK
A. Related work in other sections of these Specifications includes but is not limited to:
1. Specification 32 12 16 – ASPHALT PAVING.
2. Specification 03 30 00 – CAST-IN-PLACE CONCRETE.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 2 of 8
1.05 QUALITY ASSURANCE
A. Before proceeding with work, inspect the site, carefully checking all grades, and
verifying all dimensions and conditions affecting the work. Notify the Owner’s
Representative immediately in writing of any discrepancy on line and level.
B. Exterior court structures and surfacing work must be performed by a company with
experience in work of similar scope and quality.
C. Color Acrylic Surface Installer Qualifications:
1. Manufacturer’s Qualifications:
a. Manufacturer regularly engaged, for past 5 years, in manufacture of asphalt
basketball & multi-purpose court surface color coating systems of similar type
to that specified.
b. United States owned company.
c. Member: ASBA.
2. Applicator's Qualifications:
a. Applicator regularly engaged, for past 3 years, in application of basketball &
multi-purpose court surface color coating systems of similar type to that
specified.
b. Employ persons trained for application of basketball & multi-purpose court
surface color coating systems.
c. Applicator must be authorized installer of the surfacing brand used.
D. Site Reviews must be made by the Owner’s Representative.
1. Request Owner’s Representative site review at least 48 hours in advance of the
time review is required. Reviews for the following is required:
a. Review of temporarily marked locations and alignments of basketball goals
prior to installation.
b. Review of finish surface prior to application of Color Acrylic Surface.
c. Review of temporarily marked locations of court striping prior to installation.
d. Substantial Completion of all work (development of physical punch list items).
e. Physical Completion of all work (physical punch list items satisfactorily
completed).
1.06 SUBMITTALS
A. For each product specified, submit the following for approval prior to delivery:
1. Manufacturer’s product data including:
a. Preparation instructions and recommendations.
b. Storage and handling requirements and recommendations.
c. Manufacturer’s written assembly and installation instructions.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 3 of 8
d. Maintenance instructions.
e. Manufacturer’s warranties.
2. Color Acrylic Surface Submittals:
a. Submit manufacturer’s product data, including surface and crack preparation
and application instructions.
b. Samples: Submit manufacturer’s color samples of color coating.
c. Test Reports:
1) Submit independent test results for solar reflectance index.
2) Submit independent test results for 2000 Hour ASTM G154, accelerated
weathering UV test, to demonstrate long-term durability and fade
resistance.
3) Submit independent test results for 2000 Hour, accelerated weathering
ASTM G155 Xenon Arc test, to demonstrate long-term fade resistance
and quality of pigment.
d. Manufacturer’s Certification: Submit manufacturer’s certification that
materials comply with specified requirements and are suitable for intended
application.
e. Manufacturer’s Project References: Submit manufacturer’s list of successfully
completed asphalt basketball & multi-purpose court surface color coating
system projects, including project name, location, and date of application.
f. Applicator’s Project References: Submit applicator’s list of successfully
completed asphalt basketball & multi-purpose court surface color coating
system projects, including project name, location, type and quantity of color
coating system applied, and date of application.
g. Warranty Documentation: Submit manufacturer’s standard warranty.
h. Authorized Installer Certificate: Submit manufacturer’s authorized installer
certificate.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle exterior court structures and surfacing items in accordance
with manufacturer’s written recommendations. Handle all items with sufficient care to
prevent scratches to the finish and other damage.
B. All color acrylic surfacing material and court striping paint must be delivered to the site
in manufacturer’s original, unopened containers and packaging, with labels clearly
identifying product name and manufacturer.
1.08 ENVIRONMENTAL CONDITIONS
A. Do not install exterior court structures and surfacing items during heavy rain, freezing
temperature, or snowfall.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 4 of 8
B. For installation of Color Acrylic Surface: Surface and air temperatures must be above
50°F (10°C) during application and for at least 24 hours after application. Stir before
using. Keep from freezing. Close container when not in use.
C. Do not apply asphalt basketball & multi-purpose court surface color coating system
when rain is expected during application or within 24 hours after application.
1.09 PROTECTION
A. Protect new work and work-in-progress from vandalism and damage that might be
incurred by construction traffic, equipment, property, and persons.
1.10 PERMITS, CODES, AND REGULATIONS
A. The Contractor must obtain and pay for all necessary permits and fees as required by
Local Authority and prevailing ordinances and/or codes.
B. The Contractor must keep fully informed and must comply with all existing laws,
codes, ordinances, and regulations, which in any way affect the conduct of the work.
1.11 CONDUCT OF WORK
A. The Contractor must continuously maintain a competent superintendent or foreman
during the progress of the work, with the authority to act for the Contractor in all
matters pertaining to the work. The Contractor must give personal attention to the
fulfillment of the Contract and must keep the work under control. Subcontractors will
not be recognized, and all persons engaged in the work will be considered employees
of the Contractor. Their work must be subject to the provisions of the Contract,
Contract Drawings, and Contract Specifications.
B. The Contractor must confine operations to the working areas allotted by the Owner
for operations, including material and equipment storage.
C. The Contractor must progressively clean the work site of debris and rubbish as the
work proceeds.
1.12 GUARANTEE PERIOD
A. Guarantee work of this Contract Specification section for one (1) year against all
defects of materials and workmanship. The guarantee period begins after the date of
physical completion.
B. Repair any damage caused by the settlement and defects at no cost to the Owner.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 5 of 8
PART 2 PRODUCTS
2.01 BASKETBALL GOAL
A. Bison Model PR77 5-9/16” Mega Duty Steel Rectangle Playground Basketball System;
All components are manufactured by Bison, Inc., Lincoln, NE and supplied by
Northwest Playground Equipment; P.O Box 2410; Issaquah, WA 98027; (425) 313-916;
Sales@nwplayground.com.
1. Pole: BA780 Mega-Duty 5-9/16″ O.D., hot dip galvanized steel pipe with 72″ safe
play area; min 1-5/8” backboard support braces; min 48” depth in-ground bury.
2. Backboard: BA47 Ultimate rectangular 42″ x 60″ backboard with safety rolled
edges; graffiti resistant, white powder coated finish.
3. Goal: BA39U Ultimate playground goal with double 5/8″ steel rim, No-Fail netlocks
to add strength and eliminate netlock breakage plus 3/16″ thick steel box-style
backplate and rim supports.
4. Nets: Contractor to provide nylon nets per manufacturer’s recommendation.
B. Or approved equal.
2.02 COLOR ACRYLIC SURFACE
A. Color acrylic surface must be SportMaster ColorPlus Surfacing System, a textured,
acrylic surface system for installation on new hot mix asphalt sports courts, as
manufactured by SportMaster Sport Surfaces, PO Box 2277, 2520 South Campbell
Street, Sandusky, Ohio 44870. Toll Free 800-326-1994. Fax 877-825-9226. Website
www.sportmaster.net. E-mail moreinfo@sportmaster.net.
1. Crack Sealant, Crack Filler, Patch Binder: as needed per SportMaster.
2. SportMaster Acrylic Resurfacer:
a. Mix acrylic resurfacer, silica sand, and water per manufacturer’s written
instructions.
3. 2 coats of SportMaster ColorPlus:
a. Mix SportMaster neutral concentrate, ColorPlus, water, and silica sand per
manufacturer’s written instructions.
b. Colors:
1) Blue Court Paint: Blue
2) Green Court Paint: Light Green
4. SportMaster Line Markings Primer and White Line Paint:
a. Texture shall be the same as the ColorPlus above.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 6 of 8
B. Or approved equal.
PART 3 EXECUTION
3.01 GENERAL
A. Verify installation conditions as satisfactory to receive work of this Section. Do not
install until unsatisfactory conditions are corrected. Beginning work constitutes
acceptance of conditions as satisfactory.
B. Temporarily mark alignment and locations of basketball goals and court striping for
review by Owner’s Representative prior to installation. Incorrectly located work must
be removed and/or replaced by the Contractor at no additional cost to the Owner.
3.02 SUBGRADE PREPARATION
A. The Contractor must verify that subgrade has been properly compacted and
compaction tests, if required, have been accomplished.
3.03 CAST-IN-PLACE CONCRETE
A. Cast-In-Place Concrete for Basketball Goal footings must be per Section 03 30 00 of
these Contract Specifications. Layout and size per manufacturer’s written instructions
or as shown in the Contract Drawings.
B. Install tops of footings below asphalt paving as shown on Contract Drawings.
3.04 BASKETBALL GOAL
A. Assemble Basketball Goals per manufacturer’s written instructions.
B. Locate and orient Basketball Goals as shown in Contract Drawings.
C. Install Basketball Goals plumb and level, as shown in the Contract Drawings, and in
accordance with manufacturer’s written instructions and per the Contract Drawings.
3.05 COLOR ACRYLIC SURFACE
A. SURFACE PREPARATION
1. Examine site conditions and surfaces to receive color acrylic surface and verify
they meet manufacturer’s requirements for installation.
2. Prepare surfaces in accordance with manufacturer’s instructions.
3. Cure new asphalt surfaces a minimum of 14 to 30 days before application of
asphalt basketball & multi-purpose court surface color coating system.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 7 of 8
4. Remove dirt, dust, debris, oil, grease, vegetation, loose materials, and other
surface contaminants which could adversely affect application of asphalt
basketball & multi-purpose court surface color coating system. Pressure wash
entire surface.
5. Repair cracks, depressions, and surface defects in accordance with manufacturer’s
instructions before application of color coating.
6. Water Test: Prior to the application of surfacing materials, the entire surface shall
be flooded with water, and checked for minor depressions or irregularities. Any
puddle holding water deeper than a five cent piece should be outlined with chalk
and repaired.
7. Level depressions 1/8 inch and deeper with patch binder in accordance with
manufacturer’s instructions to achieve flush condition.
8. Provide smooth underlayment for application of color coating.
9. Ensure surface repairs are flush and smooth to adjoining surfaces.
B. Application of Color Acrylic Surface:
1. Apply asphalt basketball & multi-purpose court surface color coating system in
accordance with manufacturer’s instructions at locations indicated on the
Drawings.
2. Mix materials in accordance with manufacturer’s instructions.
3. Apply Color Coating with a 50-60 durometer, soft rubber squeegee.
4. Color Coating: Apply a minimum of 2 coats of color coating to prepared surfaces
in accordance with manufacturer’s instructions.
5. Allow material drying times in accordance with manufacturer’s instructions before
applying other materials or opening completed surface to foot traffic.
C. Application of Line Markings:
1. Layout line markings per manufacturer’s written instructions and per layout
shown in Contract Drawings.
2. Apply line markings primer, after masking tape has been laid, to seal voids
between masking tape and court surface to prevent bleed-under when line paint
is applied.
PHILIP ARNOLD PARK Bid Set
11 68 23 EXTERIOR COURT STRUCTURES & SURFACING 4 May 2022
11 68 23 – Page 8 of 8
3. Apply a minimum of 1 coat of line paint in accordance with manufacturer’s
instructions.
D. Protection:
1. Allow a minimum of 24 hours curing time before opening basketball & multi-
purpose courts for play.
2. Protect applied surface color coating system to ensure that, except for normal
weathering, coating system will be without damage or deterioration at time of
Substantial Completion.
3.06 CLEAN-UP
A. Clean playfield equipment and structures promptly after installation. Remove all
residues, stains, scuffs, abrasions, and marks from the finished product in accordance
with the manufacturer’s instructions. Do not use harsh or abrasive cleaning materials
or methods that could damage the finishes.
B. All containers and debris shall be removed and disposed of in accordance with local,
state, and Federal regulations.
C. Touch-up and repair minor damages to the finish in accordance with manufacturer’s
instructions and as approved by the Owner’s Representative.
D. Remove and replace damaged components that cannot be successfully repaired as
determined by the Owner’s Representative.
E. Remove all metal, wood, and concrete slurry and debris, protective wrappings and
coverings, and shipping materials from the project site.
F. Fully restore all areas of the site that were impacted by the installation activities.
3.07 SUBSTANTIAL AND PHYSICAL COMPLETION
A. Review to determine Substantial and Physical Completion of playfield equipment and
structures must be made by the Owner’s Representative upon the Contractor’s
request.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 1 OF 7
SECTION 26 00 00
BASIC ELECTRICAL MATERIALS AND METHODS
GENERAL
DESCRIPTION OF WORK
This Section includes the following:
Supporting devices for electrical components.
Electrical identification.
Power Pedestal PP‐2.
Electrical demolition.
Cutting and patching for electrical construction.
Touchup painting.
REFERENCES
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
SUBMITTALS
Field Test Reports: Indicate and interpret test results for compliance with
performance requirements.
For each type of raceway, wire, splice kits, fittings, etc., indicated. Include clearly
marked manufacturers technical data.
DEFINITIONS
EMT: Electrical metallic tubing.
FMC: Flexible metal conduit.
IMC: Intermediate metal conduit.
LFMC: Liquidtight flexible metal conduit.
RNC: Rigid nonmetallic conduit.
RECORD DRAWINGS
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 2 OF 7
Maintain continuously updated redline drawings during progress of the project.
Show all changes from the contract documents. Provide detail dimensions for
locations of conduit concealed by concrete or earthwork.
QUALITY ASSURANCE
Electrical Components, Devices, and Accessories: Listed and labeled as defined
in NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
Comply with NFPA 70.
COORDINATION
Coordinate chases, slots, inserts, sleeves, and openings with general
construction work and arrange in structure during progress of construction to
facilitate the electrical installations that follow. Set inserts and sleeves in
poured‐in‐place concrete, masonry work, and other structural components as
they are constructed.
Sequence, coordinate, and integrate installing electrical materials and
equipment for efficient flow of the Work.
Coordinate location of access panels and doors for electrical items that are
concealed by finished surfaces.
Where electrical identification devices are applied to field‐finished surfaces,
coordinate installation of identification devices with completion of finished
surface.
Provide temporary power to the construction site. Coordinate requirements
with all trades.
Furnish support structures – scaffolding, rigging, etc. ‐ necessary to complete the
project. Remove structures prior to completion of the project.
WARRANTY
Contractor shall warrant entire system for a minimum period of two years. This
warranty shall include all installed components under Division 26. Note: the
warranty period for other systems may be longer; see other sections of these
specifications.
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 3 OF 7
PRODUCTS
SUPPORTING DEVICES
Metal Items for Use Outdoors: 316 stainless steel.
Slotted‐Steel Channel Supports: Flange edges turned toward web, and 9/16‐
inch‐ (14‐mm‐) diameter slotted holes at a maximum of 2 inches (50 mm) o.c., in
webs.
Expansion Anchors: Carbon‐steel wedge or sleeve type.
Toggle Bolts: All‐steel springhead type.
POWER PEDESTAL PP‐2 (A & B)
See Drawings.
Two door enclosure with separately lockable compartments.
One compartment with a 100 A, 120/240 V, single‐phase, 22,000 AIC,
panelboard with 50‐amp, 240V main breaker.
One Compartment with Event Receptacles: 1‐ 50 A 120/240 V. Provisions and
spaces for 4‐ 20 A, 120 V; 1‐ 30 A 120/240 V future receptacles;
Vandal resistant design fabricated from 12‐gauge pre‐galvanized steel sheet with
open bottom framed with 2‐inch angle.
Side cable access to receptacles with padlock hasp.
UL listed assembly.
Finish and Color: Polyester powder coat with color approved by City of Renton
prior to purchase.
Nominal size 48 inches high by 36 inches wide by 16 inches deep.
As manufactured by Skyline Electric & Manufacturing, 3619 7th Avenue South,
Seattle, WA. Contact Tom Provo, 206‐682‐4422.
POWER PEDESTAL PP‐3
See Drawings.
Free‐standing stainless‐steel pedestal with incoming terminals and individual
circuit breakers. Internally wired.
Nominal size 12” wide x 12” deep x 36” high.
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 4 OF 7
Overcurrent protective devices per single line wiring diagram.
Vandal resistant design fabricated from 316 stainless steel.
Dead‐front interior panel with piano hinged lockable cover.
UL listed assembly.
Finish and Color: Polyester powder coat with color approved by City of Renton
prior to purchase.
As manufactured by Skyline Electric & Manufacturing, 3619 7th Avenue South,
Seattle, WA. Contact Tom Provo, 206‐682‐4422.
EXECUTION
ELECTRICAL EQUIPMENT INSTALLATION
Headroom Maintenance: If mounting heights or other location criteria is not
indicated, arrange and install components and equipment to provide the
maximum possible headroom.
Materials and Components: Install level, plumb, and parallel and perpendicular
to other structural systems and components, unless otherwise indicated.
Equipment: Install to facilitate service, maintenance, and repair or replacement
of components. Connect for ease of disconnecting, with minimum interference
with other installations.
Right of Way: Give to raceways and piping systems installed at a required slope.
ELECTRICAL SUPPORTING DEVICE APPLICATION
Damp Locations and Outdoors: stainless steel materials.
Dry Locations: Steel materials.
Support Clamps for PVC Raceways: Click‐type clamp system.
Selection of Supports: Comply with manufacturer's written instructions.
Strength of Supports: Adequate to carry present and future loads, times a safety
factor of at least four; minimum of 200‐lb (90‐kg) design load.
SUPPORT INSTALLATION
Install support devices to securely and permanently fasten and support electrical
components.
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 5 OF 7
IDENTIFICATION MATERIALS AND DEVICES
Install at locations for most convenient viewing without interference with
operation and maintenance of equipment.
Coordinate names, abbreviations, colors, and other designations used for
electrical identification with corresponding designations indicated in the
Contract Documents or required by codes and standards. Use consistent
designations throughout Project.
Self‐Adhesive Identification Products: Clean surfaces before applying.
Install continuous underground plastic markers during trench backfilling, for
exterior underground power, control, signal, and communication lines located
directly above power and communication lines. Locate 6 to 8 inches (150 to 200
mm) below finished grade. If width of multiple lines installed in a common
trench or concrete envelope does not exceed 16 inches (400 mm), overall, use a
single line marker.
Install warning, caution, and instruction signs where required to comply with
29 CFR, Chapter XVII, Part 1910.145, and where needed to ensure safe operation
and maintenance of electrical systems and of items to which they connect.
Install engraved plastic‐laminated instruction signs with approved legend where
instructions are needed for system or equipment operation. Install metal‐
backed butyrate signs for outdoor items.
DEMOLITION
Protect existing electrical equipment and installations indicated to remain. If
damaged or disturbed in the course of the Work, remove damaged portions and
install new products of equal capacity, quality, and functionality.
Accessible Work: Remove exposed electrical equipment and installations,
indicated to be demolished, in their entirety.
Abandoned Work: Cut and remove buried raceway and wiring, indicated to be
abandoned in place, 2 inches (50 mm) below the surface of adjacent
construction. Cap raceways and patch surface to match existing finish.
Remove demolished material from Project site.
Remove, store, clean, reinstall, reconnect, and make operational components
indicated for relocation.
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 6 OF 7
CUTTING AND PATCHING
Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces
required to permit electrical installations. Perform cutting by skilled mechanics
of trades involved.
Repair and refinish disturbed finish materials and other surfaces to match
adjacent undisturbed surfaces. Install new fireproofing where existing
firestopping has been disturbed. Repair and refinish materials and other
surfaces by skilled mechanics of trades involved.
FIELD QUALITY CONTROL
Inspect installed components for damage and faulty work, including the
following:
Raceways.
Wire and connectors.
Supporting devices for electrical components.
Electrical identification.
Electrical demolition.
Cutting and patching for electrical construction.
Touchup painting.
REFINISHING AND TOUCHUP PAINTING
Refinish and touch up paint.
Clean damaged and disturbed areas and apply primer, intermediate, and
finish coats to suit the degree of damage at each location.
Follow paint manufacturer's written instructions for surface preparation
and for timing and application of successive coats.
Repair damage to galvanized finishes with zinc‐rich paint recommended
by manufacturer.
Repair damage to PVC or paint finishes with matching touchup coating
recommended by manufacturer.
PHILIP ARNOLD PARK Bid Set
SECTION 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 4 May 2022
26 00 00 – PAGE 7 OF 7
CLEANING AND PROTECTION
On completion of installation, including outlets, fittings, and devices, inspect
exposed finish. Remove burrs, dirt, paint spots, and construction debris.
Protect equipment and installations and maintain conditions to ensure that
coatings, finishes, and cabinets are without damage or deterioration at time of
Substantial Completion.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 19 CONDUCTORS AND CABLES 4 May 2022
CONDUCTORS AND CABLES
26 05 19 – PAGE 1 OF 3
SECTION 26 05 19
CONDUCTORS AND CABLES
GENERAL
DESCRIPTION OF WORK
This Section includes building wires and cables and associated connectors,
splices, and terminations for wiring systems rated 600 V and less.
RELATED SECTIONS
Section 26 00 00 – Basic Electrical Materials and Methods.
Section 26 05 53 – Electrical Identification.
REFERENCES
Drawings and general provisions of the Contract, including General and Supple‐
mentary Conditions and Division 1 Specification Sections, apply to this Section.
SUBMITTALS
Product Data: For each type of product indicated.
Field Quality‐Control Test Reports: From Contractor.
QUALITY ASSURANCE
Testing Agency Qualifications: Testing agency as defined by OSHA in
29 CFR 1910.7 or a member company of the InterNational Electrical Testing As‐
sociation and that is acceptable to authorities having jurisdiction.
Electrical Components, Devices, and Accessories: Listed and labeled as defined
in NFPA 70, Article 100, by a testing agency acceptable to authorities having ju‐
risdiction, and marked for intended use.
Comply with NFPA 70.
PRODUCTS
MANUFACTURERS
Available Manufacturers: Subject to compliance with requirements, manufactur‐
ers offering products that may be incorporated into the Work include, but are
not limited to, the manufacturers specified.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 19 CONDUCTORS AND CABLES 4 May 2022
CONDUCTORS AND CABLES
26 05 19 – PAGE 2 OF 3
CONDUCTORS AND CABLES
Available Manufacturers:
American Insulated Wire Corp.; a Leviton Company.
General Cable Corporation.
Southwire Company.
Refer to Part 3 "Conductor and Insulation Applications" Article for insulation
type, cable construction, and ratings.
Conductor Material: Copper complying with NEMA WC 5 or 7; solid conductor
for No. 10 AWG and smaller, stranded for No. 8 AWG and larger.
Conductor Insulation Types: Type THW or THHN‐THWN; XHHW complying with
NEMA WC 5 or 7.
CONNECTORS AND SPLICES
Available Manufacturers:
AMP Incorporated/Tyco International.
Hubbell/Anderson.
O‐Z/Gedney; EGS Electrical Group LLC.
3M Company; Electrical Products Division.
Description: Factory‐fabricated connectors and splices of size, ampacity rating,
material, type, and class for application and service indicated.
EXECUTION
CONDUCTOR AND INSULATION APPLICATIONS
Underground or outside Feeders and Branch Circuits: Type XHHW, single con‐
ductors in raceway for feeders and underground branch circuits; Type THHN‐
THWN, single conductors in raceway for indoor branch circuits (#10 and smaller).
INSTALLATION
Use manufacturer‐approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure
values.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 19 CONDUCTORS AND CABLES 4 May 2022
CONDUCTORS AND CABLES
26 05 19 – PAGE 3 OF 3
Use pulling means, including fish tape, cable, rope, and basket‐weave wire/cable
grips that will not damage cables or raceway.
Install exposed cables parallel and perpendicular to surfaces of exposed struc‐
tural members, and follow surface contours where possible.
Support cables according to Division 26 Section 26 00 00 ‐ Basic Electrical Materi‐
als and Methods.
Identify and color‐code conductors and cables according to Division 26 Section
26 00 00 ‐ Basic Electrical Materials and Methods and Section 26 05 53 ‐ Electri‐
cal Identification.
CONNECTIONS
Tighten electrical connectors and terminals according to manufacturer's pub‐
lished torque‐tightening values. If manufacturer's torque values are not indi‐
cated, use those specified in UL 486A and UL 486B.
Make splices and taps that are compatible with conductor material and that pos‐
sess equivalent or better mechanical strength and insulation ratings than un‐
spliced conductors. Splices below grade shall utilize epoxy resin encapsulated or
gel type splice kits.
Wiring at Outlets: Install conductor at each outlet, with at least 12 inches (300
mm) of slack.
FIELD QUALITY CONTROL
Testing: Perform the following field quality‐control testing:
After installing conductors and cables and before electrical circuitry has
been energized, test for compliance with requirements.
Perform each electrical test and visual and mechanical inspection stated
in NETA ATS, Section 7.3.1. Certify compliance with test parameters.
Test Reports: Prepare a written report to record the following:
Test procedures used.
Test results that comply with requirements.
Test results that do not comply with requirements and corrective action
taken to achieve compliance with requirements.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 26 GROUNDING AND BONDING 4 May 2022
26 05 26 – PAGE 1 OF 6
SECTION 26 05 26
GROUNDING AND BONDING
GENERAL
DESCRIPTION OF WORK
This Section includes grounding of electrical systems and equipment. Grounding
requirements specified in this Section may be supplemented by special
requirements of systems described in other Sections.
RELATED SECTIONS
Section 26 05 19 ‐ Conductors and Cables.
Section 25 05 43 ‐ Underground Ducts and Handholes.
REFERENCES
ASTM
IEEE
UL
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
SUBMITTALS
Product Data: For each type of product indicated.
Product Data: For the following:
Ground rods.
Field Test Reports: Submit written test reports to include the following:
Test procedures used.
Test results that comply with requirements.
Results of failed tests and corrective action taken to achieve test results
that comply with requirements.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 26 GROUNDING AND BONDING 4 May 2022
26 05 26 – PAGE 2 OF 6
QUALITY ASSURANCE
Electrical Components, Devices, and Accessories: Listed and labeled as defined
in NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
Comply with UL 467.
PRODUCTS
MANUFACTURERS
Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
Grounding Conductors, Cables, Connectors, and Rods:
Apache Grounding/Erico Inc.
Chance/Hubbell.
Erico Inc.; Electrical Products Group.
Framatome Connectors/Burndy Electrical.
ILSCO.
Kearney/Cooper Power Systems.
Korns: C. C. Korns Co.; Division of Robroy Industries.
O‐Z/Gedney Co.; a business of the EGS Electrical Group.
Raco, Inc.; Division of Hubbell.
Thomas & Betts, Electrical.
GROUNDING CONDUCTORS
For insulated conductors, comply with Division 26 Section 26 05 19 ‐ Conductors
and Cables.
Equipment Grounding Conductors: Insulated with green‐colored insulation.
Grounding Electrode Conductors: Stranded cable.
Underground Conductors: Bare, tinned, stranded, unless otherwise indicated.
Bare Copper Conductors: Comply with the following:
Solid Conductors: ASTM B 3.
Assembly of Stranded Conductors: ASTM B 8.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 26 GROUNDING AND BONDING 4 May 2022
26 05 26 – PAGE 3 OF 6
Tinned Conductors: ASTM B 33.
Copper Bonding Conductors: As follows:
Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG copper conductor,
1/4 inch (6.4 mm) in diameter.
Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor.
Bonding Jumper: Bare copper tape, braided bare copper conductors,
terminated with copper ferrules; 1‐5/8 inches (42 mm) wide and 1/16
inch (1.5 mm) thick.
Tinned Bonding Jumper: Tinned‐copper tape, braided copper
conductors, terminated with copper ferrules; 1‐5/8 inches (42 mm) wide
and 1/16 inch (1.5 mm) thick.
CONNECTOR PRODUCTS
Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and
combinations of conductors and connected items.
Bolted Connectors: Bolted‐pressure‐type connectors, or compression type.
Welded Connectors: Exothermic‐welded types, in kit form, and selected per
manufacturer's written instructions.
GROUNDING ELECTRODES
Ground Rods: Copper‐clad steel.
Size: 3/4 by 120 inches (19 by 3000 mm) in diameter.
Test Wells: Provide handholes as specified in Division 26 Section 26 05 43
Underground Ducts and Handholes.
EXECUTION
APPLICATION
In raceways, use insulated equipment grounding conductors.
Exothermic‐Welded Connections: Use for connections to structural steel and for
underground connections, except those at test wells.
Equipment Grounding Conductor Terminations: Use bolted pressure clamps.
Ground Rod Clamps at Test Wells: Use bolted pressure clamps with at least two
bolts.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 26 GROUNDING AND BONDING 4 May 2022
26 05 26 – PAGE 4 OF 6
EQUIPMENT GROUNDING CONDUCTORS
Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment
grounding conductors, unless specific types, larger sizes, or more conductors
than required by NFPA 70 are indicated.
Install equipment grounding conductors in all feeders and circuits.
Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic
raceways unless they are designated for telephone or data cables.
Metal Poles Supporting Outdoor Lighting Fixtures: Provide a grounding
electrode in addition to installing a separate equipment grounding conductor
with supply branch‐circuit conductors.
INSTALLATION
Ground Rods: Install at least three rods spaced at least one‐rod length from
each other and located at least the same distance from other grounding
electrodes.
Drive ground rods until tops are 2 inches (50 mm) below finished floor or
final grade, unless otherwise indicated.
Interconnect ground rods with grounding electrode conductors. Use
exothermic welds, except at test wells and as otherwise indicated. Make
connections without exposing steel or damaging copper coating.
Grounding Conductors: Route along shortest and straightest paths possible,
unless otherwise indicated. Avoid obstructing access or placing conductors
where they may be subjected to strain, impact, or damage.
Bonding Straps and Jumpers: Install so vibration by equipment mounted on
vibration isolation hangers and supports is not transmitted to rigidly mounted
equipment. Use exothermic‐welded connectors for outdoor locations, unless a
disconnect‐type connection is required; then, use a bolted clamp. Bond straps
directly to the basic structure taking care not to penetrate any adjacent parts.
Install straps only in locations accessible for maintenance.
Install one test well for each service at the ground rod electrically closest to the
service entrance. Set top of well flush with finished grade or floor.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 26 GROUNDING AND BONDING 4 May 2022
26 05 26 – PAGE 5 OF 6
CONNECTIONS
General: Make connections so galvanic action or electrolysis possibility is
minimized. Select connectors, connection hardware, conductors, and
connection methods so metals in direct contact will be galvanically compatible.
Use electroplated or hot‐tin‐coated materials to ensure high conductivity
and to make contact points closer to order of galvanic series.
Make connections with clean, bare metal at points of contact.
Make aluminum‐to‐steel connections with stainless‐steel separators and
mechanical clamps.
Make aluminum‐to‐galvanized steel connections with tin‐plated copper
jumpers and mechanical clamps.
Coat and seal connections having dissimilar metals with inert material to
prevent future penetration of moisture to contact surfaces.
Exothermic‐Welded Connections: Comply with manufacturer's written
instructions. Welds that are puffed up or that show convex surfaces indicating
improper cleaning are not acceptable.
Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use
pressure‐type grounding lugs. No. 10 AWG and smaller grounding conductors
may be terminated with winged pressure‐type connectors.
Noncontact Metal Raceway Terminations: If metallic raceways terminate at
metal housings without mechanical and electrical connection to housing,
terminate each conduit with a grounding bushing. Connect grounding bushings
with a bare grounding conductor to grounding bus or terminal in housing. Bond
electrically noncontinuous conduits at entrances and exits with grounding
bushings and bare grounding conductors, unless otherwise indicated.
Connections at Test Wells: Use compression‐type connectors on conductors and
make bolted‐ and clamped‐type connections between conductors and ground
rods.
Tighten screws and bolts for grounding and bonding connectors and terminals
according to manufacturer's published torque‐tightening values. If
manufacturer's torque values are not indicated, use those specified in UL 486A.
Compression‐Type Connections: Use hydraulic compression tools to provide
correct circumferential pressure for compression connectors. Use tools and dies
recommended by connector manufacturer. Provide embossing die code or other
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 26 GROUNDING AND BONDING 4 May 2022
26 05 26 – PAGE 6 OF 6
standard method to make a visible indication that a connector has been
adequately compressed on grounding conductor.
Moisture Protection: If insulated grounding conductors are connected to ground
rods or grounding buses, insulate entire area of connection and seal against
moisture penetration of insulation and cable.
FIELD QUALITY CONTROL
Testing: Perform the following field quality‐control testing:
After installing grounding system but before permanent electrical
circuitry has been energized, test for compliance with requirements.
Test completed grounding system at each location where a maximum
ground‐resistance level is specified, at service disconnect enclosure
grounding terminal, and at ground test wells. Measure ground resistance
not less than two full days after the last trace of precipitation, and
without the soil being moistened by any means other than natural
drainage or seepage and without chemical treatment or other artificial
means of reducing natural ground resistance. Perform tests, by the fall‐
of‐potential method according to IEEE 81.
Provide drawings locating each ground rod and ground rod assembly and
other grounding electrodes, identify each by letter in alphabetical order,
and key to the record of tests and observations. Include the number of
rods driven and their depth at each location and include observations of
weather and other phenomena that may affect test results. Describe
measures taken to improve test results.
i. Equipment Rated 500 kVA and Less: 10 ohms.
ii. Equipment Rated 500 to 1000 kVA: 5 ohms.
Excessive Ground Resistance: If resistance to ground exceeds specified
values, notify Architect promptly and include recommendations to
reduce ground resistance.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 33 RACEWAYS AND BOXES 4 May 2022
26 05 33 – PAGE 1 OF 6
SECTION 26 05 33
RACEWAYS AND BOXES
GENERAL
DESCRIPTION OF WORK
Section Includes:
Metal conduits, tubing, and fittings.
Nonmetal conduits, tubing, and fittings.
Surface raceways.
Boxes, enclosures, and cabinets.
Related Requirements:
Section 26 05 43 ‐ Underground Ducts and Handholes for exterior duct‐
banks, boxes, manholes, and underground utility construction.
RELATED SECTIONS
Section 26 05 43 ‐ Underground Ducts and Handholes
REFERENCES
Drawings and general provisions of the Contract, including General and Supple‐
mentary Conditions and Division 1 Specification Sections, apply to this Section.
SUBMITTALS
Product Data: For surface raceways, wireways and fittings, floor boxes, hinged‐
cover enclosures, and cabinets.
Shop Drawings: For custom enclosures and cabinets. Include plans, elevations,
sections, and attachment details.
DEFINITIONS
GRC: Galvanized rigid steel conduit.
PRODUCTS
METAL CONDUITS, TUBING, AND FITTINGS
Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and la‐
beled as defined in NFPA 70, by a qualified testing agency, and marked for in‐
tended location and application.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 33 RACEWAYS AND BOXES 4 May 2022
26 05 33 – PAGE 2 OF 6
GRC: Comply with ANSI C80.1 and UL 6.
EMT: Comply with ANSI C80.3 and UL 797.
FMC: Comply with UL 1; zinc‐coated steel.
LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.
Fittings for EMT:
i. Material: Steel.
ii. Type: compression.
Expansion Fittings: PVC or steel to match conduit type, complying with
UL 651, rated for environmental conditions where installed, and including
flexible external bonding jumper.
NONMETALLIC CONDUITS AND FITTINGS
Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and
labeled as defined in NFPA 70, by a qualified testing agency, and marked for in‐
tended location and application.
RNC: Type EPC‐80‐PVC, complying with NEMA TC 2 and UL 651 unless otherwise
indicated.
Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and
material.
Solvents and Adhesives: As recommended by conduit manufacturer.
SURFACE RACEWAYS
Listing and Labeling: Surface raceways shall be listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and ap‐
plication.
BOXES, ENCLOSURES, AND CABINETS
General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures,
and cabinets installed in wet locations shall be listed for use in wet locations.
Cast‐Metal Outlet and Device Boxes: Comply with NEMA FB 1, Type FD, with gas‐
keted cover.
Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 33 RACEWAYS AND BOXES 4 May 2022
26 05 33 – PAGE 3 OF 6
Cast‐Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and
UL 1773, with gasketed cover.
Box extensions used to accommodate new building finishes shall be of same ma‐
terial as recessed box.
Gangable boxes are prohibited.
Enclosures: Comply with UL 50 and NEMA 250 with continuous‐hinge cover with
flush latch unless otherwise indicated.
Exterior enclosures: NEMA Type 4X. 316 stainless steel or powder coated
304 stainless steel/marine grade aluminum.
Interior Panels: NEMA Type 12.
Enclosures larger than 12” x 12” x 6”d in any dimension:
Hinged door in front cover with flush latch and concealed hinge.
Key latch to match panelboards.
Metal barriers to separate wiring of different systems and voltage.
Accessory feet where required for freestanding equipment.
EXECUTION
RACEWAY APPLICATION
Outdoors: Apply raceway products as specified below unless otherwise indi‐
cated:
Exposed Conduit: GRC, RNC.
Concealed Conduit, Aboveground: GRC.
Underground Conduit: RNC, Type EPC‐80‐PVC.
Connection to Vibrating Equipment (Including Transformers and Hydrau‐
lic, Pneumatic, Electric Solenoid, or Motor‐Driven Equipment): LFMC.
Boxes and Enclosures, Aboveground: NEMA 250, Type 4X.
Minimum Raceway Size: 3/4‐inch (21‐mm) trade size, except when specifically
noted otherwise.
Raceway Fittings: Compatible with raceways and suitable for use and location.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 33 RACEWAYS AND BOXES 4 May 2022
26 05 33 – PAGE 4 OF 6
Rigid Steel Conduit: Use threaded rigid steel conduit fittings unless other‐
wise indicated. Comply with NEMA FB 2.10.
Flexible Conduit: Use only fittings listed for use with flexible conduit.
Comply with NEMA FB 2.20.
Do not install aluminum conduits, boxes, or fittings in contact with concrete or
earth.
Install surface raceways only where indicated on Drawings.
INSTALLATION
Comply with NECA 1 and NECA 101 for installation requirements except where
requirements on Drawings or in this article are stricter.
Keep raceways at least 6 inches (150 mm) away from other utilities. Install hori‐
zontal raceway runs above water piping.
Complete raceway installation before starting conductor installation.
Arrange stub‐ups so curved portions of bends are not visible above finished slab.
Install no more than the equivalent of three 90‐degree bends in any conduit run
except for control wiring conduits, for which fewer bends are allowed. Support
within 12 inches (300 mm) of changes in direction.
Conceal conduit unless otherwise indicated. Install conduits parallel or perpen‐
dicular to construction features and/or building lines. Hold conduit tight to
structure. Paint to match adjacent surfaces.
Support conduit within 12 inches ((300 mm)) of enclosures to which attached.
Raceways Embedded in Slabs:
Run conduit larger than 1‐inch (27‐mm) trade size, parallel or at right an‐
gles to main reinforcement. Where at right angles to reinforcement,
place conduit close to slab support. Secure raceways to reinforcement at
maximum 10‐foot (3‐m) intervals.
Arrange raceways to keep a minimum of 2 inches (50 mm) of concrete
cover in all directions.
Do not embed threadless fittings in concrete unless specifically approved
by owners representative for each specific location.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 33 RACEWAYS AND BOXES 4 May 2022
26 05 33 – PAGE 5 OF 6
Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Condi‐
tions: Apply listed compound to threads of raceway and fittings before making
up joints. Follow compound manufacturer's written instructions.
Install raceways square to the enclosure and terminate at enclosures with lock‐
nuts. Install locknuts hand tight plus 1/4 turn more.
Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Re‐
move coatings in the locknut area prior to assembling conduit to enclosure to as‐
sure a continuous ground path.
Cut conduit perpendicular to the length. For conduits 2‐inch (53‐mm) trade size
and larger, use roll cutter or a guide to make cut straight and perpendicular to
the length.
Install pull wires in empty raceways. Use polypropylene or monofilament plastic
line with not less than 200‐lb (90‐kg) tensile strength. Leave at least 12 inches
(300 mm) of slack at each end of pull wire. Cap underground raceways desig‐
nated as spare above grade alongside raceways in use.
Comply with manufacturer's written instructions for solvent welding RNC and fit‐
tings.
Expansion‐Joint Fittings:
Install in each run of aboveground RNC that is located where environ‐
mental temperature change may exceed 30 deg F (17 deg C) and that has
straight‐run length that exceeds 25 feet (7.6 m). Install in each run of
aboveground RNC conduit that is located where environmental tempera‐
ture change may exceed 100 deg F (55 deg C) and that has straight‐run
length that exceeds 100 feet (30 m).
Install fitting(s) that provide expansion and contraction for at least
0.00041 inch per foot of length of straight run per deg F (0.06 mm per
meter of length of straight run per deg C) of temperature change for PVC
conduits. Install fitting(s) that provide expansion and contraction for at
least 0.000078 inch per foot of length of straight run per deg F
(0.0115 mm per meter of length of straight run per deg C) of temperature
change for metal conduits.
Install expansion fittings at all locations where conduits cross building or
structure expansion joints.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 33 RACEWAYS AND BOXES 4 May 2022
26 05 33 – PAGE 6 OF 6
Install each expansion‐joint fitting with position, mounting, and piston
setting selected according to manufacturer's written instructions for con‐
ditions at specific location at time of installation. Install conduit supports
to allow for expansion movement.
Mount boxes at heights indicated on Drawings. If mounting heights of boxes are
not individually indicated, give priority to ADA requirements. Install boxes with
height measured to center of box unless otherwise indicated.
Recessed Boxes in Masonry Walls: Install box flush with surface of wall. Prepare
surfaces to provide a flat surface for a watertight connection between box and
cover plate or supported equipment and box.
Horizontally separate boxes mounted on opposite sides of walls so they are not
in the same vertical channel.
Locate boxes so that cover or plate will not span different finishes.
Fasten junction and pull boxes to or support from building structure. Do not sup‐
port boxes by conduits.
PROTECTION
Protect coatings, finishes, and cabinets from damage and deterioration.
Repair damage to galvanized finishes with zinc‐rich paint recommended
by manufacturer.
Repair damage to PVC coatings or paint finishes with matching touchup
coating recommended by manufacturer.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 1 OF 7
SECTION 26 05 43
UNDERGROUND DUCTS AND HANDHOLES
GENERAL
DESCRIPTION OF WORK
This Section includes the requirements for trenching, backfilling and installation
of underground conduits, ducts and duct banks, and the design, fabrication, de‐
livery and installation of handholes.
Related Documents: The provisions and intent of the Contract, the General and
Supplementary Conditions, and Division 1 Specification Sections, apply to the
Work as if specified in this Section.
RELATED SECTIONS
Division 2, Section “Earthwork” for general requirements for excavation, backfill
and items related to ducts, manholes, and handholes.
Division 3, Section “Cast‐In‐Place Concrete” for cast‐in‐place concrete require‐
ments.
Division 26, Section 26 05 26 ‐ Grounding and Bonding.
RELATED
Drawings and general provisions of the Contract, including General and Supple‐
mentary Conditions and Division 1 Specification Sections, apply to this Section.
ASTM (American Society for Testing and Materials).
NFPA 70 (National Fire Protection Association) – National Electrical Code.
WSDOT/APWA Specifications, Section 6‐02.3.
SUBMITTALS
General: Submit the following in accordance with Conditions of the Contract and
Division 1 Specification Sections:
Product data for metal accessories handholes, conduit and duct, duct
bank materials, and miscellaneous components.
Shop drawings showing details and design calculations for precast hand‐
holes, including reinforcing steel. Stamp drawings with seal of registered
professional structural engineer.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 2 OF 7
Certificate for concrete and steel used in underground precast concrete
utility structures, according to ASTM C 858.
Inspection report for factory inspections, according to ASTM C 1037.
Record Documents: Show dimensioned locations of underground ducts,
and handholes, from nearest building or permanent structure.
QUALITY ASSURANCE
Listing and Labeling: Provide products that are Listed and Labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to the Authority Having Ju‐
risdiction, and marked for intended use for the location and environment in
which they are installed.
Comply with NFPA 70, as adopted and administered by the Authority Having Ju‐
risdiction.
ANSI C2 “National Electrical Safety Code” for components and installation.
DEFINITIONS
Duct: Electrical conduit and other raceway, either metallic or nonmetallic, used
underground, embedded in earth or concrete.
Ductbank: 2 or more conduits or other raceway installed underground in the
same trench or concrete envelope.
Handhole, Pull‐box, or Vault: An underground junction box in a duct or duct
bank. Handhole, pull‐box, and vault, is used interchangeably.
COORDINATION
Coordinate layout and installation of ducts, and handholes with final arrange‐
ment of other utilities as determined by field verification. Revise locations and
elevations from those indicated as required to suit field conditions and ensure
that duct runs drain to handholes.
SAFETY REQUIREMENTS
Comply with safety and protection requirements of Division 26, Section 26 00 00
“Basic Electrical Materials and Methods.”
Perform work in accordance with the safety requirements of the Department of
Labor Occupational Safety and Health Administration, Volume 36, Number 75,
Part II, Subpart P, “Excavations, Trenching, and Shoring,” and with Section 7 of
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 3 OF 7
the Manual of Accident Prevention in Construction as published by the Associa‐
tion General Contractors of America, Inc.
Educate supervisors and employees on safety requirements and practices to be
followed during the course of the work.
DELIVERY, STORAGE, AND HANDLING
Deliver ducts to site with ends capped. Store nonmetallic ducts with supports to
prevent bending, warping, and deforming.
Store precast concrete units at site as recommended by manufacturer to prevent
physical damage. Arrange so identification markings are visible.
Lift and support precast concrete units only at designated lifting or supporting
points.
PRODUCTS
MANUFACTURERS
Handholes: Subject to compliance with requirements, provide products by one
of the following:
Puget Sound Precast
Oldcastle
Columbia Precast
CONDUIT AND DUCTS
Nonmetallic conduit:
Rigid Plastic Conduit: NEMA TC 2, UL 651A, Schedule 80 PVC, rated for
use with 90°C conductors under all installation conditions and labeled for
underground use.
CONDUIT FITTINGS
PVC Conduit and Tubing Fittings: NEMA TC 3.
Seal Bushings: O.Z. compound bushing on each conduit entering a building from
outside underground and on each conduit passing from one space into another,
which is normally at a lower temperature.
DUCT SUPPORTS
Rigid PVC spacers selected to provide minimum duct spacings (see drawings).
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 4 OF 7
HANDHOLES, VAULTS, & PULL‐BOXES
General: Precast concrete, as indicated on Drawings, with the following standard
features:
Cover with insert or other device to facilitate lifting.
Cover with locking devices similar to REA or FARGO.
Drain hole in base, 2‐inch minimum diameter.
Knockouts in sides of adequate number and spacing to accommodate
duct‐bank shown.
Design structure per Washington State Department of transportation (WSDOT)
for Type 1 and Type 2 underground pull boxes.
Covers:
Galvanized diamond plate lids.
Access lids shall be provided with a permanent non‐slip surface having a
static coefficient of friction between 0.60 and 1.00 as determined by
ASTM Designation. C 1028‐89. Access lids on inclines greater than 4%
shall have a coefficient of friction between 0.80 and. 1.00.
Cast‐in legend “ELECTRIC”, “TELEPHONE” or “COMMUNICATIONS” as ap‐
propriate.
Machine cover‐to‐frame bearing surfaces.
Covers per City of Renton standards.
ACCESSORIES
Duct Supports: Rigid PVC spacers selected to provide 3 1/2” minimum duct spac‐
ings and concrete cover depths indicated, while supporting ducts during con‐
crete pour.
BACKFILL MATERIAL
Coordinate trenching and backfill with division 31 sections.
Select Backfill. Unsaturated excavated earth free of rocks, broken concrete and
debris, and compacted in 12” lifts to prevent settlement. Provide 3” sand base
below bottom of deepest raceway(s).
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 5 OF 7
Provide plastic warning tape, 4‐mil thickness reading “Caution –
Buried Electrical Line Below” in trench at 12” below grade.
EXECUTION
EXAMINATION
Examine site to receive ducts and handholes for compliance with installation tol‐
erances and other conditions affecting performance of the underground ducts
and handholes. Do not proceed with installation until unsatisfactory conditions
have been corrected.
Existing Utilities: Locate all existing utilities in the area prior to performing any
excavation.
EARTHWORK
Comply with Division 31 sections.
Trenching:
Comply with OSHA/WISHA safety standards for trenching, including sta‐
ble slope and shoring requirements.
Depth: Refer to Drawings for trench depth requirements. Depths per
code and utility company standards; refer to civil documents for final
grades. Correct points of over‐excavation using mechanically‐compacted
backfill to form a smooth trench bottom.
Width: Excavate to minimum width consistent with stability of sides.
Slope: Slope trenches so that conduit and ducts drain toward handholes.
Muck Excavation: Where muck or unstable material is encountered, over‐
excavate and backfill to attain proper grade with coarse sand, gravel, or
Controlled Density Fill.
Pile backfill material in an orderly manner; a sufficient distance from the
trench to avoid overloading trench banks.
Bedding: The entire bottom of the excavation is to be firm, stable, and at
uniform density.
Excavating for Handholes: Provide 12” minimum clearance between outer sur‐
faces of unit and embankment or timber used for shoring.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 6 OF 7
RACEWAY APPLICATIONS
Nonmetallic conduit: Use underground only.
Underground Ductbanks: For low‐voltage applications. Use Schedule 80
Rigid Plastic Conduit as standard.
Use PVC fittings for PVC conduit and suitable water‐tight connections.
CONDUIT AND DUCT INSTALLATION
Install conduit and ducts as indicated on Drawings and according to manufac‐
turer’s written instructions.
Contractor shall provide all shoring and false work as required for construction of
duct banks.
Slope: Pitch ducts minimum of 4 inches per 100 feet to drain toward handholes.
Slope ducts from a high point in runs between 2 handholes to drain in both di‐
rections.
Curves and Bends: Use manufactured long sweep bends. Do not exceed 20 de‐
grees for field bends.
Make joints in ducts and fittings watertight according to manufacturer’s instruc‐
tions. Stagger couplings so those of adjacent ducts do not lie in the same plane.
Duct Entrances to Handholes: Provide bell ends for conduits entering handholes.
Grout end bells into concrete walls from both sides to provide watertight en‐
trances.
Separation Between Direct‐Buried, Non‐Encased Ducts: Provide 3 inches mini‐
mum separation for like services, and 12 inches minimum between power and
signal ducts.
BACKFILLING
Backfill only after all necessary inspections and tests have been performed.
Remove all debris, rocks, broken concrete, and formwork before backfilling
trenches.
Deposit backfill in layers with materials described in Article 2.07, “Backfill Mate‐
rial.” Uniformly spread and compact backfill with suitable power tampers to the
density of the adjacent soil and in such a manner so as not to disturb the align‐
ment of the conduit. If settlement occurs, refill, compact and smooth off to con‐
form to the surface of the ground.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 43 UNDERGROUND DUCTS AND HANDHOLES 4 May 2022
26 05 43 – PAGE 7 OF 7
Restore surface features at areas disturbed by excavation, and reestablish
grades.
Replace removed sod as soon as possible after backfilling is completed.
Restore all areas disturbed by trenching, storing of dirt, cable laying, and
other work.
Restore vegetation and provide necessary topsoil, fertilizer, lime, seed,
sod, sprigging, or mulching.
Replace disturbed paving.
HANDHOLE INSTALLATION
Install as indicated on Drawings according to manufacturer’s written instructions
and ASTM C 891.
Install with orientation and depth coordinated with arrangement of con‐
necting ducts to minimize bends and deflections required for proper en‐
trances.
Support units on a bed of crushed stone or gravel, graded from the 1‐inch
sieve to the No. 4 sieve and compacted to the same density as the adja‐
cent undisturbed earth.
Drainage: Provide one foot minimum of gravel below the drain hole.
Grounding:
Provide opening for ground rod through floor in handholes.
IDENTIFICATION
Provide warning and caution signs as required by the Authority Having Jurisdic‐
tion and these specifications.
Label raceways entering concealed locations from exposed locations as to the
destination via the concealed area.
TESTING AND CLEANING
Pull brush through full length of ducts. Use round bristle brush with a diameter
1/2‐inch greater than internal diameter of duct. Clean internal surfaces of hand‐
holes.
Duct Integrity: Swab out ducts with a mandrel 1/4 inch smaller in diameter than
internal diameter of ducts.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 53 ELECTRICAL IDENTIFICATION 4 May 2022
26 05 53 – PAGE 1 OF 6
SECTION 26 05 53
ELECTRICAL IDENTIFICATION
GENERAL
DESCRIPTION OF WORK
This Section includes the following:
Conductor and communication and control cable identification materials.
Identification for conductors and cables.
Underground‐line warning tape.
Warning labels and signs.
Instruction signs.
Equipment identification labels.
Miscellaneous identification products.
REFERENCES
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
SUBMITTALS
Product Data: For each electrical identification product indicated.
Identification Schedule: An index of nomenclature of electrical equipment and
system components used in identification signs and labels.
Samples: For each type of label and sign to illustrate size, colors, lettering style,
mounting provisions, and graphic features of identification products.
QUALITY ASSURANCE
Comply with ANSI A13.1 and ANSI C2.
Comply with NFPA 70.
Comply with 29 CFR 1910.145.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 53 ELECTRICAL IDENTIFICATION 4 May 2022
26 05 53 – PAGE 2 OF 6
COORDINATION
Coordinate identification names, abbreviations, colors, and other features with
requirements in the Contract Documents, Shop Drawings, manufacturer's wiring
diagrams, and the Operation and Maintenance Manual, and with those required
by codes, standards, and 29 CFR 1910.145. Use consistent designations
throughout Project.
Coordinate installation of identifying devices with completion of covering and
painting of surfaces where devices are to be applied.
Coordinate installation of identifying devices with location of access panels and
doors.
Install identifying devices before installing acoustical ceilings and similar
concealment.
PRODUCTS
CONDUCTOR AND COMMUNICATION‐ AND CONTROL‐CABLE IDENTIFICATION MATERIALS
Color‐Coding Conductor Tape: Colored, self‐adhesive vinyl tape not less than 3
mils (0.08 mm) thick by 1 to 2 inches (25 to 50 mm) wide.
Sleeve‐type, permanent, PVC, yellow or white, with legible machine‐printed
black markings.
Manufacturer and Products: Raychem; Type D‐SCE or ZH‐SCE.
UNDERGROUND‐LINE WARNING TAPE
Description: Permanent, bright‐colored, continuous‐printed, polyethylene tape.
Not less than 6 inches (150 mm) wide by 4 mils (0.102 mm) thick.
Compounded for permanent direct‐burial service.
Embedded continuous metallic strip or core.
Printed legend shall indicate type of underground line.
WARNING LABELS AND SIGNS
Comply with NFPA 70 and 29 CFR 1910.145.
Self‐Adhesive Warning Labels: Factory printed, multicolor, pressure‐sensitive
adhesive labels, configured for display on front cover, door, or other access to
equipment, unless otherwise indicated.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 53 ELECTRICAL IDENTIFICATION 4 May 2022
26 05 53 – PAGE 3 OF 6
Baked‐Enamel Warning Signs: Preprinted aluminum signs, punched or drilled for
fasteners, with colors, legend, and size required for application. 1/4‐inch (6.4‐
mm) grommets in corners for mounting. Nominal size, 7 by 10 inches (180 by
250 mm).
Metal‐Backed, Butyrate Warning Signs: Weather‐resistant, nonfading,
preprinted, cellulose‐acetate butyrate signs with 0.0396‐inch (1‐mm) galvanized‐
steel backing; and with colors, legend, and size required for application. 1/4‐inch
(6.4‐mm) grommets in corners for mounting. Nominal size, 10 by 14 inches (250
by 360 mm).
Warning label and sign shall include, but are not limited to, the following
legends:
Multiple Power Source Warning: "DANGER ‐ ELECTRICAL SHOCK HAZARD
‐ EQUIPMENT HAS MULTIPLE POWER SOURCES."
Workspace Clearance Warning: "WARNING ‐ OSHA REGULATION ‐ AREA
IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36
INCHES (915 MM)."
INSTRUCTION SIGNS
Coordinate this Article with Drawings.
Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm)
thick for signs up to 20 sq. in. (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger
sizes.
Engraved legend with black letters on white face.
Punched or drilled for mechanical fasteners.
Framed with mitered acrylic molding and arranged for attachment at
applicable equipment.
EQUIPMENT IDENTIFICATION LABELS
Self‐Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive
backed, with white letters on a dark‐gray background. Minimum letter height
shall be 3/8 inch (10 mm).
MISCELLANEOUS IDENTIFICATION PRODUCTS
Cable Ties: Fungus‐inert, self‐extinguishing, 1‐piece, self‐locking, Type 6/6 nylon
cable ties.
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 53 ELECTRICAL IDENTIFICATION 4 May 2022
26 05 53 – PAGE 4 OF 6
Minimum Width: 3/16 inch (5 mm).
Tensile Strength: 50 lb (22.6 kg), minimum.
Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85
deg C).
Color: Black, except where used for color‐coding.
Fasteners for Labels and Signs: Self‐tapping, stainless‐steel screws or stainless‐
steel machine screws with nuts and flat and lock washers.
EXECUTION
APPLICATION
Branch‐Circuit Conductor Identification: Where there are conductors for more
than three branch circuits in same junction or pull box, use color‐coding
conductor tape. Identify each ungrounded conductor according to source and
circuit number.
Locations of Underground Lines: Identify with underground‐line warning tape
for power, lighting, communication, and control wiring and optical fiber cable.
Install underground‐line warning tape for cables in raceway.
Instruction Signs:
Operating Instructions: Install instruction signs to facilitate proper
operation and maintenance of electrical systems and items to which they
connect. Install instruction signs with approved legend where
instructions are needed for system or equipment operation.
Equipment Identification Labels: On each unit of equipment, install unique
designation label that is consistent with wiring diagrams, schedules, and
Operation and Maintenance Manual. Apply labels to disconnect switches and
protection equipment, central or master units, control panels, control stations,
terminal cabinets, and racks of each system. Systems include power, lighting,
control, communication, signal, monitoring, and alarm systems unless
equipment is provided with its own identification.
Labeling Instructions:
Indoor Equipment: Engraved, laminated acrylic or melamine
label. Unless otherwise indicated, provide a single line of text
with 1/2‐inch‐ (13‐mm‐) high letters on 1‐1/2‐inch‐ (38‐mm‐) high
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 53 ELECTRICAL IDENTIFICATION 4 May 2022
26 05 53 – PAGE 5 OF 6
label; where 2 lines of text are required, use labels 2 inches (50
mm) high.
Outdoor Equipment: Engraved, laminated acrylic or melamine
label.
Elevated Components: Increase sizes of labels and letters to
those appropriate for viewing from the floor.
Equipment to Be Labeled:
Identification labeling of some items listed below may be required by
individual Sections or by NFPA 70.
Panelboards, electrical cabinets, and enclosures.
Access doors and panels for concealed electrical items.
Disconnect switches.
Contactors.
Lighting controls.
Remote‐controlled switches, dimmer modules, and control
devices.
Voice and data cable terminal equipment.
INSTALLATION
Verify identity of each item before installing identification products.
Location: Install identification materials and devices at locations for most
convenient viewing without interference with operation and maintenance of
equipment.
Apply identification devices to surfaces that require finish after completing finish
work.
Self‐Adhesive Identification Products: Clean surfaces before application, using
materials and methods recommended by manufacturer of identification device.
Attach non‐adhesive signs and plastic labels with screws and auxiliary hardware
appropriate to the location and substrate.
System Identification Color Banding for Raceways and Cables: Each color band
shall completely encircle cable or conduit. Place adjacent bands of two‐color
markings in contact, side by side. Locate bands at changes in direction, at
PHILIP ARNOLD PARK Bid Set
SECTION 26 05 53 ELECTRICAL IDENTIFICATION 4 May 2022
26 05 53 – PAGE 6 OF 6
penetrations of walls and floors, at 50‐foot (15‐m) maximum intervals in straight
runs, and at 25‐foot (7.6‐m) maximum intervals in congested areas.
Color‐Coding for Phase and Voltage Level Identification, 600 V and Less: Use the
colors listed below for ungrounded service, feeder, and branch‐circuit
conductors.
Color shall be factory applied or, for sizes larger than No. 10 AWG if
authorities having jurisdiction permit, field applied.
Colors for 208/120‐V Circuits:
Phase A: Black.
Phase B: Red.
Phase C: Blue.
Field‐Applied, Color‐Coding Conductor Tape: Apply in half‐lapped turns
for a minimum distance of 6 inches (150 mm) from terminal points and in
boxes where splices or taps are made. Apply last two turns of tape with
no tension to prevent possible unwinding. Locate bands to avoid
obscuring factory cable markings.
Underground‐Line Warning Tape: During backfilling of trenches install
continuous underground‐line warning tape directly above line at 6 to 8 inches
(150 to 200 mm) below finished grade. Use multiple tapes where width of
multiple lines installed in a common trench exceeds 36 inches.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 26 27 26 WIRING DEVICES 4 May 2022
26 27 26 – PAGE 1 OF 4
SECTION 26 27 26
WIRING DEVICES
GENERAL
DESCRIPTION OF WORK
This Section includes the following:
Single and duplex receptacles, ground‐fault circuit interrupters.
Device Plates.
RELATED SECTIONS
Section 26 05 26 – Grounding and Bonding
Section 26 05 53 – Electrical Identification
Section 26 05 19 – Conductors and Cables
REFERENCES
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
SUBMITTALS
Product Data: For each type of product indicated.
Shop Drawings: List of legends and description of materials and process used for
pre‐marking wall plates.
Include sample review below if products may have critical features needing
hands‐on appraisal.
Samples: One for each type of device and wall plate specified, in each color
specified.
Field quality‐control test reports.
DEFINITIONS
GFCI: Ground‐fault circuit interrupter.
PVC: Polyvinyl chloride.
PHILIP ARNOLD PARK Bid Set
SECTION 26 27 26 WIRING DEVICES 4 May 2022
26 27 26 – PAGE 2 OF 4
QUALITY ASSURANCE
Source Limitations: Obtain each type of wiring device through one source from a
single manufacturer.
Electrical Components, Devices, and Accessories: Listed and labeled as defined
in NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
Comply with NFPA 70.
PRODUCTS
MANUFACTURERS
Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
Wiring Devices:
Bryant Electric, Inc./Hubbell Subsidiary.
Hubbell Incorporated; Wiring Device‐Kellems.
Leviton Mfg. Company Inc.
Pass & Seymour/Legrand; Wiring Devices Div.
RECEPTACLES
Straight‐Blade‐Type Receptacles: Comply with NEMA WD 1, NEMA WD 6,
DSCC W‐C‐596G, and UL 498.
Straight‐Blade and Locking Receptacles: Heavy‐Duty grade.
Provide non‐feed‐through GFCI receptacles. GFCI protection of downstream
devices is not permitted.
Covers and housings: metallic, lockable, and secured with tamper resistant
screws.
GFCI Receptacles: Straight blade, feed‐through type, Hospital grade, with
integral NEMA WD 6, Configuration 5‐20R duplex receptacle; complying with
UL 498 and UL 943. Design units for installation in a 2‐3/4‐inch‐ (70‐mm‐) deep
outlet box without an adapter.
WALL PLATES, COVERS, AND HOUSINGS
Single and combination types to match corresponding wiring devices.
PHILIP ARNOLD PARK Bid Set
SECTION 26 27 26 WIRING DEVICES 4 May 2022
26 27 26 – PAGE 3 OF 4
Plate‐Securing Screws: Metal with head color to match plate finish.
Fasteners to be vandal resistant.
Material for Finished and Unfinished Spaces: Stainless steel.
Material for Wet Locations: Cast aluminum with ‘while in use’ lift cover,
listed and labeled for use in "wet locations.” Metallic, lockable, and
secured with tamper resistant screws.
FINISHES
Color:
Wiring Devices: As selected by the owner, unless otherwise indicated or
required by NFPA 70.
EXECUTION
INSTALLATION
Install devices and assemblies level, plumb, and square with construction lines.
Arrangement of Devices: Unless otherwise indicated, mount flush, with long
dimension vertical, and with grounding terminal of receptacles on top. Group
adjacent switches under single, multi‐gang wall plates.
Remove wall plates and protect devices and assemblies during painting.
IDENTIFICATION
Comply with Division 26 Section 26 05 53 ‐ Electrical Identification.
Receptacles: Identify panelboard and circuit number from which served.
Use hot, stamped or engraved machine printing with black‐filled lettering
on face of plate, and durable wire markers or tags inside outlet boxes.
CONNECTIONS
Ground equipment according to Division 26 Section 26 05 26 ‐ Grounding and
Bonding.
Connect wiring according to Division 26 Section 26 05 19 ‐ Conductors and
Cables.
Tighten electrical connectors and terminals according to manufacturer's
published torque‐tightening values. If manufacturer's torque values are not
indicated, use those specified in UL 486A and UL 486B.
PHILIP ARNOLD PARK Bid Set
SECTION 26 27 26 WIRING DEVICES 4 May 2022
26 27 26 – PAGE 4 OF 4
FIELD QUALITY CONTROL
Perform the following field tests and inspections and prepare test reports:
After installing wiring devices and after electrical circuitry has been
energized, test for proper polarity, ground continuity, and compliance
with requirements.
Test GFCI operation with both local and remote fault simulations
according to manufacturer's written instructions.
Remove malfunctioning units, replace with new units, and retest as specified
above.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 1 of 7
SECTION 31 10 00
SITE PREPARATION
GENERAL
SCOPE OF WORK
Furnish all labor, materials, equipment, and related items required to complete the
work shown on the Contract Drawings and/or as specified in the Contract
Specifications. The items of work shall include, but not be limited to:
Removal and disposal of unwanted vegetation.
Removal and disposal of miscellaneous debris, rubbish, and garbage.
The installation, maintenance, and removal of Temporary Erosion Sedimentation
Control (TESC) facilities.
Protect from harm all items to remain. Install and maintain protection fencing.
Providing staging and stockpile areas.
RELATED WORK DESCRIBED ELSEWHERE
Related work in other sections of these Contract Specifications include but is not
limited to:
Section 01 57 13 Temporary Sediment and Erosion Control
Section 02 41 00 Demolition
Section 32 33 00 Site Furnishings
Section 31 23 16 Excavation
Section 32 90 00 Planting
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 2 of 7
EXISTING CONDITIONS
Site Survey documenting previously existing site conditions has been provided in
Contract Drawings.
Geotechnical and Soils Reports are included in Specification Appendix B.
It is understood that there will be interfering utilities, service laterals, and other
underground pipes, drains or structures encountered that are not shown, or areas
shown incorrectly on the plans, or have not been previously discovered in the field.
Contractor agrees this is a normal and usual occurrence in the construction of
underground improvements. Furthermore, Contractor understands and agrees that
work in some cases must be done in close proximity to said utilities and underground
pipes, drains and structures not shown or shown incorrectly on the plans, which may
require a change in operations and may cause sloughing of the trench, additional
traffic control, additional pavement and backfill costs and time. The Contractor agrees
that these occurrences are usual and ordinary, and are reflected in the bid and plan of
operation.
Contractor agrees to provide for these conflicts and interferences and agrees to
provide for a reasonable amount of time for design changes and/or utility relocations
due to said interferences.
Repair and or replacement of damaged facilities to the Owner satisfaction, will be
accomplished at the Contractor's expense
SUBMITTALS
A. Submit for review and acceptance a complete site access, staging, and stockpiling plan
using a copy of the basic site layout. Identify all areas to be used for access, staging, and
stockpiling throughout the various stages of the construction.
B. Contractor shall provide a traffic control plan for all Work along Jones Avenue. No work
shall commence on Jones Avenue until the traffic control plan has been reviewed and
approved by the City.
C. The Contractor shall submit written certification that disposal site complies with all
governmental regulations.
JOB CONDITIONS
A. Visit site prior to bidding to determine nature of existing site materials, materials and
other conditions that may affect work.
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 3 of 7
B. Contact respective utility maintenance agencies to verify location of active utilities prior
to excavation. Keep active utilities intact and in continuous operation.
C. Protect neighboring property, occupants of said property, customers, visitors, passers-
by from injury and discomfort caused by dust or debris.
D. Remove no utilities unless shown on the Contract Drawings or as specified in the
Contract Specifications. If unexpected conditions arise, stop work and immediately
notify Owner. Damage caused by Contractor to any existing utilities shall be repaired by
the Contractor at no additional cost to the Owner.
E. Safety, Monitoring, & Response Products and Equipment: The Contractor shall provide
barricades, safety guards, temporary fencing, signage and/or other methods to secure
trenches, open excavations, and other unsafe conditions resulting from this
construction. Undertake work in full compliance with all applicable regulatory
requirements.
MONUMENTS
A. Carefully maintain all benchmarks, monuments, and other reference points. If disturbed
or destroyed, replace at the Contractor's expense.
B. Return memorial tree plaque to Owner per specification section 02 41 00.
PRODUCTS
2.01 MATERIALS AND EQUIPMENT
A. As required to complete the work as shown on the Contract Drawings and/or as
specified in the Contract Specifications.
2.02 TEMPORARY CHAIN LINK FENCE
A. Prefabricated portable galvanized chain link fence panels including fabric, posts, top and
bottom rails, and driven posts with rolled fabric and wire ties for area of uneven terrain.
B. Prefabricated portable fence panels shall be a minimum of six (6) feet high by a
maximum twelve (12) feet wide. Post bases shall be minimum sixteen (16) inches by
eight (8) inches high concrete pier with sleeve for post, or as approved. Posts shall be
minimum one and one half (1-1/2) inch out-side-diameter (OD) Schedule 40 galvanized
steel pipe. Fabric shall be minimum eleven (11) gauge galvanized two (2) inch diamond
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 4 of 7
mesh steel wire interwoven. Knuckled or twisted selvage is acceptable. Wire ties shall
be minimum nine (9) gauge aluminum wire.
C. Provide additional panels or outriggers as necessary to provide a rigid, stable run of
fence.
D. Gates shall be twenty (20) feet wide, two (2) prefabricated panels with double padlocks
to allow Contractor and Owner entry. Hinged sides or each operating panel shall include
double bracketing. Owner will provide one (1) lock keyed for personnel for each entry.
Contractor shall provide a lock keyed for Owner and Subcontractor entry.
E. Provide warning signage every thirty (30) feet of running fence line. Signage shall be a
minimum of eighteen (18) inches square, brightly colored with contracting lettering as
follows:
WARNING
CONSTRUCTION
KEEP OUT
Or as accepted by the Owner.
F. Barbed and/or razor wire are not allowed.
G. Contractor to provide all Project Signage as required by the Owner in Specification
Section 01 58 13.
2.03 TEMPORARY CONSTRUCTION ACCESS
A. Construction entrance shall be per City of Renton Standard Plan 215.10.
2.04 TEMPORARY FACILITIES
A. Contractor shall provide a temporary enclosed workspace (“Job Shack” or Trailer)
suitable for storage of Project Documentation and use as meeting space, minimum
interior space shall be six (6) feet by twenty (20) feet. Furnish the interior with a
working surface sufficient to accommodate the Contract Documents, minimum three (3)
feet by four (4) feet. Provide a minimum of four (4) chairs and a table of sufficient size
to conduct weekly Project Meetings.
B. Contractor shall engage the services of a licensed, commercial provider of portable
temporary sanitary facilities. Provide sufficient capacity and maintenance for no less
than one hundred twenty-five (125) percent of the anticipated peak workforce.
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 5 of 7
C. Provide facilities for health and safety per King County Health Department and State of
Washington for COVID protection.
EXECUTION
3.01 DOCUMENTATION OF UTILITIES AND CONTROLS
A. Maintain a separate Contract Drawing, to be stored on-site, for identifying key utilities
and controls. Identify and apply color-coded markings identifying shut-offs for domestic
water, irrigation water, power, and gas. Identify sanitary sewerage, stormwater
discharge, gas, fiber optics, and telephone (all as appropriate) lines, which are to be
maintained in service during the work.
B. Color-code emergency contact information for each of the above utilities directly on the
Contract Drawing.
3.02 TEMPORARY CONSTRUCTION FENCE
A. Secure the project site from trespass or unintentional entrance by unauthorized
personnel.
B. All disturbed ground stockpiles, staging and on-site transport routes shall be fully
enclosed by a perimeter security fence. Areas either under construction or completed
but not specifically accepted by the Owner shall be completed enclosed.
C. Temporary chain link fence panels shall be connected mechanically by means of pre-
fabricated, bolted bracket manufactured specifically for the purpose. Fencing shall not
be wired together. Where long straight runs result in an unstable condition, sufficient
out-rigging shall be incorporated to maintain fencing upright. Use only pre-
manufactured outriggers or additional fence panels. Out-riggers shall be placed on the
interior side of the fence unless accepted by the Owner.
3.03 TEMPORARY EROSION AND SEDIMENTATION CONTROL (TESC)
A. See Contract Drawings and TESC Specification herein.
3.04 PROJECT SIGNAGE
A. Contractor to provide project signage as required by Owner per Section 01 58 13
Temporary Project Signage.
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 6 of 7
3.05 TEMPORARY CONSTRUCTION ACCESS / SEE CONTRACT DRAWINGS
A. The Contractor shall submit layout and design of stabilized construction entrances for
acceptance by the Owner. The entrances shall be installed at the beginning of
construction and maintained to meet applicable standards for the duration of the
project. Additional measures may be required to ensure that all paved areas are kept
clean for the duration of the project.
3.06 REMOVAL
A. All materials and debris associated with this work shall be removed at the appropriate
time.
1. Removal and restoration of Temporary Access Pads shall be undertaken as quickly as
possible following the conclusion of transport of bulk materials and demobilization
of heavy equipment.
2. Removal of Trailer and Sanitary Facilities shall not be undertaken until the Owner
has established that the project work is acceptable.
3. Removal of temporary siltation control fencing shall in no case be prior to project
acceptance. The Owner reserves the right to take ownership and control of
temporary siltation control facilities.
4. Prior to project acceptance, the Contractor shall remove accumulated sediment
from all manholes, catch basins, and inlets.
3.07 CLEARING AND GRUBBING OF IMPERISHABLE DEBRIS
A. Remove all imperishable debris that would be unsuitable for bearing including, but not
limited to rocks, concrete pipe, abandoned pipes, and existing construction debris.
3.08 PROTECTION
A. Protect bench marks and existing work from damage or displacement.
B. Maintain designated site access for vehicle and pedestrian traffic.
3.09 CLEAN-UP
PHILIP ARNOLD PARK BID SET
SECTION 31 10 00 SITE PREPARATION 4 May 2022
31 10 00 – Page 7 of 7
A. All work areas shall be kept clean during progress of work and until completion. Dispose
of all surplus, waste materials and rubbish off-site in accordance with all governmental
laws, regulations, and ordinances.
B. Provide certification from disposal site operator stating the disposal site complies with
all governmental regulations.
C. All effort shall be made to recycle materials whenever possible.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 31 23 13 SUBGRADE PREPARATION 4 May 2022
31 23 13 - Page 1 of 3
SECTION 31 23 13
SUBGRADE PREPARATION
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
Standard Specifications: When referenced in this section, shall mean the
Washington State Department of Transportation Standard Specifications for
Road, Bridge, and Municipal Construction, latest 2022 amendment and as
amended by this section.
DEFINITIONS
Optimum Moisture Content: As defined in Section 31 23 23, Fill and Backfill.
Prepared Ground Surface: Ground surface after completion of clearing and
grubbing, scalping of sod, stripping of topsoil, excavation to grade, and
scarification and compaction of subgrade.
Maximum Density: As defined in Section 31 23 23, Fill and Backfill.
Subgrade: Layer of existing soil after completion of clearing, grubbing, scalping of
topsoil prior to placement of fill, roadway structure or base for floor slab.
Proof-Rolling: Testing of subgrade by compactive effort to identify areas that will
not support the future loading without excessive settlement.
SEQUENCING AND SCHEDULING
Complete applicable Work specified in Section 31 23 16, Excavation, prior to
subgrade preparation.
QUALITY ASSURANCE
Owner to employ an independent testing and special inspection firm.
Notify the independent material testing and inspections firm when subgrade is
ready for compaction or proof-rolling or whenever compaction or proof-rolling is
resumed after a period of extended inactivity.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 13 SUBGRADE PREPARATION 4 May 2022
31 23 13 - Page 2 of 3
ENVIRONMENTAL REQUIREMENTS
A. Prepare subgrade when unfrozen and free of ice and snow.
PRODUCTS (NOT USED)
EXECUTION
GENERAL
In accordance with Section 2-06.3 of the Standard Specifications.
Keep subgrade free of water, debris, and foreign matter during compaction or
proof-rolling.
Bring subgrade to proper grade and cross-section and uniformly compact surface.
Do not use sections of prepared ground surface as haul roads. Protect prepared
subgrade from traffic.
Maintain prepared ground surface in finished condition until next course is placed.
COMPACTION
Under Earthfill: Compact upper 6 inches to minimum of 95 percent of the
maximum density in accordance with Section 2-06.3(1) of the Standard
Specifications. Planting areas to be compacted to 85 percent of the maximum
density.
Under Pavement Structure, Floor Slabs On Grade, or Granular Fill Under
Structures: Compact the upper 6 inches to minimum of 95 percent of the
maximum density in accordance with Sections 2-06.3(1) and 5-05.3(6) of the
Standard Specifications.
MOISTURE CONDITIONING
Dry Subgrade: Add water, then mix to make moisture content uniform throughout.
Wet Subgrade: Aerate material by blading, discing, harrowing, or other methods,
to hasten drying process.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 13 SUBGRADE PREPARATION 4 May 2022
31 23 13 - Page 3 of 3
TESTING
Proof-roll subgrade with equipment specified in Article Compaction to detect soft
or loose subgrade or unsuitable material, as determined by the Engineer or
independent material testing and inspection firm.
Owner to employ independent testing and special inspection firm.
CORRECTION
Soft or Loose Subgrade: In accordance with Section 2-06.3(1) of the Standard
Specifications.
Unsuitable Material:
Over excavate as specified in Section 31 23 16, Excavation, and replace with
suitable material from the excavation, as specified in Section 31 23 23, Fill and
Backfill.
In accordance with Section 2-09.3(1)C of the Standard Specifications for
unstable base material underneath a structure.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 31 23 16 EXCAVATION 4 May 2022
31 23 16 - Page 1 of 5
SECTION 31 23 16
EXCAVATION
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
Standard Specifications: When referenced in this section, shall mean the
Washington State Department of Transportation Standard Specifications for
Road, Bridge, and Municipal Construction, latest 2022 amendment and as
amended by this section.
SUBMITTALS
Informational Submittals:
Excavation Plan, Detailing:
Methods and sequencing of excavation.
Proposed locations of stockpiled excavated material.
Proposed onsite and offsite spoil disposal sites.
Numbers, types, and sizes of equipment proposed to perform
excavations.
Anticipated difficulties and proposed resolutions.
Reclamation of onsite spoil disposal areas.
QUALITY ASSURANCE
Provide adequate survey control to avoid unauthorized overexcavation.
WEATHER LIMITATIONS
Material excavated when frozen or when air temperature is less than 32 degrees F
shall not be used as fill or backfill until material completely thaws.
Material excavated during inclement weather shall not be used as fill or backfill
until after material drains and dries sufficiently for proper compaction.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 16 EXCAVATION 4 May 2022
31 23 16 - Page 2 of 5
SEQUENCING AND SCHEDULING
Excavation Support: Install and maintain shoring as necessary to support sides of
excavations and prevent detrimental settlement and lateral movement of existing
facilities, adjacent property, and completed Work.
NOTIFICATIONS
The Contractor shall contact the Puget Sound Energy inspector for the City of
Renton regarding an issues with the gas line or electrical service on-site.
PRODUCTS (NOT USED)
EXECUTION
GENERAL
In accordance with Section 2-03.3 of the Standard Specifications for roadway
excavation, as defined in referenced section and supplemented by adding the
following:
Roadway excavation shall include the removal of all materials excavated from
within the limits shown on the plans including but not limited to maintenance
pathways and walkways. Suitable excavated material shall be used for
embankments, while surplus excavated material or unsuitable material shall
be disposed of by the Contractor.
Any excavation or embankment beyond the limits indicated in the Plans,
unless ordered by the Owner or Engineer, shall not be paid for. All work and
material required to return these areas to their original conditions, as directed
by the Owner or Engineer, shall be provided by the Contractor at their sole
expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply
with the grades shown on the Plans. In filled and backfilled areas, fine grading
shall begin during the placement and the compaction of the final layer. In cut
sections, fine grading shall begin within the final six (6) inches of cut. Final
grading shall produce a surface which is smooth and even, without abrupt
changes in grade.
Following removal of topsoil or excavation to grade and before placement of
fills or base course, the subgrade under the pathways shall be proof-rolled to
identify any soft or loose areas which may warrant additional compaction or
excavation and replacement.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 16 EXCAVATION 4 May 2022
31 23 16 - Page 3 of 5
The Contractor shall provide temporary drainage or protection to keep the
subgrade free from standing water.
Acceptable excavated native soils shall be used for fill in the area requiring
fills. Care shall be taken to place excavated material at the optimum moisture
content to achieve the specified compaction. Any native material used for fill
shall be free of organics and debris and have a maximum particle size of 6
inches.
It shall be the responsibility of the Contractor to prevent the native materials
from becoming saturated with water. The measures may include sloping to
drain, covering with plastic, compacting the native materials, and diverting
runoff away from the materials. If the Contractor fails to take such
preventative measures, any costs or delay related to drying the materials shall
be at his own expense.
If the native materials become saturated, it shall be the responsibility of the
Contractor to dry the materials, to the optimum moisture content. If sufficient
acceptable native soils are not available to complete construction of the
roadway embankment, Gravel Borrow shall be used.
In accordance with Section 7-08.3(1) of the Standard Specifications for pipe
trenching.
Excavate to lines, grades, and dimensions shown and as necessary to accomplish
Work. Excavate to within tolerance of plus or minus 0.1 foot, except where
dimensions or grades are shown or specified as maximum or minimum. Allow for
forms, working space, granular base, topsoil, and similar items, wherever
applicable. Trim to neat lines where concrete is to be deposited against earth.
Do not overexcavate without written authorization of Owner or Engineer.
UNCLASSIFIED EXCAVATION
Excavation is unclassified. Complete all excavation regardless of the type, nature,
or condition of the materials encountered.
TRENCH WIDTH
Minimum Width of Trenches:
Single Pipes, Conduits, Direct-Buried Cables, and Duct Banks:
Less than 4-inch Outside Diameter or Width: 18 inches.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 16 EXCAVATION 4 May 2022
31 23 16 - Page 4 of 5
Greater than 4-inch Outside Diameter or Width: 18 inches greater than
outside diameter or width of pipe, conduit, direct-buried cable, or duct
bank.
Multiple Pipes, Conduits, Cables, or Duct Banks in Single Trench: 18 inches
greater than aggregate width of pipes, conduits, cables, duct banks, plus space
between.
Increase trench widths by thicknesses of sheeting.
Maximum Trench Width: Unlimited, unless otherwise shown or specified, or unless
excess width will cause damage to existing facilities, adjacent property, or
completed Work.
PIPE BEDDING GROOVES FOR NONPERFORATED DRAIN LINES
Semicircular, trapezoidal, or 90-degree-V.
Excavated or plowed into trench bottom. Forming groove by compaction will not
be acceptable.
EMBANKMENT AND CUT SLOPES
Shape, trim, and finish cut slopes to conform with lines, grades, and cross-sections
shown, with proper allowance for topsoil or slope protection, where shown.
Remove stones and rock that exceed 3-inch diameter and that are loose and may
roll down slope. Remove exposed roots from cut slopes.
Round tops of cut slopes in soil to not less than a 6-foot radius, provided such
rounding does not extend offsite or outside easements and rights-of-way, or
adversely impacts existing facilities, adjacent property, or completed Work.
STOCKPILING EXCAVATED MATERIAL
Stockpile excavated material that is suitable for use as fill or backfill until material
is needed. Cover with plastic and/or protect from excess moisture as required to
maintain optimum moisture content.
Post signs indicating proposed use of material stockpiled. Post signs that are
readable from all directions of approach to each stockpile. Signs should be clearly
worded and readable by equipment operators from their normal seated position.
Confine stockpiles to within project site and approved work areas. Do not obstruct
roads or streets.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 16 EXCAVATION 4 May 2022
31 23 16 - Page 5 of 5
Do not stockpile excavated material adjacent to trenches and other excavations,
unless excavation side slopes and excavation support systems are designed,
constructed, and maintained for stockpile loads.
Do not stockpile excavated materials near or over existing facilities, adjacent
property, or completed Work, if weight of stockpiled material could induce
excessive settlement.
DISPOSAL OF SPOIL
Dispose of excavated materials, which are unsuitable or exceed quantity needed
for fill or backfill, offsite in an approved facility.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 1 of 7
SECTION 31 23 23
FILL AND BACKFILL
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
Standard Specifications: When referenced in this section, shall mean the
Washington State Department of Transportation Standard Specifications for
Road, Bridge, and Municipal Construction, latest 2022 amendment and as
amended by this section.
DEFINITIONS
Maximum Density:
Determined in accordance with Section 2-03.3(14)D of the Standard
Specifications. Apply corrections for oversize material to either as-compacted
field dry density or maximum dry density, as determined by Project Engineer.
Optimum Moisture Content:
Determined in accordance with Section 2-03.3(14)D of the Standard
Specifications
Determine field moisture content on basis of fraction passing 3/4-inch sieve.
Prepared Ground Surface: Ground surface after completion of required, clearing
and grubbing, scalping of sod, stripping of topsoil, excavation to grade, and
subgrade preparation.
Completed Course: A course or layer that is ready for next layer or next phase of
Work.
Lift: Loose (uncompacted) layer of material.
Geosynthetics: Geotextiles, geogrids, or geomembranes.
Well-Graded:
A mixture of particle sizes with no specific concentration or lack thereof of one
or more sizes.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 2 of 7
Does not define numerical value that must be placed on coefficient of
uniformity, coefficient of curvature, or other specific grain size distribution
parameters.
Used to define material type that, when compacted, produces a strong and
relatively incompressible soil mass free from detrimental voids.
Influence Area: Area within planes sloped downward and outward at 60-degree
angle from horizontal measured from:
1 foot outside outermost edge at base of foundations or slabs.
1 foot outside outermost edge at surface of roadways or shoulder.
0.5 foot outside exterior at spring line of pipes or culverts.
Borrow Material: Material from required excavations.
Selected Backfill Material: Materials available onsite that Project Representative
determines to be suitable for specific use.
Imported Material: Materials obtained from sources offsite, suitable for specified
use.
Structural Fill: Fill materials as required under structures, pavements, and other
facilities.
Embankment Material: Fill materials required to raise existing grade in areas other
than under structures.
SUBMITTALS
Informational Submittals:
Manufacturer’s data sheets for compaction equipment.
Certified test results from independent testing agency.
QUALITY ASSURANCE
Owner shall employ an independent material testing and inspection firm.
Notify independent material testing and inspection firm when:
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 3 of 7
Structure is ready for backfilling, and whenever backfilling operations are
resumed after a period of inactivity.
Soft or loose subgrade materials are encountered wherever embankment or
site fill is to be placed.
Fill material appears to be deviating from Specifications.
SEQUENCING AND SCHEDULING
Complete applicable Work specified in Section 31 23 16, Excavation, and
Section 31 23 13, Subgrade Preparation, prior to placing fill or backfill.
Backfill against concrete structures in accordance with Section 2-09.3(1)E of the
Standard Specifications. Obtain Owner acceptance of concrete work and attained
strength prior to placing backfill.
Do not place granular base, subbase, or surfacing until after subgrade has been
prepared as specified in Section 31 23 13, Subgrade Preparation.
PRODUCTS
EARTHFILL
Excavated material from required excavations and designated borrow sites, free
from rocks larger than 3 inches, from roots and other organic matter, ashes,
cinders, trash, debris, and other deleterious materials.
Provide imported material of equivalent quality in accordance with
Section 2-09.3(1)E of the Standard Specifications if required to accomplish Work.
SUITABLE BASE
Useable material that is clean sand, gravel, quarry spalls, and riprap, free of
deleterious or organic material, including excessive silt or clay, or other unsuitable
material that is excavated within the project limits as determined by the Engineer
or independent material testing and inspections firm. Suitable base material shall
be stockpiled on-site in the construction limits or in the CONCTACTOR’s staging
area for re-use as required.
CONTROLLED DENSITY FILL OR CONTROLLED LOW-STRENGTH MATERIAL
In accordance with Section 2-09.3(1)E of the Standard Specifications.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 4 of 7
Free from clay, organic matter, or other deleterious material.
Gradation in accordance with Section 9-03.13 of the Standard Specifications.
GRANULAR DRAIN MATERIAL
In accordance with Section 9-03.12(4) of the Standard Specifications.
WATER FOR MOISTURE CONDITIONING
Free of hazardous or toxic contaminates, or contaminants deleterious to proper
compaction.
BASE COURSE ROCK
As specified in Section 32 11 23, Aggregate Base Courses.
FOUNDATION STABILIZATION ROCK
Crushed rock or pit run rock.
Uniformly graded from coarse to fine.
Free from excessive dirt and other organic material.
Maximum 2-1/2-inch particle size.
MINERAL AGGREGRATE TYPE 26
Mineral aggregate type 26 shall conform to the following grading:
Sieve Size Percent Passing
3/4” 100
No. 4 28-56
No. 8 20-50
No. 50 3-12
No. 200 0-1
L.A. abrasion 35 percent max.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 5 of 7
EXECUTION
GENERAL
Keep placement surfaces free of water, debris, and foreign material during
placement and compaction of fill and backfill materials.
Place and spread fill and backfill materials in horizontal lifts of uniform thickness, in
a manner that avoids segregation, and compact each lift to specified densities prior
to placing succeeding lifts. Slope lifts only where necessary to conform to final
grades or as necessary to keep placement surfaces drained of water.
During filling and backfilling, keep level of fill and backfill around each structure
even.
Do not place fill or backfill, if fill or backfill material is frozen, or if surface upon
which fill or backfill is to be placed is frozen.
If pipe, conduit, duct bank, or cable is to be laid within fill or backfill:
Fill or backfill to an elevation 2 feet above top of item to be laid.
Excavate trench for installation of item.
Install bedding, if applicable, as specified in Section 31 23 23.15, Trench
Backfill.
Install item.
Backfill envelope zone and remaining trench, as specified in
Section 31 23 23.15, Trench Backfill, before resuming filling or backfilling
specified in this section.
Tolerances:
Final Lines and Grades: Within a tolerance of 0.1 foot unless dimensions or
grades are shown or specified otherwise.
Grade to establish and maintain slopes and drainage as shown. Reverse slopes
are not permitted.
Settlement: Correct and repair any subsequent damage to structures, pavements,
curbs, slabs, piping, and other facilities, caused by settlement of fill or backfill
material.
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 6 of 7
BACKFILL UNDER AND AROUND STRUCTURES
Within area of influenced, in accordance with Section 2-09.3(1)E of the Standard
Specifications.
Levelling Course: Minimum 4 inches of Crushed Surfacing Top Course material in
accordance with Section 9-03.9(3) should be placed beneath structural slabs,
foundations, pervious pavement, and sidewalks and compacted in accordance with
Section 2-03.3(14)C Method C of the Standard Specifications.
FILL
Outside Influence Areas beneath Structures, Pavements, Curbs, Slabs, Piping, and
Other Facilities: in accordance with Section 2-09.3(1)E of the Standard
Specifications.
Dress completed embankment with allowance for topsoil, crest surfacing, and
slope protection, where applicable.
SAND BLANKET OVER VAPOR RETARDER
Place sand in manner that avoids damage to underlying vapor retarder.
Moisten sand and thoroughly compact it with a vibratory plate compactor.
GRANULAR BASE, SUBBASE, AND SURFACING
Place and Compact in accordance with Section 2-09.3(1)E of the Standard
Specifications or as shown on the Contract Drawings.
REPLACING OVEREXCAVATED MATERIAL
Replace excavation carried below grade lines shown or established by Project
Representative as follows:
Beneath Footings: Granular fill in accordance with Section 2-09.3(3)B of the
Standard Specifications.
Beneath Fill or Backfill: Same material as specified for overlying fill or backfill.
Beneath Slabs-On-Grade: Granular fill in accordance with Section 2-09.3(3)B of
the Standard Specifications.
Trenches:
PHILIP ARNOLD PARK BID SET
SECTION 31 23 23 FILL AND BACKFILL 4 May 2022
31 23 23 - Page 7 of 7
Unauthorized Overexcavation: Either trench stabilization material or
granular pipe base material, as specified in Section 31 23 23.15, Trench
Backfill.
Authorized Overexcavation: Trench stabilization material, as specified in
Section 31 23 23.15, Trench Backfill.
Permanent Cut Slopes (Where Overlying Area is Not to Receive Fill or Backfill):
Flat to Moderate Steep Slopes (3:1, Horizontal Run: Vertical Rise or
Flatter): Earthfill.
Steep Slopes (Steeper than 3:1):
Correct overexcavation by transitioning between overcut areas and
designed slope adjoining areas, provided such cutting does not
extend offsite or outside easements and right-of-ways, or adversely
impacts existing facilities, adjacent property, or completed Work.
Backfilling overexcavated areas is prohibited, unless in Project
Representative’s opinion, backfill will remain stable, and
overexcavated material is replaced as compacted earthfill.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 1 of 9
SECTION 31 23 23.15
TRENCH BACKFILL
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
American Public Works Association (APWA): Uniform Color Code.
ASTM International (ASTM):
C33/C33M, Standard Specification for Concrete Aggregates.
C94/C94M, Standard Specification for Ready-Mixed Concrete.
C117, Standard Test Method for Materials Finer than 75 Micrometer
(No. 200) Sieve in Mineral Aggregates by Washing.
C136, Standard Test Method for Sieve Analysis of Fine and Coarse
Aggregates.
C150/C150M, Standard Specification for Portland Cement.
C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete.
C1012/C1012M, Standard Test Method for Length Change of Hydraulic-
Cement Mortars Exposed to a Sulfate Solution.
D698, Standard Test Methods for Laboratory Compaction Characteristics
of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)).
D1140, Standard Test Methods for Amount of Material in Soils Finer than
No. 200 (75 micrometer) Sieve.
D1557, Standard Test Methods for Laboratory Compaction Characteristics
of Soil using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)).
D2487, Standard Practice for Classification of Soils for Engineering
Purposes (Unified Soil Classification System).
D4253, Standard Test Methods for Maximum Index Density and Unit
Weight of Soils Using a Vibratory Table.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 2 of 9
D4254, Standard Test Methods for Minimum Index Density and Unit
Weight of Soils and Calculation of Relative Density.
D4318, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
D4832, Standard Test Method for Preparation and Testing of Controlled
Low Strength Material (CLSM) Test Cylinders.
National Electrical Manufacturers Association (NEMA): Z535.1, Safety Colors.
Standard Specifications: When referenced in this section, shall mean the
Washington State Department of Transportation Standard Specifications for
Road, Bridge, and Municipal Construction, latest 2022 amendment and as
amended by this section.
DEFINITIONS
Base Rock: Granular material upon which manhole bases and other structures are
placed.
Bedding Material: Granular material upon which pipes, conduits, cables, or duct
banks are placed.
Imported Material: Material obtained by Contractor from source(s) offsite.
Lift: Loose (uncompacted) layer of material.
Pipe Zone: Backfill zone that includes full trench width and extends from prepared
trench bottom to an upper limit above top outside surface of pipe, conduit, cable
or duct bank.
Prepared Trench Bottom: Graded trench bottom after excavation and installation
of stabilization material, if required, but before installation of bedding material.
Relative Compaction: The ratio, in percent, of the as-compacted field dry density to
the laboratory maximum dry density as determined by ASTM D1557. Corrections
for oversize material may be applied to either as-compacted field dry density or
maximum dry density, as determined by the independent material testing and
special inspections firm.
Relative Density: As defined by ASTM D4253 and ASTM D4254.
Selected Backfill Material: Material available onsite that the independent material
testing and special inspections firm determines to be suitable for a specific use.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 3 of 9
Well-Graded: A mixture of particle sizes that has no specific concentration or lack
thereof of one or more sizes producing a material type that, when compacted,
produces a strong and relatively incompressible soil mass free from detrimental
voids. Satisfying both of the following requirements, as defined in ASTM D2487:
Coefficient of Curvature: Greater than or equal to 1 and less than or equal to
3.
Coefficient of Uniformity: Greater than or equal to 4 for materials classified as
gravel, and greater than or equal to 6 for materials classified as sand.
SUBMITTALS
Action Submittals:
Shop Drawings: Manufacturer’s descriptive literature for marking tapes.
Informational Submittals:
Certified Gradation Analysis: Submit not less than 30 days prior to delivery for
imported materials or anticipated use for excavated materials, except for
trench stabilization material that will be submitted prior to material delivery to
Site.
PRODUCTS
MARKING TAPE
Nondetectable:
Inert polyethylene, impervious to known alkalis, acids, chemical reagents, and
solvents likely to be encountered in soil.
Thickness: Minimum 5 mils.
Width: As recommended by manufacturer for depth of installation.
Identifying Lettering: Minimum 1-inch high, permanent black lettering
imprinted continuously over entire length.
Manufacturers and Products:
Reef Industries; Terra Tape.
Mutual Industries; Non-detectable Tape.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 4 of 9
Presco; Non-detectable Tape.
Detectable:
In accordance with Section 9-15.18 of the Standard Specifications.
Solid aluminum foil, visible on unprinted side, encased in protective high
visibility, inert polyethylene plastic jacket.
Foil Thickness: Minimum 0.35 mils.
Laminate Thickness: Minimum 5 mils.
Identifying Lettering: Minimum 1-inch high, permanent black lettering
imprinted continuously over entire length.
Joining Clips: Tin or nickel-coated furnished by tape manufacturer.
Manufacturers and Products:
Reef Industries; Terra Tape, Sentry Line Detectable.
Mutual Industries; Detectable Tape.
Presco; Detectable Tape.
TRACER WIRE
Material: Minimum 12-gauge solid copper or copper jacket with a steel core, with
high-density polyethylene (HDPE) or high-molecular weight polyethylene (HMWPE)
insulation suitable for direct bury.
Splices: Use wire nut or lug suitable for direct burial as recommended by tracer
wire manufacturer.
Manufacturers:
Copperhead Industries, LLC.
Performance Wire & Cable Inc.
Pro-line Safety Products Company.
TRENCH STABILIZATION MATERIAL
Gravel backfill, in accordance with Section 9-03.12 of the Standard Specifications.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 5 of 9
BEDDING MATERIAL AND PIPE ZONE MATERIAL
In accordance with Sections 7-08.3(3) and 9-03.12(3) of the Standard
Specifications, with the following amendments:
Section 7-08.3(3) is supplemented with the following:
Initial backfilling shall be performed only after inspection and approval of
the installed pipe. Backfill shall be accomplished in such a manner that
the pipe shall not be damaged by impact or overloading.
All backfill for pipe trenches shall be mechanically compacted by a power
operated mechanical tamper(s) as specified in Sections 7-08.3(3) of the
Standard Specifications or other mechanical compaction device approved
by the independent material testing and special inspections firm.
If there is an excess of acceptable backfill material obtained from trench
excavation at one location on the project, it shall be used at other
locations on the project as directed by the independent material testing
and special inspections firm. The cost of transporting the excess backfill
material shall be considered incidental to the pipe or structure backfilled.
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the Contractor to avoid over pushing the pipe and
damaging the pipe or joint system. Any damaged pipe shall be replaced
by the Contractor at his expense.
GRAVEL BACKFILL FOR DRAINS
In accordance with Section 9-03.12(4) of the Standard Specifications.
EARTH BACKFILL
In accordance with Section 9-03.15 of the Standard Specifications.
Soil, loam, or other excavated material suitable for use as backfill.
LAWN AREA SOIL AND PLANTING SOIL
In accordance with Section 32 90 00, Planting.
SOURCE QUALITY CONTROL
Perform gradation analysis in accordance with ASTM C136 for:
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 6 of 9
Earth backfill, including specified class.
Trench stabilization material.
Bedding and pipe zone material.
EXECUTION
TRENCH PREPARATION
Water Control:
In accordance with Section 7-08.3(1)A of the Standard Specifications.
Promptly remove and dispose of water entering trench as necessary to grade
trench bottom and to compact backfill and install manholes, pipe, conduit,
direct-buried cable, or duct bank. Do not place concrete, lay pipe, conduit,
direct-buried cable, or duct bank in water.
Remove water in a manner that minimizes soil erosion from trench sides and
bottom.
Provide continuous water control until trench backfill is complete.
Remove foreign material and backfill contaminated with foreign material that falls
into trench.
TRENCH BOTTOM
Firm Subgrade: Grade with hand tools, remove loose and disturbed material, and
trim off high areas and ridges left by excavating bucket teeth. Allow space for
bedding material if shown or specified.
Soft Subgrade: If subgrade is encountered that may require removal to prevent
pipe settlement, notify the independent material testing and special inspections
firm in accordance with Sections 7-08.3(1)A and 7-09.3(8) of the Standard
Specifications. The independent material testing and special inspections firm will
determine depth of overexcavation, if any required.
TRENCH STABILIZATION MATERIAL INSTALLATION
In accordance with Section 7-08.3(1)A of the Standard Specifications.
Rebuild trench bottom with trench stabilization material.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 7 of 9
Place material over full width of trench in 6-inch lifts to required grade, providing
allowance for bedding thickness.
Compact each lift so as to provide a firm, unyielding support for the bedding
material prior to placing succeeding lifts.
BEDDING
Furnish imported bedding material where, in the opinion of the independent
material testing and special inspections firm, excavated material is unsuitable for
bedding or insufficient in quantity.
In accordance with Sections 7-08.3(1)C and 7-09.3(9) of the Standard
Specifications.
Hand grade and compact each lift to provide a firm, unyielding surface.
Check grade and correct irregularities in bedding material. Loosen top 1 inch to
2 inches of compacted bedding material with a rake or by other means to provide
a cushion before laying each section of pipe, conduit, direct-buried cable, or duct
bank.
Install to form continuous and uniform support except at bell holes, if applicable,
or minor disturbances resulting from removal of lifting tackle.
Bell or Coupling Holes: Excavate in bedding at each joint to permit proper assembly
and inspection of joint and to provide uniform bearing along barrel of pipe or
conduit.
BACKFILL PIPE ZONE
In accordance with Section 7-08.3(1)C of the Standard Specifications.
Upper limit of pipe zone shall not be less than following:
Pipe: 12 inches, unless shown otherwise.
Conduit: 3 inches, unless shown otherwise.
Direct-Buried Cable: 3 inches, unless shown otherwise.
Duct Bank: 3 inches, unless shown otherwise.
Restrain pipe, conduit, cables, and duct banks as necessary to prevent their
movement during backfill operations.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 8 of 9
Thoroughly tamp each lift, including area under haunches, with handheld tamping
bars supplemented by “walking in” and slicing material under haunches with a
shovel to ensure voids are completely filled before placing each succeeding lift.
Do not use power-driven impact compactors to compact pipe zone material. After
full depth of pipe zone material has been placed as specified, compact material by
a minimum of three passes with a vibratory plate compactor or motive sheepsfoot
roller only over area between sides of pipe and trench walls. Take care to avoid
damaging pipe and pipe coating.
MARKING TAPE INSTALLATION
Continuously install marking tape along centerline of buried piping, at depth of
1 foot. Coordinate with piping installation drawings.
Detectable Marking Tape: Install with nonmetallic piping and waterlines in
accordance with Section 7-09.3(20) of the Standard Specifications.
Nondetectable Marking Tape: Install with metallic piping.
BACKFILL ABOVE PIPE ZONE
General:
In accordance with Section 7-09.3(10), and compacted in accordance with
Section 7-09.3(11) of the Standard Specifications.
Process excavated material to meet specified gradation requirements.
Adjust moisture content as necessary to obtain specified compaction.
Do not allow backfill to free fall into trench or allow heavy, sharp pieces of
material to be placed as backfill until after at least 2 feet of backfill has been
provided over top of pipe.
Do not use power driven impact type compactors for compaction until at least
4 feet of backfill is placed over top of pipe.
Backfill to grade with proper allowances for topsoil, crushed rock surfacing,
and pavement thicknesses, wherever applicable.
Backfill around structures with same class backfill as specified for adjacent
trench, unless otherwise shown or specified.
PHILIP ARNOLD PARK Bid Set
SECTION 31 23 23.15 TRENCH BACKFILL 4 May 2022
31 23 23.15 - Page 9 of 9
REPLACEMENT OF TOPSOIL
Replace topsoil in top 12 inches of backfilled trench. See Section 32 90 00,
Planting, for soil.
Maintain finished grade of topsoil even with adjacent area and grade as necessary
to restore drainage.
MAINTENANCE OF TRENCH BACKFILL
After each section of trench is backfilled, maintain surface of backfilled trench even
with adjacent ground surface until final surface restoration is completed.
Gravel Surfacing Rock: Add gravel surfacing rock where applicable and as necessary
to keep surface of backfilled trench even with adjacent ground surface, and grade
and compact as necessary to keep surface of backfilled trenches smooth, free from
ruts and potholes, and suitable for normal traffic flow.
Topsoil: Add topsoil where applicable and as necessary to maintain surface of
backfilled trench level with adjacent ground surface.
Concrete Pavement: Replace settled slabs as specified in Section 32 13 13,
Concrete Paving.
Other Areas: Add excavated material where applicable and keep surface of
backfilled trench level with adjacent ground surface.
SETTLEMENT OF BACKFILL
Settlement of trench backfill, or of fill, or facilities constructed over trench backfill
will be considered a result of defective compaction of trench backfill.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 32 11 23 AGGREGATE BASE COURSES 4 May 2022
32 11 23 - Page 1 of 5
SECTION 32 11 23
AGGREGATE BASE COURSES
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
American Association of State Highway and Transportation Officials (AASHTO):
T11, Standard Method of Test for Materials Finer Than 75µm (No. 200)
Sieve in Mineral Aggregates by Washing.
T27, Standard Method of Test for Sieve Analysis of Fine and Coarse
Aggregates.
T89, Standard Specification for Determining the Liquid Limit of Soils.
T90, Standard Specification for Determining the Plastic Limit and Plasticity
Index of Soils.
T96, Standard Specification for Resistance to Degradation of Small-Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
T99, Standard Specification for the Moisture-Density Relations of Soils
Using a 2.5 kg (5.5 pound) Rammer and a 305 mm (12 in) Drop.
T180, Standard Specification for Moisture-Density Relations of Soils Using
a 4.54 kg (10-lb) Rammer and a 457 mm (18-in) Drop.
T190, Standard Specification for Resistance R-Value and Expansion
Pressure of Compacted Soils.
T265, Standard Method of Test for Laboratory Determination of Moisture
Content of Soils.
T310, Standard Specification for In-Place Density and Moisture Content of
Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth).
ASTM International (ASTM):
C88, Test Method for Soundness of Aggregates by Use of Sodium Sulfate
or Magnesium Sulfate.
PHILIP ARNOLD PARK Bid Set
SECTION 32 11 23 AGGREGATE BASE COURSES 4 May 2022
32 11 23 - Page 2 of 5
D1883, Test Method for CBR (California Bearing Ratio) of Laboratory
Compacted Soils.
D2419, Test Method for Sand Equivalent Value of Soils and Fine
Aggregate.
D4791, Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate.
Standard Specifications: When referenced in this section, shall mean the
Washington State Department of Transportation Standard Specifications for
Road, Bridge, and Municipal Construction, latest 2022 amendment and as
amended by this section.
DEFINITIONS
Completed Course: Compacted, unyielding, free from irregularities, with smooth,
tight, even surface, true to grade, line, and cross-section.
Completed Lift: Compacted with uniform cross-section thickness.
SUBMITTALS
Informational Submittals:
Certified Test Results on Source Materials: Submit copies from commercial
testing laboratory 20 days prior to delivery of materials to Project showing
materials meeting the physical qualities specified.
PRODUCTS
BASE COURSE
In accordance with Section 9-03.9(1) of the Standard Specifications.
CRUSHED SURFACING BASE COURSE
In accordance with Section 9-03.9(3) of the Standard Specifications.
CRUSHED SURFACING TOP COURSE
In accordance with Section 9-03.9(3) of the Standard Specifications.
PHILIP ARNOLD PARK Bid Set
SECTION 32 11 23 AGGREGATE BASE COURSES 4 May 2022
32 11 23 - Page 3 of 5
SOURCE QUALITY CONTROL
Perform tests necessary to locate acceptable source of materials meeting specified
requirements.
Final approval of aggregate material will be based on test results of installed
materials.
Should separation of coarse from fine materials occur during processing or
stockpiling, immediately change methods of handling materials to correct
uniformity in grading.
EXECUTION
GENERAL
In accordance with Section 4-04.3 of the Standard Specifications.
SUBGRADE PREPARATION
As specified in Section 31 23 13, Subgrade Preparation.
Obtain Engineer acceptance of subgrade before placing base course or surfacing
material.
Do not place base course or surfacing materials in snow or on soft, muddy, or
frozen subgrade.
EQUIPMENT
In accordance with Section 4-04.3(1) of the Standard Specifications.
Compaction Equipment: Adequate in design and number to provide compaction
and to obtain specified density for each layer.
HAULING AND SPREADING
In accordance with Sections 4-04.3(4) and 4-04.3(9) of the Standard Specifications.
Hauling Materials:
Do not haul over surfacing in process of construction.
Loads: Of uniform capacity.
PHILIP ARNOLD PARK Bid Set
SECTION 32 11 23 AGGREGATE BASE COURSES 4 May 2022
32 11 23 - Page 4 of 5
Maintain consistent gradation of material delivered; loads of widely varying
gradations will be cause for rejection.
Spreading Materials:
Distribute material to provide required density, depth, grade, and dimensions
with allowance for subsequent lifts.
Produce even distribution of material upon roadway or prepared surface
without segregation.
Should segregation of coarse from fine materials occur during placing,
immediately change methods of handling materials to correct uniformity in
grading.
CONSTRUCTION OF COURSES
Construction of Courses: In accordance with Sections 4-04.3(4) and 4-04.3(5) of the
Standard Specifications.
Add keystone to achieve compaction if shown in Drawings and as required when
aggregate does not compact readily due to lack of fines or natural cementing
properties, in accordance with Section 4-04.3(6) of the Standard Specifications.
ROLLING AND COMPACTION
In accordance with Section 4-04.3(5) of the Standard Specifications.
SURFACE TOLERANCES
Blade or otherwise work surfacing as necessary to maintain grade and cross-
section at all times, and to keep surface smooth and thoroughly compacted.
Finished Surface of Untreated Aggregate Base and Leveling Course: Within plus or
minus 0.04 foot of grade shown at any individual point.
Gravel Surfacing: Within 0.04 foot from lower edge of 10-foot straightedge placed
on finished surface, parallel to centerline.
Overall Average: Within plus or minus 0.01 foot from crown and grade specified.
FIELD QUALITY CONTROL
Owner to employ material testing and special inspections firm.
In-Place Density Tests:
PHILIP ARNOLD PARK Bid Set
SECTION 32 11 23 AGGREGATE BASE COURSES 4 May 2022
32 11 23 - Page 5 of 5
Determine via Nuclear gauge, in accordance with Section 4-04.3(5) of the
Standard Specifications.
Show proof that areas meet specified requirements before identifying density
test locations.
CLEANING
Remove excess material from the Work area. Clean stockpile and staging areas of
all excess aggregate.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 1 of 11
SECTION 32 12 16
ASPAHLT PAVING
GENERAL
DESCRIPTION OF WORK
The work in this section shall include all labor, materials, tools and equipment
necessary to furnish materials and perform the related WORK in accordance with the
requirements of the Contract Documents and as shown on the Plans.
HMA paving for curb installation, parking lot asphalt replacement and basketball
court resurfacing.
Soil sterilization.
Base courses.
Hot mix asphalt.
RELATED SECTIONS
SECTION 31 10 00 – SITE PREPARATION
SECTION 31 23 13 – SUBGRADE PREPARATION
SECTION 31 23 16 – EXCAVATION
SECTION 31 23 23 – FILL AND BACKFILL
REFERENCES
ASTM International (ASTM)
ASTM C136 (2014) Standard Test Methods for Sieve Analysis for Fine and Course
Aggregates
ASTM D1557 (2012) Standard Test Methods for Laboratory Compaction Characteristics
for Soil Using Modified Effort
ASTM D6938 (2015) Standard Test Methods for In-Place Density and Water Content of
Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)
City of Renton Public Works Design and Construction Standard Plans (Current Edition)
Washington Department of Transportation (WSDOT) (2022) Standard Specifications –
Standard Specifications for Road, Bridge, and Municipal Construction.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 2 of 11
SUBMITTALS
Product Data Submittals:
Soil residual herbicide, including hazardous waste data sheet.
Tack coat.
Joint sealant.
Mix design.
Quality Assurance/Control Submittals:
Design Data: Asphalt concrete mix.
Samples: Submit minimum 10-pound sample for each material five business days
prior to delivering material to site.
Sieve analysis.
Modified proctor results for materials to be compacted.
WSDOT pit certifications for each pit.
Test Reports: Sieve analysis for each aggregate.
Certifications:
Asphalt Concrete: Letter of certification from Supplier.
Disposal site: Operator certification that disposal site complies with all Local,
State and Federal regulations.
Contractor experience list.
QUALITY ASSURANCE
Qualifications: Paving Contractor and Crew Foreman to each have a minimum of eight
(8) years’ experience with projects of this type.
REGULATORY REQUIREMENTS
Comply with WSDOT Standard Specifications.
Comply with City of Renton Standards.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 3 of 11
ENVIRONMENTAL REQUIREMENTS
Comply with Section 5-04.3 (16) of WSDOT Standard Specifications.
PRODUCTS
GENERAL
Comply with City of Renton Standards.
Comply with WSDOT Standard Specifications.
MATERIAL
Top Course: Conforming to WSDOT Standards, Section 9-03.9(3). Restrict fines to
maximum 5 percent passing Number 200 sieve.
Base Course: Conforming to WSDOT Standards, Section 9-03.9(3). Restrict fines to
maximum 5 percent passing Number 200 sieve.
Soil Residual Herbicide: Comply with WSDOT Standard Specifications Section 5-
04.3(5)D.
Parking Lot and Roadway HMA: Comply with WSDOT Standard Specifications Section
5-04.2, Class HMA as specified on the drawings.
Pedestrian Asphalt: Comply with WSDOT Standard Specifications Section 5-04.2, Class
3/8” HMA PG58H-22. Liquid Asphalt Bitumen shall be a minimum 5.5% by weight.
Aggregate type shall be crushed stone, gravel, shale, or limestone. Foreign
materials such as pyrite, clay, ferrous compounds, dirt and organic material are
not acceptable.
Voids content shall not exceed 7%.
Tack Coat: Cationic Emulsified Asphalt per WSDOT Standard Specifications Section 9-
02.1(6).
Joint Sealant: AR4000.
SOURCE QUALITY CONTROL
Submit proposed mix design prior to commencement of Work.
Submit sieve analysis for Top Course and Base Course per ASTM C136.
Certified test results for all materials per Section 1.04 of this specification.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 4 of 11
Tests and analyses of aggregate material: per WSDOT Standard Specifications.
Certification: Letter for Supplier certifying asphalt concrete mix complies with the
Specifications.
If tests indicate materials do not meet specified requirements, change material and re-
test.
EXECUTION
EXAMINATION
Site Verification of Conditions:
Verify compacted sub grade is dry, ready to support paving and imposed loads and
is approved by the Engineer.
Verify base gradients and elevations are correct prior to start of paving.
Verify subsurface Work is completed and no further excavation will be required
within limits of Work.
Verify demolition Work within or adjacent to the Work is complete.
To the extent possible, verify heavy construction traffic is as complete as possible
and traffic remaining will not damage or degrade the Work. Do not drive any
track equipment over completed asphalt surface.
Verify weather forecast during planned time of placement is within weather
limitations. The asphalt concrete mixture shall not be placed on a surface with
standing water, on an unstable roadbed when the base material is frozen, or when
weather conditions prevent the proper handling or finishing of the mixture. No
asphalt concrete, Type II mixture shall be placed unless the surface temperature is
40°F or warmer.
EQUIPMENT
All equipment shall be in good working order and free of asphalt concrete mix buildup.
All equipment shall be available for inspection and demonstration 72 hours prior to
placement of asphalt concrete.
Bituminous Mixing Plants:
Mixing plants shall conform to AASHTO M 156.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 5 of 11
Proportioning (batch) scales shall not be used for weighing material for payment.
Weigh scales used in conjunction with a storage silo may be used to weigh the
final product for payment, provided the scales are certified.
Hauling Equipment:
Trucks used for hauling asphalt mixtures shall have tight, clean, smooth metal
beds which have been thinly coated with a minimum amount of either paraffin oil,
lime water solution approved by the Engineer. Diesel or fuel oil shall not be used.
Each truck shall have a watertight canvas cover of such size as to extend at least
one foot over the sides and end of the truck bed and be adequately secured to
protect the asphalt concrete mixture. The use of the canvas cover shall be at the
independent material testing and special inspections firm direction.
Asphalt Pavers:
Asphalt pavers shall be self-propelled units, provided with a heated vibratory
screed. Grade and cross slope shall be controlled through the use of automatic
grade and slope control devices. The paver screed control system shall be
automatically actuated by the use of a string line, or minimum 30-foot-long ski.
The length of the string line shall be adjusted to produce the required surface
smoothness.
The paver shall be equipped with a receiving hopper having sufficient capacity for
a uniform spreading operation. The hopper shall be equipped with a distribution
system to place the mixture uniformly in front of the screed.
The screed assembly shall produce a finished surface of the required smoothness,
thickness, and texture without tearing, shoving, or displacing the asphalt concrete
mixture. Screed extensions used for paving a constant width shall be heated and
vibrated. Auger extensions shall be the same length as the rigid screed
extensions.
The use of a pickup machine to transfer the asphalt mixture from a windrow to
the paver hopper will be permitted, provided the pickup machine is capable of
collection of the windrowed material without damage to the underlying course.
The Engineer will not allow the continued use of the pickup machine if
segregation, excessive temperature loss, or any detrimental effects are observed.
Paver hopper wings shall either be left in the top or down position throughout the
paving operation. If the Contractor wishes to dump the wings during paving, the
material on the wings and in the hopper shall not be incorporated into the finish
mat or included in the quantity for payment.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 6 of 11
The screed assembly shall have a joint compaction device and a joint edge
restrainer.
Rollers:
The Contractor shall supply a sufficient number and weight of rollers to compact
the mixture to the required density while maintaining the pace of the paving
operations. Rollers shall be of the static steel wheel, vibratory steel wheel, and
pneumatic tire type, self-propelled and capable of reversing without backlash.
They shall be specifically designated to compact hot asphalt concrete mixtures.
The use of equipment which results in crushing of the aggregate will not be
permitted. Pneumatic tire rollers shall be fully skirted; shall be at least six (6) feet
wide; and shall be configured so that the rear group of tires align to cover the
spaces between the front group of tires. The roller shall have an operating weight
per tire of at least 3,000 pounds. Tires shall be of equal size, a minimum of 20
inches in diameter, shall be inflated to at least 80 psi and maintained so that tire
pressures do not vary more than 5 psi between any two tires.
PREPARATION
Protection:
Do not allow vehicular traffic on newly paved areas until surface has cooled to
atmospheric temperature.
Protect pavements from heavy construction traffic and loads.
Subgrade Preparation:
Prepare and compact subgrade per Section 2-06 of the WSDOT Standard
Specifications
Remove from the Roadbed, immediately before placing surfacing materials, all
brush, weeds, vegetation, grass, and other debris.
Drain water from all low spots or ruts
Shape the entire Subgrade to a uniform surface running reasonably true to the
line, grade, and cross-section as staked.
If necessary, the Contractor shall process the Subgrade in cut areas to remove
materials too coarse for mechanical trimming and recompaction.
Compact the subgrade to a depth of 6 inches. Compaction shall achieve 95
percent of the maximum density determined under the tests described as follows.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 7 of 11
Maximum density and optimum moisture content shall be determined by one of
the following methods:
Materials with less than 30 percent by weight retained on the No. 4 sieve
shall be determined using FOP for AASHTO T 99 Method A.
Materials with 30 percent or more by weight retained on the No. 4 sieve and
less than 30 percent retained on the 3/4-inch sieve shall be determined by
WSDOT Test Method No. T 606 or FOP for AASHTO T 180 Method D. The
determination of which test procedure to use will be made solely by the
Contracting Agency.
Materials with 30 percent or more retained on the 3/4-inch sieve shall be
determined by WSDOT Test Method No. T 606.
If the underlying material is too soft to permit proper compaction of the Subgrade,
the Contractor shall loosen, aerate (or excavate and remove), and compact the
Subgrade until the top layer can be compacted as required.
Remove excess material that does not drift to low spots during grading and
spacing. The Contractor shall dispose of this excess by placing it where the
Subgrade lacks material or by wasting it, as the Engineer directs.
Add materials as the Engineer directs where the Subgrade needs more to bring it
up to grade. The Contractor shall water and compact these added materials as
needed to produce a true finished Subgrade.
Conditioning of Existing Surface
Prepare surface per WSDOT Standard Specifications Section 5-04.3(5).
When the surface of the existing pavement or old base is irregular, the Contractor
shall bring it to a uniform grade and cross-section as shown on the Plans or
approved by the Engineer.
Pre-leveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking,
as approved by the Engineer.
Saw-cut existing pavement at match lines with new pavement to form neat straight
edges. Field-adjust saw-cut edge to remove existing pavement that is damaged or
cracked.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 8 of 11
Water and mix sub grade thoroughly until optimum moisture content is obtained
when deficiency of moisture content exists. When excess moisture exists, re-work and
aerate sub grade until optimum moisture content is obtained.
Adjust storm drainage frames and grates to grade immediately before paving. Adjust
tops of other manhole covers, valve boxes, and other structures to grade either
immediately before paving or after paving is complete.
CONSTRUCTION
Base Courses
Place base courses per WSDOT Standard Specifications Division 4 - Bases
Spread aggregate over prepared substrate to a total compacted thickness as
indicated on Drawings.
Place aggregate in maximum 6-inch layers and compact to 95
percent of maximum density per ASTM D1557.
Level and contour surfaces to elevations and gradients indicated.
Add small quantities of fine aggregate to coarse aggregate as appropriate to
achieve compaction.
Add water as necessary to achieve compaction. If excess water is apparent,
remove aggregate and aerate to reduce moisture content.
Use mechanical tamping equipment in areas inaccessible to compaction
equipment.
Soil Sterilization:
Apply Soil Residual Herbicide per WSDOT Standard Specification Section 5-04.3(5)
D.
Protect surrounding area from effects of soil sterilization.
Do not allow toxic material to run off onto adjacent vegetation, to storm system
or to adjacent receiving waters.
Asphalt Concrete Pavement:
Construct per the requirements of Section 5-04 WSDOT Standard Specifications.
Where thickness of finished pavement will be 3 inches or less, place in one lift.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 9 of 11
Apply tack to contact surfaces of curbs, catch basins, gutters and cold pavement
joints.
Perform hand tamping in areas not accessible to rolling equipment.
Ensure joints made during paving operations are straight, clean, vertical and free
of broken or loose material.
At joint between new and exist AC, saw-cut exist AC full depth in neat continuous
line. Match existing AC elevation along joint unless noted otherwise on drawing.
Seal contact joints between asphalt pavement joints, curbs, walls, bollard
foundations, and drains with AR4000.
Asphalt Concrete Pavement Patching:
Before patch is constructed, trim pavement cuts so marginal patch lines will form
straight edges and vertical faces.
Prepare sub grade per the requirements of Section 3.03B of this Specification
Section
When roadway is needed for vehicular traffic and permanent pavement cannot be
promptly placed or when weather and availability of materials does not allow for
prompt pavement repair, place and maintain a 6-inch thick crushed surfacing base
course (CSBC). Remove temporary base and asphalt at such time as the
permanent pavement repair can be completed.
Adjust utility structures and castings to grade.
Place bases and asphalt pavement per this section.
SITE TOLERANCES
Surface smoothness – Per WSDOT Standard Specification Section 5-04.3(13)
At abutting existing surfaces to be matched: Within 1/8 inches.
Variation from True Elevation: Within 0.5 inch, provided any such variation does not
result in a level or reverse slope or ponding.
For Pedestrian Aspahlt Placement, the finished surface of the court shall not vary from
planned grade more than 1/8-inch in 10-feet measured in any direction.
PHILIP ARNOLD PARK Bid Set
SECTION 32 12 16 ASPAHLT PAVING 4 May 2022
32 12 16-Page 10 of 11
FIELD QUALITY CONTROL
Comply with City of Renton Requirements.
Site Tests:
The independent material testing and special inspections firm will perform
following tests:
Subgrade density before placing bases and before paving.
Base Course density.
Asphalt density.
Asphalt treated base density.
Inspection:
The Engineer will observe the Work at the following milestones:
After completion of sub grade and before placing base course.
After placing base course and before placing asphalt.
After placing asphalt base and before placing additional lift of asphalt.
CLEANING
Clean surfaces within five days of substantial completion.
Dispose of all surplus, unsuitable or waste material according to laws, regulations and
ordinances at an upland disposal site provided by Contractor.
Provide certification letter from disposal site operator stating that disposal site
complies with local, state and federal regulations.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 1 of 17
SECTION 32 13 13
CONCRETE PAVING
GENERAL
REFERENCES
The following is a list of standards which may be referenced in this section:
American Association of State Highway and Transportation Officials (AASHTO).
M6, Standard Specification for Fine Aggregate for Portland Cement
Concrete.
M80, Standard Specification for Coarse Aggregate for Portland Cement
Concrete.
M157, Standard Specification for Ready-Mixed Concrete.
M213, Standard Specification for Preformed Expansion Joint Fillers for
Concrete Paving and Structural Construction (Nonextruding and Resilient
Bituminous Types).
M227/M227M, Standard Specification for Steel Bars, Carbon, Merchant
Quality, Mechanical Properties.
American Concrete Institute (ACI):
211.1 Standard Practice for Selecting Proportion for Normal, Heavyweight,
and Mass Concrete.
305R, Hot Weather Concreting.
308, Standard Practice for Curing Concrete.
318/318R, Building Code Requirements for Structural Concrete and
Commentary.
325.9R, Guide for Construction of Concrete Pavements and Concrete
Bases.
522.1-13, Specification for Pervious Concrete Pavement.
ASTM International (ASTM):
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 2 of 17
A615/A615M, Specification for Deformed and Plain Billet-Steel Bars for
Concrete Reinforcement.
C31/C31M, Standard Practice for Making and Curing Concrete Test
Specimens in the Field.
C33, Specification for Concrete Aggregates.
C39/C39M, Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens.
C78, Test Method for Flexural Strength of Concrete (Using Simple Beam
with Third-Point Loading).
C88, Standard Test Method for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate.
C94/C94M, Standard Specification for Ready-Mixed Concrete.
C143/C143M, Standard Test Method for Slump of Hydraulic Cement
Concrete.
C150, Specification for Portland Cement.
C172, Standard Practice for Sampling Freshly Mixed Concrete.
C231, Standard Test Method for Air Content of Freshly Mixed Concrete by
the Pressure Method.
C260, Standard Specification for Air-Entraining Admixtures for Concrete.
C309, Standard Specification for Liquid Membrane-Forming Compounds
for Curing Concrete.
C494/C494M, Standard Specification for Chemical Admixtures for
Concrete.
C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use as a Mineral Admixture in Concrete.
C803/C803M, Test Method for Penetration Resistance of Hardened
Concrete.
C1330, Specification for Cylindrical Seal Backing for Use With Cold Liquid
Applied Sealants.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 3 of 17
C805, Test Method for Rebound Number of Hardened Concrete.
D920, Standard Specification for Elastomeric Joint Seals.
D994, Standard Specification for Preformed Expansion Joint Filler for
Concrete (Bituminous Type).
D1751, Standard Specification for Preformed Expansion Joint Filler for
Concrete Paving and Structural Construction (Nonextruding and Resilient
Bituminous Types).
D2628, Specification for Preformed Polychloroprene Elastomeric Joint
Seals for Concrete.
D3406, Specification for Joint Sealant, Hot-Applied, Elastomeric-Type, for
Portland Cement Concrete Pavements.
D5249, Specification for Backer Material for Use With Cold- and Hot-
Applied Joint Sealants in Portland Cement Concrete and Asphalt
Joints.
E329, Specification for Agencies Engaged in the Testing and/or
Inspection of Materials Used in Construction.
National Ready Mixed Concrete Association (NRMCA).
Standard Specifications: When referenced in this section, shall mean the
Washington State Department of Transportation Standard Specifications for
Road, Bridge, and Municipal Construction, latest 2022 amendment and as
amended by this section.
SUBMITTALS
Provide as required in Section 5-05.3(1) of the Standard Specifications for concrete
pavement and pervious cement concrete sidewalk.
Action Submittals:
Product Data: Admixtures.
Design Data:
Concrete mix design signed by concrete mix designer.
Minimum Information:
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 4 of 17
Name of ready-mix plant.
Project.
Engineer.
Contractor.
Mix design number.
Specified concrete strength.
Water-cement-fly ash ratio.
Maximum aggregate size.
Cement content.
Fly ash content.
Water content.
Type, name, and amount of admixtures.
Unit weight.
Slump.
Ingredient proportions corrected for average moisture content for
particular times of year.
Jointing Drawings: See construction Drawing.
Gradation for coarse and fine aggregates, and combined gradation. List
percent passing each sieve size.
Detailed plans for hot weather placements, including curing and protection.
Mock-up panel of concrete paving.
Provide a mock-up of concrete paving showing medium broom finish,
score joints, and expansion joints minimum 6 feet by 6 feet square.
Provide up to 2 additional mock-up panels at no additional cost, for
review in the case that the quality of the first and subsequent mock-
panels are rejected.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 5 of 17
Concrete mock-up panel shall be provided for the Owner’s review a
minimum of 2 weeks in advance of concrete delivery.
Construct mock-up panel using processes, technique, methods, and
materials proposed for use on permanent work, including curing
procedures, joints, and finishes.
Mock-up panel(s) shall be produced by the same personnel who will
perform the work for the project. The accepted mock-up panel shall serve
as a minimum standard of appearance for the final work.
Upon acceptance, maintain accepted mock-up panel on site in a secure
location as the approved minimum standard of acceptance. Accepted
mock-up panel shall not be demolished or removed from the site until the
work has been completed and approved.
Remove and replace mock-up panels that are not accepted.
Informational Submittals:
Manufacturers’ Certificate of Compliance:
Portland cement.
Admixtures.
Fly ash.
Aggregates.
Statements of Qualifications:
Mix designer.
Batch plant.
Testing laboratory.
Test Reports:
Admixtures: Chemical ingredients and percentage of chloride in each
admixture and fly ash.
Fly Ash: Source test analysis and amount used in accordance with
ASTM C94/C94M, Section 16.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 6 of 17
Mix Design: For each trial, signed by qualified mix designer.
Laboratory Mixes: Cylinder test results.
Concrete Delivery Tickets:
For each batch of concrete before unloading at Site.
Minimum Delivery Ticket Information:
Name of ready-mix plant.
Serial number of ticket.
Date and truck number.
Name of Contractor.
Job name and location.
Mix design number.
Amount of concrete (cubic yards).
Type and amount of admixtures.
Amount of water added at batch plant.
Time of loading, arriving at Site, and unloading.
Volume of water added by receiver of concrete and their initials.
Record of drum revolution counter, type, and brand.
QUALITY ASSURANCE
Provide as required in Section 03 30 00, Cast-in-Place Concrete.
Hot Weather Concreting: Conform to ACI 305R.
DELIVERY, STORAGE, AND HANDLING
Transporting of ready-mix concrete shall be in accordance with ASTM C94/C94M.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 7 of 17
PRODUCTS
CONCRETE MATERIALS
Cement:
Furnish cement for Project from one source.
Provide as required in Section 03 30 00, Cast-in-Place Concrete.
In accordance with ASTM C150; normal type II.
Aggregates:
General:
As specified in Section 9-03 of the Standard Specifications.
Aggregate for portland cement concrete mixture shall be 1-1/2-inch
maximum size stone meeting requirements of Section 9-03.1 of the
Standard Specification.
Material: Natural aggregates, free from deleterious coatings.
Aggregates shall not be potentially reactive as defined in ASTM C33.
Aggregates not in compliance with soundness and durability requirements
of ASTM C33 may be used with prior approval of the Engineer; provided it
can be shown by special testing or record of past performance that these
aggregates produce concrete of adequate strength and durability.
Aggregate soundness testing for fine and coarse aggregates shall be in
accordance with ASTM C33 and ASTM C88.
Fine Aggregates: Grading Class 1 meeting requirements of Section 9-03.1(2) of
the Standard Specifications.
Coarse Aggregate: Grading meeting requirements of Section 9-03.1(4) of the
Standard Specifications.
Water: ASTM C94/C94M.
Admixtures:
Add admixtures to mix at batch plant.
Air Entraining: ASTM C260.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 8 of 17
Water Reducing:
ASTM C494/C494M, Type A, normal, or Type D, retarding type, containing
no chlorides and compatible with air-entraining admixtures.
Do not use calcium chloride, salt, or antifreeze agents.
Coarse Aggregate for Concrete Sidewalk:
Acceptance of grading and quality of the aggregate will be based on samples
taken from stockpiles at the concrete plant. The exact point of acceptance will
be determined at the project site by the independent material testing and
inspections firm.
ANCILLARY MATERIALS
Tie Bars: Grade 40 deformed steel bars conforming to Section 03 21 00,
Reinforcing Steel.
Welded Wire Fabric: Steel Wire Fabric: Plain type, ASTM A185; plain finish 4”x4”
w2.9x2.9.
Dowels: Conform to requirements of AASHTO M227/M227M, Grade 70.
Joint Filler:
Preformed expansion joint filler conforming to AASHTO M153 or
AASHTO M213.
Fillers furnished under AASHTO M213 shall be tested in accordance with
ASTM D1751.
Curing Compound: ASTM C309, Type 2, suitable for spray application.
Curing Membranes:
White polyethylene sheeting.
Waterproof paper.
Cotton or jute mats.
Evaporation Retardant: Confilm as manufactured by Master Builders Company.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 9 of 17
EQUIPMENT
Ready-Mix Concrete Batch Plants: Certified by NRMCA.
Batch Plants: Conform to requirements of Section 5-05.3(3)A of the Standard
Specifications.
Ready-Mix Concrete Trucks: As specified in Section 5-05.3(3)B of the Standard
Specifications.
Hauling Equipment: As specified in Section 5-04.3(3)B of the Standard
Specifications.
Paving Equipment: As specified in Section 5-04.3(3)C of the Standard
Specifications.
Smoothness Testing Equipment: Supply two 12-foot straightedges for determining
smoothness.
CONCRETE MIX DESIGN
Compressive strength of 4,000 psi minimum at 28 days with five to seven percent
air entrainment, ASTM C94 and ASTM C260. Slump range 2-1/2 to 5-1/2 inches
maximum.
If the 650 psi flexural strength specification requires a compressive
Concrete target strengths shall be in accordance with ACI 318/318R.
Maximum water-cement ratio or water-cement plus pozzolan ratio, if applicable,
shall not exceed 0.48.
Replacement of cement with pozzolan shall not exceed 20 percent.
Maximum Aggregate Size: 1-1/2 inch(es) minus.
Allowable Slump: 3 inches, plus or minus 1 inch.
Allowable Air Entrainment: 5 percent, plus or minus 1 percent by volume.
Concrete shall contain water reducer. Amount of admixture added to concrete
shall be in accordance with manufacturer’s written instructions.
Use of set-retarding admixtures shall be subject to prior approval the Engineer.
Do not use frozen materials or materials containing ice or snow.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 10 of 17
Concrete temperature as delivered to site ready for placement shall be above
50 degrees F and below 90 degrees F.
If Contractor proposes to use a current mix design that meets these Specifications,
has been used on previous City of Renton project, and less than 1 year has elapsed
since it was last used; Contractor shall submit documentation of production of
concrete produced from that mix design to the Engineer for review. If review
verifies concrete produced meets these Specifications and strength requirements,
and establishes a correlation between compressive strength and flexural strength,
no trial batches for proposed mix design will be required.
EXECUTION
WEATHER LIMITATIONS
Concrete shall not be placed:
Until the air temperature in the shade is 35 degrees F and rising and is forecast
to remain above 35 degrees F.
On frozen ground.
During periods of rain or snow.
Concrete placement shall not continue when air temperature drops below
40 degrees F.
Protect concrete pavement from inclement weather for 7 days after it has been
placed, when rain is imminent, and when air temperature drops or is forecast to
drop below 35 degrees F.
PREPARATION
Prepare base as specified in Section 32 11 23, Aggregate Base Courses.
Dampen base thoroughly prior to concrete placement; standing water will not be
permitted.
Formwork shall be complete prior to placement of concrete. Area in which
concrete is to be placed, shall be smooth and free of ruts, projections, debris,
spilled concrete, mud, sloughed soil, standing water, organic and other
objectionable materials.
Construction Joints: Inspect prior to placement of concrete.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 11 of 17
Prior to placing paving equipment in position, full width and length of the area on
which the tracks of the paving equipment is to operate shall be brought to density
and surface tolerances required.
Protect existing exposed surfaces such as grates, catch basins, air valves,
manholes, and cleanout lids from splattered and spilled concrete during concrete
placement by use of durable waterproof paper.
Furnish operable backup vibrator on Site prior to concrete placement.
SLIP FORM PAVING
Deliver from hauling vehicles to paving machine hopper.
Contractor’s equipment hauling portland cement concrete or reinforcement will
not be permitted on subgrade, but will be allowed on base, with turns or other
maneuvering kept to a minimum. Damage to subgrade or base shall be corrected
to satisfaction of the Engineer.
Place in final position uniformly in one layer, so a minimum of finishing will be
necessary to provide a dense, homogenous pavement conforming to true grade
and cross section.
Spreader shall receive portland cement concrete mixture in its hopper and
uniformly spread and strike it off at proper thickness for full width of area
being paved.
Paver shall vibrate, consolidate, and finish slab to proper grade and cross
section.
Paver:
Operated with as continuous forward movement as possible.
Coordinate mixing, delivering, and spreading portland cement concrete to
provide uniform progress.
Stopping and starting paver shall be held to a minimum. If, for any reason, it is
necessary to stop forward motion of paver, vibratory and tamping elements
shall also be stopped immediately.
No external force shall be applied to paver, except with approval of the
Engineer.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 12 of 17
While placing portland cement concrete, provision shall be made for constructing
joints, placing dowels, tie bars, and other devices as called for by Drawings and as
provided in Article Joints.
Portland cement concrete shall be rejected if it:
Is not in place within 1 hour after being mixed.
Has begun to take an initial set prior to placement.
Has been retempered with water.
If necessary, supplemental hand spreading and distributing shall be with shovels.
Rakes will not be permitted.
Portland cement concrete shall not be fouled with foreign matter.
Use vibrators to consolidate portland cement concrete pavement at least 6 feet
each side of construction joints and expansion joints.
STATIONARY SIDE FORM CONSTRUCTION
Where width of pavement is narrow, tapering, or of irregular pattern not lending
itself to being constructed by prescribed machine methods, Contractor shall be
permitted to place concrete as specified in Section 03 30 00, Cast-in-Place
Concrete.
Defects:
Fill areas of minor honeycomb or other minor defect in composition of
portland cement concrete along exposed edges of portland cement concrete
with a stiff mortar of cement and fine aggregate. Apply to moistened portland
cement concrete to satisfaction of the Engineer.
Area showing serious defects in composition of concrete shall be removed and
replaced with pavement of specified quality for full width of strip between
longitudinal joints or edges and for a length not less than between the nearest
transverse joints.
JOINTS
General:
Referred to as construction, either of which may be transverse or longitudinal,
as called for by Drawings or as approved by the Engineer.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 13 of 17
Joints, and joint filler shall extend to pavement edges or to each other, as the
case may be, and shall be constructed perpendicular to surface of pavement.
Joints shall not vary from specified or indicated line by more than 1/4 inch.
Contractor shall submit jointing plan and details to Project Representative for
approval. Take into consideration placement of joints in curb and gutter, at
catch basins, and position of manholes and other large structures, as well as
other limitations herein mentioned.
Place manhole or similar large structure in line of joint, or if impractical, isolate
structure from pavement with premolded joint filler, 1/2-inch wide,
conforming to AASHTO M213 and ASTM D1751.
Expansion Joints:
Dowels: as shown in the Drawings.
Install coated and lubricated bars parallel to slab surface and in true horizontal
position perpendicular to joint in both plan and section view, so as to permit
joint to expand or contract without bending dowels.
Secure dowels tightly in forms with rigid ties,
Install steel reinforcement in concrete as shown.
Construction Joints:
Construct when there is an interruption of longer 45 minutes in portland
cement concrete placing operations or where specified.
Tool both free edges of joints with 1/8 inch radius rounder to remove laitance
and mortar resulting from finishing operations and to provide clean rounded
edge. Tooling shall not form ridges on surface of concrete.
New portland cement concrete placed contiguous to joint shall conform to
proportions and consistency of previously placed concrete.
Longitudinal Construction Joint:
Tied type using No. 5 by 36-inch deformed tie bars at 12-inch centers.
Tie Bars:
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 14 of 17
Not required at construction joint between portland cement concrete
pavement and gutter, except where shown on Drawings and
mentioned above.
Placement:
Plastic Portland Cement Concrete: Insert before vibrating and
finishing portland cement concrete; or
Hardened Concrete:
1) Drill hole, insert, and grout tie bars into place.
2) Drill holes large and deep enough to allow tie bars to be
inserted with grout.
3) Perform any time after portland cement concrete has
attained enough strength to resist any damage caused by
drilling.
4) Tie bars shall be grouted a maximum of 3 hours prior to
placement of adjacent portland cement concrete.
Replace loose tie bars by drilling and grouting as described.
Sawcut Joints:
Configuration: 1/4-inch wide by 3/4-inch deep at locations indicated on
Drawings.
Do not fill or seal.
Layout of joints shall be straight and true and shall not vary from indicated line
by more than 1/4 inch.
Contractor shall sawcut joints per the timing requirements of ACI 360.
SURFACE FINISHING
Use temporary screeds. Wet screeding and jitterbugging shall not be permitted.
Pavement shall have surface tolerance of 1/4 inch in 10 feet in accordance with
ACI 325.9R.
Salting, spreading of cement or cement and sand mixture to speed up hardening
shall not be permitted.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 15 of 17
Exposed pavement edges shall be edged to a 1/2-inch radius unless otherwise
shown on the drawings. Construction joints shall be edged to 1/8-inch radius after
finishing. Edging shall not form ridges on pavement surface.
Pavement shall be treated and protected by use of evaporation retardant applied
in accordance with manufacturer’s written instructions. Flat surfaces shall be
treated immediately after screeding and floating or if time period greater than
15 minutes occurs between finishing operations.
Pavement shall be screeded, floated, and given heavy nylon bristle-broomed skid-
resistant surface unless noted otherwise on the Plans.
Medium Broom Finish: After completion of floating and troweling when excess
moisture or surface sheen has disappeared, complete finishing as follows:
Medium broom finish by drawing medium coarse hair broom across concrete
surface in direction indicated in Contract Drawings. Apply medium broom
finish after the tooled score joints are installed. Broom out smooth trowel
edge.
Approved mock-up panel shall be the minimum standard of acceptance of all
medium broom finish and score joint work.
CURING OF PORTLAND CEMENT CONCRETE
Immediately after the final floating, surface finishing, and edging has been
completed, and while portland cement concrete surface is still moist, cover and
cure entire exposed surface for at least 72 hours in accordance with one of the
following provisions:
Liquid Membrane-Forming Compounds: Apply compound uniformly to
portland cement concrete by pressure spray methods at a rate which will form
an impervious membrane, but at least at a rate of 1 gallon per 150 square feet.
Other Membranes:
Apply to damp portland cement concrete as soon as it can be placed
without marring surface.
Place in contact with surface, extend beyond sides or edges of slabs or
forms, and fasten down to hold it in position as a waterproof and
moistureproof covering.
Laps shall be sufficient to maintain tightness equivalent to sheeting.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 16 of 17
Transverse laps for waterproof paper shall be at least 18 inches, and
longitudinal seams shall be cemented.
Cotton or jute mats shall be saturated with water prior to placing and kept
fully wetted during curing period.
Concrete shall be cured by use of curing compound, for minimum of 7 days after
concrete placement, in accordance with ACI 308. Curing compounds shall be
applied in accordance with manufacturer’s written instructions.
Exposed surfaces shall be sprayed with curing compound immediately after free
surface water has disappeared from finished surface.
Concrete temperature shall be maintained in accordance with ACI 306R.
Curing compounds shall not come in contact with hardened concrete that is to be
concreted against.
FIELD QUALITY CONTROL
Owner will employ independent testing and inspection agency to perform
inspection, sampling, and testing.
Concrete Sampling: In accordance with ASTM C172. Take sample not less than
every 5,000 square feet or fraction thereof of concrete placed each day.
Perform following tests on each sampling:
Slump: ASTM C143/C143M.
Air Content: ASTM C231.
Compressive Strength: ASTM C39/C39M.
Flexural Strength: ASTM C78.
Strength Tests:
Make and cure cylinders and beams in accordance with ASTM C31/C31M.
Cylinders: Make four, standard 6-inch diameter by 12 inches high. Cure one in
field and three in laboratory.
Compressive: Test one field-cured cylinder at 7 days and two laboratory-cured
cylinders at 28 days. Test last cylinder at 56 days if 28-day cylinder is below
specified strength.
PHILIP ARNOLD PARK BID SET
SECTION 32 13 13 CONCRETE PAVING 4 May 2022
32 13 13 - Page 17 of 17
Acceptance of concrete shall be in accordance with ACI 318/318R.
CLEANING
Clean concrete splatter from exposed surfaces.
Thoroughly broom and wash concrete surfaces before opening to traffic.
PROTECTION OF CONCRETE
Do not operate construction equipment or allow traffic on newly placed portland
cement concrete until the following requirements are met:
Joints have been filled as per Article Joints.
Concrete has attained a compressive strength of at least 4,000 pounds per
square inch.
Protect new concrete from construction operations, mechanical disturbances,
water flow, and soiling until open for traffic.
Erect and maintain suitable barriers to protect concrete from traffic or other
detrimental trespass until pavement is opened to traffic.
Protect new concrete from dirt, asphalt, and other deleterious substances that
may be tracked onto new pavement from construction activities.
Pavement damaged by traffic or damaged from any other cause, prior to its official
acceptance, shall be repaired or replaced to the satisfaction of the Engineer.
END OF SECTION
PHILLIP ARNOLD PARK Bid Set
SECTION 32 17 23 PAVEMENT MARKING 4 May 2022
32 17 23 – Page 1 of 3
SECTION 32 17 23
PAVEMENT MARKING
GENERAL
DESCRIPTION OF WORK
The Work in this section shall furnish materials and all labor materials, tools and
equipment necessary to furnish and install all pavement markings as described in the
Contract Documents and shown on the Plans.
Paint all pavement markings shown on Drawings.
Paint all insignias and disabled parking symbols shown on Drawings.
RELATED SECTIONS
SECTION 32 12 16 – ASPHALT PAVING.
REFERENCES
City of Renton Public Works Design and Construction Standard Plans (Current Edition)
WSDOT Standard Specifications (2022) Standard Specification for Road, Bridge, and
Municipal Construction; and Amendments
SUBMITTALS
Product Data: Pavement marking materials.
ENVIRONMENTAL REQUIREMENTS
Pavement must be clean and dry.
Comply with Manufacturer’s recommendations for pavement markings.
PRODUCTS
PAINT
Non-reflectorized traffic line paint per WSDOT Standard Specifications Section
8-22.2.
Color: As noted in the Drawings.
PHILLIP ARNOLD PARK Bid Set
SECTION 32 17 23 PAVEMENT MARKING 4 May 2022
32 17 23 – Page 2 of 3
EXECUTION
EXAMINATION
Site Verification of Conditions, Contractor shall:
Verify paving and curbing is complete and surface is ready to receive striping.
Verify distance between curbs to insure adequate width for the indicated number
on stalls.
Verify weather forecast during planned time of placement is within weather
limitations.
Verify surfaces are complete and surface is ready to receive paint.
Verify location of existing utilities and location of signs.
PREPARATION
Protection:
Protect painted surfaces until dry.
Clean and prepare surface for receiving paint per WSDOT Standard Specification
Section 8-22.3(2).
Layout lines and symbols to spacing and locations shown on Drawings.
Where painting replaces or matches into existing pavement marking:
Match existing layout.
Protect existing utilities from any damage from sign installation.
CONSTRUCTION
Provide new paint striping for striping and markings damaged or removed during
construction. Provide new signage as shown on the drawings.
Painting: Per Section 8-22-.3(3) WSDOT Standard Specifications.
Handicap Parking Striping:
Comply with City, State and Federal requirements.
PHILLIP ARNOLD PARK Bid Set
SECTION 32 17 23 PAVEMENT MARKING 4 May 2022
32 17 23 – Page 3 of 3
Size and location as shown on Drawings.
Install all signs according to the dimensions and locations required on Plans.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 1 of 9
SECTION 32 32 19
UNIT MASONRY BLOCK WALLS (& SCRAMBLE Alternate 1)
GENERAL
SUMMARY
Base Bid: Provide and install Unit Masonry Block Walls only.
Alternate #1: Provide and install all Unit Masonry Block Walls and Scramble, refer to
Contract Drawings.
SCOPE OF WORK
Furnish all materials, equipment, labor and related items necessary to complete the
work shown in the Contract Drawings and/or as specified in the Specifications. The
work included in this section includes:
Unit Masonry Blocks.
Grout.
Aggregate and Backfill Material.
Drainage.
Geotextile.
REFERENCES
This specification section incorporates by reference the latest revisions of the
following documents.
AASHTO M278, Standard Specification for Class PS46 Poly(Vinyl Chloride) (PVC)
Pipe.
AASHTO M288, Standard Specifications for Transportation Materials and Methods
of Sampling and Testing.
ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort.
RELATED WORK
Related work in other sections of these Specifications includes but is not limited to:
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 2 of 9
Specification 03 15 00 – CONCRETE JOINTS AND ACCESSORIES.
Specification 31 23 23 – FILL AND BACKFILL.
Specification 32 11 23 – AGGREGATE BASE COURSES.
Specification 33 40 00 – STORM DRAINAGE UTILITY.
QUALITY ASSURANCE
Before proceeding with any work, the Contractor must inspect the site, carefully check
all grades, and verify all dimensions and conditions affecting the work. The Contractor
must immediately notify the Owner’s Representative of any discrepancy on line and
level.
Unit Masonry Block Wall and Scramble work must be performed by a company with
experience in work of similar scope and quality. Submit a list of 3 projects of similar
scope and quality. List should provide name of project, location, owner, and reference
contact information.
Adhere to manufacturer's instructions for product storage and handling, assembly,
installation, and maintenance.
Installer Qualifications:
Installer must participate in a 2-hour training at the manufacturer’s facility,
located in Tacoma, Washington,
Installer must participate in a job site demonstration led by manufacturer.
Site Reviews will be made by the Owner’s Representative.
Request Owner’s Representative site review at least 48 hours in advance of the
time review is required. Reviews for the following is required:
Review of installation of crushed surfacing top course (CSTC) base course.
Review of Unit Masonry Block Wall mock-ups.
Review of Scramble mock-up (Alternate 1).
Review of Scramble Levels 1, 2, and 3 (Alternate 1).
Substantial Completion of all work (development of physical punch list items).
Physical Completion of all work (physical punch list items satisfactorily
completed).
SUBMITTALS
For each product specified, submit the following for approval prior to delivery:
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 3 of 9
Manufacturer’s product data including:
Preparation instructions and recommendations.
Storage and handling requirements and recommendations.
Manufacturer’s written assembly and installation instructions, and installation
guide.
Product colors and wall face pattern as applicable.
Maintenance instructions.
Manufacturer warranties.
Installer qualifications.
Retaining Wall Mock-Up:
10-foot length by the finished height of retaining wall to demonstrate material
and acceptable installation.
Protect and maintain accepted mock-up as the minimum standard for quality of
work of this section.
Accepted mock-up may be constructed in place and retained as part of the final
installation.
Standing Wall Mock-Up:
10-foot length by the finished height of retaining wall to demonstrate material
and acceptable installation.
Protect and maintain accepted mock-up as the minimum standard for quality of
work of this section.
Accepted mock-up may be constructed in place and retained as part of the final
installation.
Scramble Mock-Up (Alternate 1):
For area defined on plan.
Protect and maintain accepted mock-up as the minimum standard for quality of
work of this section.
Accepted mock-up may be constructed in place and retained as part of the final
installation.
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 4 of 9
DELIVERY, STORAGE, AND HANDLING
Deliver and store Unit Masonry Block Wall and Scramble items in accordance with
manufacturer’s written recommendations. Handle all items with sufficient care to
prevent scratches to the finish and other damage.
ENVIRONMENTAL CONDITIONS
Do not install unit masonry block walls and scramble items during heavy rain, freezing
temperature, or snowfall.
PROTECTION
Protect new work and work-in-progress from vandalism and damage that might be
incurred by construction traffic, equipment, property, and persons.
PERMITS, CODES, AND REGULATIONS
The Contractor must obtain and pay for all necessary permits and fees as required by
Local Authority and prevailing ordinances and/or codes.
The Contractor must keep fully informed and must comply with all existing laws,
codes, ordinances, and regulations, which in any way affect the conduct of the work.
CONDUCT OF WORK
The Contractor must continuously maintain a competent superintendent or foreman
during the progress of the work, with the authority to act for the Contractor in all
matters pertaining to the work. The Contractor must give personal attention to the
fulfillment of the Contract and must keep the work under control. Subcontractors will
not be recognized, and all persons engaged in the work will be considered employees
of the Contractor. Their work will be subject to the provisions of the Contract, Contract
Drawings, and Contract Specifications.
The Contractor must confine operations to the working areas allotted by the Owner
for operations, including material and equipment storage.
The Contractor must progressively clean the work site of debris and rubbish as the
work proceeds.
GUARANTEE PERIOD
Guarantee work of this Contract Specification section for one (1) year against all
defects of materials and workmanship. The guarantee period begins after the date of
physical completion.
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 5 of 9
Repair any damage caused by settlement and defects at no cost to the Owner.
PRODUCTS
UNIT MASONRY BLOCKS
Unit Masonry Blocks must be precast modular unit blocks utilizing wet-cast concrete
molding that results in natural stone castings with a realistic look and feel. As
manufactured by Rosetta Hardscapes LLC; Rosetta Hardscapes® LLC and supplied by
Castohn 6801 South Adams Street; Tacoma, WA 98409; (253) 830-3366;
info@castohn.com.
Unit Masonry Blocks for Retaining Walls must be a mix of Outcropping Pallets A, B,
and C per manufacturer’s written instructions.
Color: Western Buff.
Unit Masonry Blocks for Standing Wall must be a mix of Outcropping Pallets D and
E per manufacturer’s written instructions for Free Standing Walls.
Color: Western Buff.
Unit Masonry Blocks for Scramble must be per schedule shown in the Contract
Drawings including the following products:
Outcropping Pallet A.
Outcropping Pallet B.
Outcropping Pallet C.
Outcropping Pallet D.
Outcropping Pallet E.
Outcropping Corner Pallet.
Irregular Step Pallet.
Color: Western Buff.
Steel Dowels: corrosion resistant stainless-steel bar, 1/2-inch diameter.
Epoxy: Epoxy for mounting anchor stud shall be Hilti Hit-Hy 200 Epoxy Injectable
Mortar; supplied by Hilti Center Seattle Downtown; 555 S. Lander St Ste 1; Seattle,
Wa 98134; (800) 879-800; us-sales@hilti.com; or approved equal.
Block Adhesive: LOCTITE® PL® 500® Landscape Construction Adhesive; or
approved equal.
Or approved equal.
GROUT
Grout must be Permacolor Grout, a high-performance cement grout; suitable for
exterior, vertical wall applications and for joints up to 1/2” thick. As manufactured by
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 6 of 9
Laticrete International, Inc.; One LATICRETE Park North; Bethany, CT 06524-3423, USA;
phone: (800) 243-4788.
Grout color must match the Western Buff color of the Unit Masonry Blocks.
Or approved equal.
POLYMERIC SAND
Polymeric sand must use regular, Beige sand, with no dyes added. Product must not
haze, nor stain concrete. Product information:
PolySweep Polymeric Sand by SEK-Surebond. Representative Contact: Jay Krech,
jkrech@sek.us.com, 630-940-8713.
Evolution Polymeric Sand by Sable Marco. Representative Contact: Kevin Laven,
kevin@leftcoastproducts.org
Or approved equal.
AGGREGATE AND BACKFILL MATERIAL
CSTC base course shall be crushed surfacing top course, see specification 32 11 23 –
AGGREGATE BASE COURSES.
“Granular Drain Material” must be per 31 23 23 – FILL AND BACKFILL.
“Suitable Base” must be per specification 31 23 23 – FILL AND BACKFILL.
DRAINAGE
Corrugated PVC drain pipe must be perforated and a minimum of 4 inches in diameter,
meeting the requirements of AASHTO M278.
GEOTEXTILE
Non-woven geotextile fabric shall meet the requirements for Class 2 construction
survivability in accordance with AASHTO M288.
Tie-Backs must be ParaWeb 2D 30kN strap, consisting of a 3.25-inch (83 mm) wide,
geosynthetic strap composed of 100% multifilament polyester yarn encased in a
polyethylene sheath, with a tensile strength of 6,750 lbs (30kN) in the machine
direction.
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 7 of 9
EXECUTION
EXCAVATION
Contractor shall excavate to the lines and grades shown on the construction drawings.
FOUNDATION SOIL PREPARATION
Native foundation soil shall be compacted to 95% of standard proctor maximum dry
density (ASTM D698) prior to placement of the CSTC base course material.
CSTC BASE COURSE PLACEMENT
CSTC base course shall be placed as shown on the Contract Drawings to ensure a level,
hard surface on which to place the first course Unit Masonry Blocks.
CSTC base course shall be placed in uniform maximum lifts of 6 inches and compacted
by a minimum of three passes of a vibratory compactor capable of exerting 2,000 lbs
of centrifugal force to the satisfaction of the Owner’s Representative. Pad shall be
constructed to the proper elevation to ensure the final elevation shown on the
Contract Drawings.
Place perforated drain pipe in granular drain material and connect to suitable gravity
outlet, as shown in the Contract Drawings.
UNIT MASONRY BLOCKS INSTALLATION
The first course of Unit Masonry Blocks shall be placed on the prepared CSTC base
course with the aesthetic, textured surface facing out and the back edges tight
together and per the manufacturer’s written instructions.
Ensure that Unit Masonry Blocks are in full contact with CSTC Base Course. Proper care
shall be taken to develop straight lines and smooth curves on the CSTC Base Course
per Contract Drawings.
The Suitable Base in front and back of entire first course shall be placed and
compacted to firmly lock them in place. Check all Unit Masonry Blocks again for level
and alignment. All excess material shall be swept from top of Unit Masonry Blocks.
Install next course of Unit Masonry Blocks on top of the first course. Position Unit
Masonry Blocks to be offset from seams of Unit Masonry Blocks below. For retaining
walls, Unit Masonry Blocks shall be placed fully forward so shear heels and back of
lower block are engaged. Check each block for proper alignment and level. Backfill to a
12-inch width behind the block with Granular Drain Material. Spread Granular Drain
Material or Suitable Base material as shown in Contract Drawings in uniform lifts not
exceeding 8 inches. Employ methods using lightweight compaction equipment that
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 8 of 9
will not disrupt the stability or batter of the wall. Hand-operated plate compaction
equipment shall be used around the block and within 3 feet of the wall to achieve
consolidation. Compact Suitable Base to 95% of standard proctor maximum dry
density (ASTM D698).
Install and epoxy dowels as shown in details.
For block adhesive used in standing wall, ensure surfaces to be bonded are clean,
structurally sound and free of standing water, dust, grease, oil and/or other
contaminants.
Pre-fit all materials prior to applying product. Follow manufacturer written
instructions regarding preparation and precautions.
Apply a continuous zigzag bead to one surface to be bonded. Apply the adhesive
at a rate so that the materials can be positioned and fastened per manufacturer’s
time limits. Blocks may require support until adhesive has cured. Apply adhesive
approximately 2” in from all sides of unit masonry block to be installed.
Non-woven geotextile fabric shall be placed between the back of the Unit Masonry
Blocks and the Granular Drain Material. Additional non-woven geotextile fabric shall
be placed between the Granular Drain Material and retained soil if required in the
detailed wall design.
Install each subsequent course in like manner. Repeat procedure to the extent of wall
or scramble height.
CLEAN-UP
Clean the exposed face and surfaces of the retaining walls and scramble promptly
after installation. Remove all residues, stains, scuffs, abrasions, and marks from the
finished product in accordance with the manufacturer’s instructions. Do not use harsh
or abrasive cleaning materials or methods that could damage the finishes.
Repair minor damages to the finish in accordance with manufacturer’s instructions
and as approved by the Owner’s Representative.
Remove and replace damaged components that cannot be successfully repaired as
determined by the Owner’s Representative.
Remove all debris, protective wrappings and coverings, and shipping materials from
the project site.
Fully restore all areas of the site that were impacted by the installation activities.
PHILIP ARNOLD PARK Bid Set
32 32 19 UNIT MASONRY BLOCK WALLS & SCRAMBLE 4 May 2022
32 32 19 – Page 9 of 9
SUBSTANTIAL AND PHYSICAL COMPLETION
Review to determine Substantial and Physical Completion of retaining walls and
scramble will be made by the Owner’s Representative upon the Contractor’s request.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 1 of 17
SECTION 32 33 00
SITE FURNISHINGS
PART 1 GENERAL
1.01 SUMMARY
A. Provide and install all site furnishing items hereinafter identified.
1.02 SCOPE OF WORK
A. Furnish all materials, equipment, labor, and related items necessary to complete the
work shown in the Contract Drawings and/or as specified in the Specifications. The
work included in this section includes:
1. Bronze Trail Marker
2. Waste Receptacles
3. Bench With Back
4. Backless Bench
5. Picnic Tables
6. Drinking Fountain
7. Bollards
8. WSDOT Bollard Type 2
9. Bicycle Rack
10. Park Grills
11. Coal Ash Bins
12. Picnic Shelters
a. Large Shelter
b. Small Shelter – Alternate #2
13. Epoxy for Sign Anchors
14. Park Entry Sign
15. Wayfinding Sign
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 2 of 17
16. Park Rules Sign
17. Stair and Ramp Handrail
18. Metal Nosing for Stairs
19. Portland Loo
20. All other related items required to complete the work shown on the Contract
Drawings and as specified in the Contract Specifications.
1.03 REFERENCES
A. This specification section incorporates by reference the latest revisions of the
following documents.
1. ASTM A307 – Standard Specification for Carbon Steel Bolts, Studs, and Threaded
Rod 60,000 PSI Tensile Strength.
2. ASTM B30 – Standard Specification for Copper Alloys in Ingot and Other Remelt
Forms.
3. ASTM A53 – Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-
Coated, Welded and Seamless
4. ASTM A123 – Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron
and Steel Products.
5. City of Renton – Parks & Trails Sign Panel Memorandum – Refer to Specification
Attachments.
6. Washington State Department of Transportation Standard Specification, 2022
edition.
7. 2018 IBC – International Building Code.
8. ASCE – American Society of Civil Engineers 7-10 design codes.
9. All standards must include the latest additions and amendments as of the date of
advertisement for bids.
10. Comply with environmental agencies, building codes and other local requirements
that are more stringent than the above.
1.04 RELATED WORK
A. Related work in other sections of these Specifications includes but is not limited to:
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 3 of 17
1. Specification 03 30 00 – CAST-IN-PLACE CONCRETE.
2. Specification 03 62 00 – GROUT.
3. Specification 31 23 13 – SUBGRADE PREPARATION.
4. Specification 32 12 16 – ASPHALT PAVING.
5. Specification 32 13 13 – CONCRETE PAVING.
1.05 QUALITY ASSURANCE
A. Before proceeding with any work, inspect the site, carefully check all grades, and verify
all dimensions and conditions affecting the work. Notify the Owner’s Representative of
any discrepancy on line and level.
B. Site furnishing work must be performed by a company with experience in work of
similar scope and quality.
C. Adhere to manufacturer's instructions for product storage and handling, assembly,
installation, and maintenance.
D. Site Reviews will be made by the Owner’s Representative.
1. Request Owner’s Representative site review at least 48 hours in advance of the
time review is required. Reviews for the following is required:
a. Review of temporarily marked/staked locations and alignments of site
furnishings items and/or footings prior to installation.
b. Substantial Completion of all work (development of physical punch list items).
c. Physical Completion of all work (physical punch list items satisfactorily
completed).
1.06 SUBMITTALS
A. For each product specified, submit the following for approval prior to delivery:
1. Manufacturer’s product data including:
a. Preparation instructions and recommendations.
b. Storage and handling requirements and recommendations.
c. Manufacturer’s written assembly and installation instructions.
d. Maintenance instructions.
e. Manufacturer warranties.
2. Submit shop drawings for approval prior to delivery for the following:
a. Picnic Shelters. Shop drawings, signed and stamped by manufacturer’s
engineer, for each picnic shelter must include the following:
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 4 of 17
1) Concrete shelter footings.
2) Structural component locations/positions, material types and
dimensions, custom post details, structural calculations, and details of
construction and assembly.
3) Electrical and Lighting components and conduits.
4) Décor Post Band details.
b. Bronze Trail Marker. Shop drawings to include materials and sizes of
components including the bronze trail marker, anchor studs and flat bars; and
dimensioned plan and section for the bronze trail marker.
c. Signs:
1) Include all components, hardware, and sizes for front and back sign
panels, sign panel graphics, sign text, sign posts, support details, finishes,
concrete footings, and sign panel to post connections for the following
signs:
a) Park Entry Sign.
b) Wayfinding Sign.
c) Park Rules Sign.
d. Stair and Ramp Handrail: Shop drawings for the stair and ramp handrail must
include the following:
1) Profile, sizes, connection attachments, anchorage, size and location of
handrail light holes, handrail lights, and conduit.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Deliver and store site furnishings items in accordance with manufacturer’s written
recommendations. Handle all site furnishings with sufficient care to prevent scratches
to the finish and other damage.
1.08 ENVIRONMENTAL CONDITIONS
A. Do not install site furnishings items during heavy rain, freezing temperature, or
snowfall.
1.09 PROTECTION
A. Protect new work and work-in-progress from vandalism and damage that might be
incurred by construction traffic, equipment, property, and persons.
1.10 PERMITS, CODES, AND REGULATIONS
A. The Contractor must obtain and pay for all necessary permits and fees as required by
Local Authority and prevailing ordinances and/or codes.
B. The Contractor must keep fully informed and must comply with all existing laws,
codes, ordinances, and regulations, which in any way affect the conduct of the work.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 5 of 17
1.11 CONDUCT OF WORK
A. The Contractor must continuously maintain a competent superintendent or foreman
during the progress of the work, with the authority to act for the Contractor in all
matters pertaining to the work. The Contractor must give personal attention to the
fulfillment of the Contract and must keep the work under control. Subcontractors will
not be recognized, and all persons engaged in the work will be considered employees
of the Contractor. Their work must be subject to the provisions of the Contract,
Contract Drawings, and Contract Specifications.
B. The Contractor must confine operations to the working areas allotted by the Owner
for operations, including material and equipment storage.
C. The Contractor must progressively clean the work site of debris and rubbish as the
work proceeds.
1.12 GUARANTEE PERIOD
A. Guarantee work of this Contract Specification section for one (1) year against all
defects of materials and workmanship. The guarantee period begins after the date of
physical completion.
B. Repair any damage caused by settlement and defects at no cost to the Owner.
PART 2 PRODUCTS
2.01 HARDWARE
A. All metal hardware not supplied by the manufacturer including bolts, deformed bars
for connections, threaded rod, anchor bolts, nuts, and washers must be hot-dipped
galvanized steel unless otherwise noted. All bolts, threaded rod, and anchor bolts
must conform to ASTM A-307, Grade A. All galvanized bolts must have galvanized nuts
and standard cut galvanized washers at each end as shown in Contract Drawings; sized
respectively unless otherwise noted in Contract Drawings.
B. All neoprene washers must be rubber neoprene with black color finish; sized
respectively to fit bolts or anchor unless otherwise noted in Contract Drawings.
C. Hardware not noted by size must be sufficient to draw and hold members securely.
2.02 BRONZE TRAIL MARKER
A. Bronze Trail Marker to be Cast Nickel Bronze made from variable recycled content, per
ASTM B30 with Standard, raw finish, with stainless steel ribbed anchor stud and
stainless steel flat bar plates; as manufactured by Urban Accessories; 465 East 15th St.;
Tacoma, WA 98421; (877) 487-0488; sales@urbanaccessories.com.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 6 of 17
2.03 WASTE RECEPTACLE
A. Waste Receptacles must be Wabash Plastisol Receptacle, 32-gallon receptacle as
manufactured by Wabash Valley; 2580 Esters Blvd, Suite 100; DFW Airport, TX 75261;
WVMsales@wabashvalley.com; www.wabashvalley.com.
1. Waste Receptacle Model: # LR300R.
2. Pattern: Rib.
3. Lid: Model # DT100, Dome Top Lid.
4. Door: With side door.
5. Receptacle Liner: Model # LR310, 32-gallon receptacle liner.
6. Installation type: Surface mount package, Model # LR105.
7. Finish: Plastisol color black.
8. Hardware for waste receptacle assembly is supplied by the Manufacturer.
Hardware for surface mounting is to be per the Contract Drawings and supplied by
the Contractor.
B. Or approved equal.
2.04 BENCHES
A. Benches must be Estate Series, 6’ length, type as listed below as manufactured by
Wabash Valley; 2580 Esters Blvd, Suite 100; DFW Airport, TX 75261;
WVMsales@wabashvalley.com; www.wabashvalley.com.
1. Bench Models:
a. Bench with Back: 6-foot Outdoor Bench with Back – Estate Series with side
armrests.
b. Backless Bench: 6-foot Outdoor Bench without Back – Estate Series.
2. Installation type: surface mount.
3. Bench Color: Plastisol color black.
4. Leg Color: Powder coat color black.
5. Pattern: Slat.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 7 of 17
6. Hardware for bench assembly is supplied by the Manufacturer. Hardware for
surface mounting is to be per the Contract Drawings and supplied by the
Contractor.
B. Or approved equal.
2.05 PICNIC TABLES
A. Picnic Tables must be Designer Series, type as listed below as manufactured by
Wabash Valley; 2580 Esters Blvd, Suite 100; DFW Airport, TX 75261;
WVMsales@wabashvalley.com; www.wabashvalley.com.
1. Picnic Table Models:
a. Picnic Table – 8’: Rectangular 8-foot Picnic Table – Designer Series.
b. Picnic Table – 6’: Rectangular 6-foot Picnic Table – Designer Series.
c. Picnic Table – ADA: 8’ ADA Side by Side Picnic Table – Designer Series.
2. Installation type: surface mount.
3. Top Color: Plastisol color black.
4. Leg Color: Plastisol color black.
5. Seat Color: Powder coat color black.
6. Pattern: Traditional Slat.
7. Hardware for picnic table assembly is supplied by the Manufacturer. Hardware for
surface mounting is to be per the Contract Drawings and supplied by the
Contractor.
B. Or approved equal.
2.06 DRINKING FOUNTAIN
A. Drinking fountain to be Most Dependable Fountains model 10145SM: Pedestal Bottle
Filler with ADA Arm and Adult Arm; one (1) piece weld construction with MDF
standard 3/16” wall thickness and lead-free water supply line; meeting ADA Hi-Lo
requirements; standard push on/release off button; as manufactured by Most
Dependable Fountains, Inc.; 5705 Commander Dr.; Arlington, TN 38002-0587; (901)
867-0039; www.mostdependable.com.
1. Finish: oven baked powder-coat in standard color black per manufacturer.
2. Include the following options per the manufacturer:
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 8 of 17
a. Mounting: Surface mount with surface mount carrier: Template 10 NS per
manufacturer designed to be poured in the concrete slab and includes vandal
resistant stainless steel bolts and washers needed to anchor.
B. Or approved equal.
2.07 BOLLARDS
A. Bollards must be Phoenician Bollard as manufactured by IRONSMITH, Inc; 41701
Corporate Way #3 Palm Desert, CA 92260; (800) 338-4766;
http://www.ironsmith.cc/index.html. Available through Northwest Playground
Equipment, Inc. (425)313-9161, sales@nwplayground.com.
1. Bollard Models:
a. Bollard: model 9028-6; 6” Phoenician Cast Aluminum Bollard.
1) Installation Type: embedded for permanent installation.
b. Removable Bollard with Receiver: model 9028-6R; 6” Phoenician Cast
Aluminum Bollard-removable.
1) Bollard Receiver: model 9000R-6. 100% recycled cast iron.
2. Yellow Reflective Tape to be 2 inch wide polyester or vinyl Reflective Tape for
outdoor applications; as manufactured by 3M. Yellow color.
3. Finish: All metal components shall receive powder coating per manufacturer’s
specifications unless otherwise noted. Color to be black.
B. Or approved equal.
2.08 WSDOT BOLLARD TYPE 2
A. WSDOT Bollard Type 2 must be per WSDOT standard specification 9-03.1(4) B, 9-
15.1(1), and per WSDOT standard plan H-60.20-01.
2.09 BICYCLE RACK
A. Bicycle Rack must be Dero Cycle Stall Basic, U-Shaped rack; Rail Mounted Rack with 5
total 1.5” schedule 40 pipe Hoop Racks and 2 heavy duty 3”x1.4”x3/16” thick
galvanized mounting rails; as manufactured by Dero; 4150 S Pipkin Rd; Lakeland, FL
33811-1806; (888) 337-6729; www.dero.com.
1. Finish: Hot Dipped Galvanized.
2. Rail Mount Option: Standard, 90 degree.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 9 of 17
3. Installation type: surface mount. Anchor bolts, nuts, and washers for surface
mounting rails to concrete to be supplied by Contractor. Tamper resistant
hardware for attaching Hoop Racks to Rails will be provided by manufacturer.
B. Or approved equal.
2.10 PARK GRILLS
A. Park Grill must be Kay Park SF1635, 3.5” pedestal flip back cook surface as
manufactured by Kay Park Recreation; 1301 Pine St.; Janesville, IA 50647; (866) 741-
8266; sales@kaypark.com; www.kaypark.com.
1. Finish: High heat resistant black enamel.
2. Installation type: In-ground mount.
B. Or approved equal.
2.11 COAL ASH BINS
A. Coal Ash Bin must be Kay Park Model #KPHCB as manufactured by Kay Park
Recreation; 1301 Pine St.; Janesville, IA 50647; (866) 741-8266; sales@kaypark.com;
www.kaypark.com.
1. Installation type: Model BR-4HSA Concrete Expansion Anchors provided by
manufacturer.
B. Or approved equal.
2.12 PICNIC SHELTERS
A. Picnic Shelters must be Multi-Slope Illini Shelters as manufactured by Americana
Building Products and supplied by Recreation Today; 2414 E Railroad Street; Nampa,
ID 83687; (800) 481-8705; info@rectoday.net. Refer to Specification Appendix E.
1. Picnic Shelter Models:
a. Large Shelter: 28’x36’, with Split Gable Roof (4:12 & 6:12 roof pitches).
b. Small Shelter (Alternate #2): 24’x24’, with Split Gable Roof (4:12 & 6:12 roof
pitches).
2. Performance Requirements: Shelter must conform to local building codes.
Standard models are designed to 115 miles per hour wind load and 20
pounds per square foot live load according to 2018 International Building
Code (IBC) and American Society of Civil Engineers (ASCE) 7-10 design
codes.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 10 of 17
3. Electrical / Lighting: Lighting is as shown in the Electrical Contract Drawings with
conduit painted to match color of shelter posts.
4. Roof Panels: 18” Standing Seam Panel; color to be 880 Dark Bronze.
a. ASTM A792, Grade 50 Galvalume Steel
b. 1-3/4 tall, 18” wide interlocking design
c. 24 Gauge Thickness
5. Sub Roofing: Wood
a. Western Red Cedar, #1 Grade or better.
b. 2”x6” nominal dimensions; 1-1/2” x 5-3/8”, Actual Dimensions with
7/16” Tongue and ½” groove.
c. To be covered with Americana roof panel options using hidden
fastener system.
6. Perimeter Fascia: Galvalume Formed Edge Trim.
7. Structure: ASTM A500, Grade B Hollow Structural Sections (HSS)
8. Décor Post Bands: Custom designed posts shall be powder coat color black; design
shall be per the Contract Drawings and Specification Appendix E.
B. Or approved equal.
2.13 EPOXY FOR SIGN ANCHORS
A. Epoxy for mounting Sign threaded anchor bolts shall be Hilti Hit-Hy 200 Epoxy
Injectable Mortar; supplied by Hilti Center Seattle Downtown; 555 S. Lander St Ste 1;
Seattle, Wa 98134; (800) 879-800; us-sales@hilti.com; or approved equal.
2.14 PARK ENTRY SIGN
A. Park Entry Sign to conform with Appendix A: “City of Renton – Parks & Trails Sign Panel
Memorandum” for Park Entry Sign.
B. Fabricated and supplied by Shine On Signs and Graphics; 259 SW 41st Street; Renton,
WA 98057; (253) 243-7777; https://shineonsigns.com/. Or approved equal.
C. Sign components include:
1. Sign Panels including Main Panel, Accent Wave, and Internal Tabs: High density
urethane (HDU) material, smooth surface, with full color, digitally printed 3M
vinyl-printed graphics with Avery DOL 6060 anti-graffiti overlaminate.
a. Front and Back Panels: Design and content for sign panel graphics are per the
Park Entry Sign Details shown in Contract Drawings.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 11 of 17
2. Posts: 1/2” thick, 8” x 8” square aluminum tube, height per Contract Drawings.
3. Base Plate: 3/4” thick, aluminum plate; size per Contract Drawings.
4. Post and Base Plate Finish: finish to be powder coat color black with graffiti
resistant properties. Powder coat finish after drilling holes and welding.
5. Post Cap: 8”x8” cast aluminum, heavy-duty, pyramid post cap, black color. Model
DHPPC80 available from Decorex Hardware or approved equal.
6. Installation Type: surface mount.
7. Hardware: hardware for panel to post, post cap to post, and surface mount
footing attachments to be galvanized steel; size as shown in Contract Drawings.
Hardware to be supplied by sign fabricator.
2.15 WAYFINDING SIGN
A. Wayfinding Sign to conform with Specification Appendix A: “City of Renton – Parks &
Trails Sign Panel Memorandum” for Wayfinding Sign.
B. Fabricated and supplied by Shine On Signs and Graphics; 259 SW 41st Street; Renton,
WA 98057; (253) 243-7777; https://shineonsigns.com/. Or approved equal.
C. Sign components include:
1. Sign Panels: CompBond 6mm Aluminum Composite Material, smooth surface,
with full color, digitally printed 3M vinyl-printed graphics with Avery DOL 6060
anti-graffiti overlaminate.
a. Top Panels: design and content for sign panel graphics are per the Park Entry
Sign Details shown in Contract Drawings.
b. Bottom Panels: to include the ‘accent wave’; design and content for sign
panel graphics are per Wayfinding Sign Details shown in the Contract
Drawings.
2. Posts: 1/2” thick, 6” x 6” square aluminum tube with welded, solid top; height per
Contract Drawings.
3. Base Plate: 3/4” thick, aluminum plate; size per Contract Drawings.
4. Post and Base Plate Finish: finish to be powder coat color black with graffiti
resistant properties. Powder coat finish after drilling holes and welding.
5. Installation Type: surface mount.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 12 of 17
6. Hardware: hardware for panel to post and surface mount footing attachments to
be galvanized steel; size as shown in Contract Drawings. Hardware to be supplied
by sign fabricator.
2.16 PARK RULES SIGN
A. Park Rules Sign to conform with Specification Appendix A: “City of Renton – Parks &
Trails Sign Panel Memorandum” for Park Rules Sign.
B. Fabricated and supplied by Shine On Signs and Graphics; 259 SW 41st Street; Renton,
WA 98057; (253) 243-7777; https://shineonsigns.com/. Or approved equal.
C. Sign components include:
1. Sign Panels: CompBond 6mm Aluminum Composite Material, smooth surface,
with full color, digitally printed 3M vinyl-printed graphics with Avery DOL 6060
anti-graffiti overlaminate.
a. Front Panel: Design and content for sign panel graphics are per the Park Rules
Sign Detail shown in Contract Drawings.
b. Back Panel: Back panel to be blank, blue color per Park Rules Sign Detail
shown in the Contract Drawings.
2. Posts: 1/2” thick, 6” x 6” square aluminum tube with welded, solid top; size per
Contract Drawings.
3. Tube: 1/4” thick, square aluminum tube; size per Contract Drawings.
4. Base Plate: 3/4” thick, aluminum plate; size per Contract Drawings.
5. Post and Base Plate Finish: finish to be powder coat color black with graffiti
resistant properties. Powder coat finish after drilling holes and welding.
6. Installation Type: surface mount.
7. Hardware: hardware for panel to post and surface mount footing attachments to
be galvanized steel; size as shown in Contract Drawings. Hardware to be supplied
by sign fabricator.
2.17 STAIR AND RAMP HANDRAIL
A. Rails and Posts: ASTM A53, Grade B, Schedule 40; galvanized steel pipe, diameter per
Contract Drawings.
B. Fittings: Elbows, T-shapes, cast or machined steel.
C. Splice Connectors: Steel concealed spigots or welding collars.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 13 of 17
D. Galvanizing: According to ASTM A123; hot-dip galvanized after fabrication.
E. Touchup Primer for Galvanized Surfaces: SSPC Paint 20, Type I-Inorganic, zinc-rich.
F. Grout: Refer to Specification 03 62 00 Grout for Grout for mounting posts.
2.18 METAL NOSING FOR STAIRS
A. Metal Nosing for Stairs must be Model# STSB-C3E Stair Tread as manufactured by
Nystrom; 9300 73rd Avenue North Minneapolis, MN 55428.
1. 3” width as shown in Contract Drawings.
2. Base: extruded aluminum alloy 6063 t-5.
3. Abrasive strips: aluminum oxide silicon carbide granules in a UV protected, 2-part
epoxy, locked into extruded channels.
4. Base finish: mill
5. Poured concrete stairs: nosing shall terminate no more than 3" from end of steps.
6. Concrete filled steel pan stairs: nosing shall be full length of steps, less 3"
clearance on either end of each step.
7. Color: safety yellow.
8. Ul 1994 listed: combined width of photoluminescent material shall not be less
than 1".
B. Or approved equal.
2.19 PORTLAND LOO
A. Portland Loo must be single occupant public toilet. 304 stainless steel posts, panels,
louvers, roof and toilet. Aluminum front door. Skylight, 40W heat trace, interior &
exterior LED lighting with photoeye and motion sensor control and occupancy counter.
Incl. interior 32oz hand sanitizer dispenser and lockable 2-roll toilet paper dispenser
with AC power option. As manufactured by The Portland Loo; 2550 NW 25th Pl.;
Portland, Oregon 97210. Contact Evan Madden; Emadden@theloo.biz; phone:
(503)226-3968; website: www.PortlandLoo.com.
1. Door Swings: right-hand door swing and right-hand recessed Hand Wash.
2. Hardware: Loo template and foundation mounting hardware are as supplied by
manufacturer.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 14 of 17
3. Options must include: Baby changing table, trash can, sharps container, recessed
hand wash with cold air hand dryer, tempered water, soap dispenser, and
standard freeze protection per manufacturer.
A. Or approved equal.
PART 3 EXECUTION
3.01 GENERAL
A. Verify installation conditions as satisfactory to receive work of this Section. Do not
install until unsatisfactory conditions are corrected. Beginning work constitutes
acceptance of conditions as satisfactory.
B. Temporarily mark alignment and locations of all site furnishings for review by Owner’s
Representative prior to installation. Incorrectly located work must be removed and/or
replaced by the Contractor at no additional cost to the Owner.
C. Install site furnishings items rigid, plumb and true to lines and levels shown in contract
drawings or per manufacturer’s written instructions.
D. All ends of bolts to be tamperproof.
3.02 SUBGRADE PREPARATION
A. The Contractor must verify that subgrade has been properly compacted and
compaction tests, if required, have been accomplished.
3.03 CAST-IN-PLACE CONCRETE
A. Cast-In-Place Concrete for site furnishings footings and foundations must be per
Section 03 30 00 of these Contract Specifications. Layout and size per manufacturer’s
written instructions or as shown in the Contract Drawings. Unless otherwise indicated,
exposed concrete must have a medium broom finish.
3.04 DIRECT BURIAL INSTALLATIONS
A. All below-grade steel components scheduled for direct burial or “in-ground mount”
installation must be coated in an approved manner prior to installation, typically either
factory powder coating or hot-dipped galvanized.
B. Provide footing excavations sized per manufacturer’s written installation instructions
or as shown in the Contract Drawings.
C. All site furnishings scheduled for direct burial or “in-ground mount” installation within
new paved areas are to be installed prior to paving.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 15 of 17
3.05 SURFACE INSTALLATIONS
A. Surface installations must be made only upon approved concrete surfaces.
B. Use only manufacturer approved anchoring devices unless otherwise noted in the
Contract Drawings.
C. Where noted in the Contract Drawings, use only approved galvanized steel wedge
anchors as follows:
1. Do not proceed with anchor installation until concrete pavement has had a
minimum of 14 days cure time under normal conditions. Where weather
conditions are beyond the range of normal, do not proceed with anchor
installation without the approval of the Owner’s Representative.
2. Size to the largest standard diameter that the manufacturer’s pre-made hole will
accommodate without force.
3. Size for embedment per the Contract Drawings.
4. Do not over drill beyond 1/8” the depth necessary to accommodate the anchor.
5. Torque to 80-85% of the anchor manufacturers recommended maximum.
6. Provide at least one (1) anchor for every bolt location hole for any site furnishing.
3.06 FABRICATED ITEMS
A. Fabricated items must be installed in accordance with Contract Drawings.
B. Stair and Ramp Handrails requirements:
1. Structural Performance: Railings, including attachment to building construction,
shall withstand the effects of gravity loads and the following loads and stresses
within limits and under conditions indicated:
a. Handrails and Top Rails:
b. Uniform load of 50 lbf/ft applied in any direction.
c. Concentrated load of 200 lbf applied in any direction.
d. Uniform and concentrate loads need not be assumed to act concurrently.
2. Thermal Movements: Allow for thermal movements from ambient and surface
temperature changes acting on exterior railings by preventing buckling, opening of
joints, overstressing of components, failure of connections, and other detrimental
effects.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 16 of 17
a. Temperature Change: 120 deg. F (67 deg C), ambient; 180 deg. F (100 deg C),
material surfaces.
3. Stair and Ramp Handrail Fabrication:
a. Fabricate railings to comply with requirements indicated for design,
dimensions, member sizes and spacing, detail, finish, and anchorage, but not
less than that required to support structural loads.
b. Assemble railings in the shop to greatest extent possible to minimize field
splicing and assembly. Disassemble units only as necessary for shipping and
handling limitations. Clearly mark units for reassembly and coordinate
installation. Use connections that maintain structural value of joined pieces.
c. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease
edges to a radius of approximately 1/32 inch (1 mm) unless otherwise
indicated. Remove sharp or rough areas on exposed surfaces.
d. Form the work true to line and level with accurate angles and surfaces.
e. Fabricate connections that will be exposed to weather in a manner to exclude
water. Provide weep holes where water may accumulate. Locate weep holes
in inconspicuous locations.
f. Cut, reinforce, drill and tap as indicated to receive finish hardware, screws,
and similar items.
g. Connections: Fabricate railings with welded connection unless otherwise
indicated. Cope components at connections to provide close fit, or use fittings
designed for this purpose. Weld all around at connections, including at
fittings.
h. Provide inserts and other anchorage devices for connecting railings to
concrete work. Fabricate anchorage devices capable of withstanding loads
imposed by railings. Coordinate anchorage devices with supporting structure.
4. Installation:
a. Set posts plumb within a tolerance of 1/16th inch in 3 feet (2 mm in 1m). Align
rails so variations from level for horizontal members and variations from
parallel with rake of steps and ramps for sloping members do not exceed ¼
inch in 12 feet (5 mm in 3 m).
b. Slip Joints: Install slip joints at locations indicated but not farther apart than
required to accommodate thermal movement. Provide slip-joint internal
sleeve extending 2 inches (50 mm) beyond joint on either side and fasten
internal sleeve securely to one side.
c. Adjust railings before anchoring to ensure matching alignment at abutting
joints.
3.07 INSTALLATION OF MANUFACTURERED ITEMS
A. Assemble Site Furnishings per manufacturer’s written instructions.
PHILIP ARNOLD PARK Bid Set
32 33 00 SITE FURNISHINGS 4 May 2022
32 33 00 – Page 17 of 17
B. Locate and orient Site Furnishings as shown in Contract Drawings for Owner’s
Representative on-site review and approval.
C. Site furnishings must be installed plumb and level, as shown in the Contract Drawings,
and in accordance with manufacturer’s written instructions. Shim as needed to level;
with aluminum or galvanized steel shims or equal as approved by Owner’s
Representative.
3.08 WELDED ITEMS
A. Welded pieces must be free of burrs, slag, or other waste material prior to galvanizing
and finishing. All welds to be continuous without gaps.
3.09 CLEAN-UP
A. Clean site furnishings promptly after installation. Remove all residues, stains, scuffs,
abrasions, and marks from the finished product in accordance with the manufacturer’s
instructions. Do not use harsh or abrasive cleaning materials or methods that could
damage the finishes.
B. Touch-up and repair minor damages to the finish in accordance with manufacturer’s
instructions and as approved by the Owner’s Representative.
C. Remove and replace damaged components that cannot be successfully repaired as
determined by the Owner’s Representative.
D. Remove all metal, wood, and concrete slurry and debris, protective wrappings and
coverings, and shipping materials from the project site.
E. Fully restore all areas of the site that were impacted by the installation activities.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 1 of 13
SECTION 32 33 00.01
BOARDWALK
GENERAL
SUMMARY
Provide and install all boardwalk items hereinafter identified.
SCOPE OF WORK
Furnish all materials, equipment, labor, and related items necessary to complete the
work shown in the Contract Drawings and/or as specified in the Specifications. The
work included in this section includes:
Boardwalk and Boardwalk Curb
Boardwalk Barrier
Helical Piers
Guardrail
All other related items required to complete the work shown on the Contract
Drawings and as specified in the Contract Specifications.
REFERENCES
This specification section incorporates by reference the latest revisions of the
following documents.
Specification Appendix B – Geotechnical Design Recommendations for Philip
Arnold Park.
Specification Appendix D – Boardwalk Plans & Details.
AASHTO LRFD Guide Specifications for The Design of Pedestrian Bridges, 2nd
Edition.
AASHTO LRFD Bridge Design Specifications, 8th Edition.
American Concrete Institute Building Code and Commentary, ACI 318-19 and ACI
318R-19.
All standards must include the latest additions and amendments as of the date of
advertisement for bids.
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 2 of 13
Comply with environmental agencies, building codes and other local requirements
that are more stringent than the above.
RELATED WORK
Related work in other sections of these Specifications includes but is not limited to:
Specification 31 23 13 – SUBGRADE PREPARATION.
Specification 32 13 13 – CONCRETE PAVING.
QUALITY ASSURANCE
Before proceeding with any work, the Contractor must inspect the site, carefully check
all grades, and verify all dimensions and conditions affecting the work. The Contractor
must immediately notify the Owner’s Representative of any discrepancy on line and
level.
Adhere to manufacturer's instructions for product storage and handling, assembly,
installation, and maintenance.
Submit a list containing at least 3 projects completed in the last 3 years on which the
contractor has installed piles and Helical Pier foundations of a size and length similar
to those shown on the plans. The list of projects shall contain names and phone
numbers of Owner’s Representatives who can verify the Contractor’s participation on
those projects.
Manufacturer Qualifications:
Precast Concrete Boardwalk: Not less than 10 years’ experience in the actual
production of precast products as described below.
Components shall be factory fabricated and engineered by single entity. This
entity shall be registered to do business in the state of Washington.
Boardwalk supplier (Precaster) for the boardwalk shall have in-house color
mixing facilities for color pigmentation.
Boardwalk supplier (Precaster) shall have either a minimum experience of 5
years or 50 boardwalk projects in design, production, and field consultation.
Boardwalk supplier (Precaster) must be certified by PCI or NPCA.
Installer Qualifications:
Boardwalk Installer: Firm with 3 years’ experience in installation of systems similar
in complexity to those required for this Project.
Helical Pier Installer: The installing contractor and pier designer shall submit to the
Owner's Representative the following documentation. Work shall not begin until
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 3 of 13
all the submittals have been received and approved by the Owner's
Representative. All costs associated with incomplete or unacceptable submittals
shall be the responsibility of the installing contractor.
Evidence of installing contractor's competency in installation of helical piers
shall be provided to the Owner's Representative satisfaction and may include
any or all of the following:
Pier manufacturer's certificate of competency in installation of helical
piers, or
A list of at least 3 projects completed within the previous 3 years wherein
the installing contractor installed helical piers similar to those shown in
the project plans, such list to include names and phone numbers of those
project Owner’s Representatives who can verify the installing
contractor's participation in those projects, or
A letter from the pier manufacturer, distributor or manufacturer's
representative expressing ability and intent to provide on-site supervision
of the pier installation.
A listing of all safety violations logged against the installing contractor within
the previous 3 years and the current status or final resolutions thereof.
Descriptions of safety improvements instituted within the previous 3 years
may also be submitted, at the installing contractor's discretion.
Evidence of pier designer's competence in the design of helical piers shall be
provided to the Owner’s Representative satisfaction and shall include all of
the following:
Registration as a professional engineer or recognition by the local
jurisdictional authority.
A list of at least 3 projects completed within the previous 3 years wherein
the pier designer designed helical piers similar to those shown in the
project plans, such list to include names and phone numbers of those
project Owner’s Representatives who can verify the engineer's
participation in those projects.
Recommendation from the pier manufacturer, distributor or
manufacturer's representative.
Precast components must be manufactured with the use of hot rolled steel skin in
reinforced steel forms. Temporary (i.e., Timber) and/or single use forms are
unacceptable unless approved in writing by the Boardwalk Engineer.
Acceptability Criteria for Treads and Curbs: The finished visible (in the final installed
position) surface shall have no obvious imperfections other than minimal color or
texture variations from the approved samples or evidence of repairs when viewed in
good typical daylight illumination with the unaided naked eye at a 20 foot viewing
distance. Appearance of the surface shall not be evaluated when light is illuminating
the surface from an extreme angle as it tends to accentuate the minor surface
irregularities. The following is a list of finish defects that shall be properly repaired, if
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 4 of 13
obvious when viewed at a 20 ft. distance. Patching (by a trained skilled concrete repair
person) is an acceptable repair method.
Ragged or irregular surfaces.
Excessive air voids (commonly called bug holes) larger than ¼ in. evident on the
top surface of the tread or curbs (if applicable).
Adjacent flat and return surfaces with greater texture and/or color differences
than the approved samples or mockups.
Casting and/or aggregate segregation lines evident from different concrete
placement lifts and consolidation.
Visible mold joints or irregular surfaces.
Rust stains on exposed surfaces.
Units with excessive variation in texture and/or color from the approved samples,
within the unit or compared with adjacent units.
Blocking stains evident on exposed surfaces.
Areas of backup concrete bleeding through the facing concrete.
Foreign material embedded in the surface.
Visible repairs at a 20 ft. viewing distance.
Reinforcement shadow lines.
Cracks visible at a 20 ft. viewings distance.
Site Reviews will be made by the Owner’s Representative.
Request Owner’s Representative reviews at least 48 hours in advance of the time
site review is required. Reviews for the following is required:
Review of boardwalk beams after installation of the first section or first 10
linear feet.
Review of boardwalk treads after installation of the first 10 linear feet.
Review of guardrail after installation of the first 6 linear feet or first panel.
Substantial Completion of all work (development of physical punch list items).
Physical Completion of all work (physical punch list items satisfactorily
completed).
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 5 of 13
SUBMITTALS
For each product specified, submit the following for approval prior to delivery:
Manufacturer’s product data including:
Preparation instructions and recommendations.
Storage and handling requirements and recommendations.
Manufacturer’s written assembly and installation instructions.
Maintenance instructions.
Manufacturer warranties.
Submit manufacturer’s shop drawings for approval prior to delivery. If Shop
Drawings show variations or deviations from the requirements of the Contract
Documents, Contractor must describe all variations and deviations in writing at
the time Shop Drawings are submitted. Approval of Shop Drawings does not
relieve the Contractor of responsibility for any errors or omissions in such Shop
Drawings. Provide Shop Drawings for the following:
Boardwalk Shop Drawings: sealed by a licensed Professional Engineer in the
state of Washington and include the following:
Full plan view of the boardwalk, foundation, and guardrail system drawn
to scale. The plan view must reflect the proposed horizontal alignments.
Partial elevation view of the boardwalk, guardrail and foundation system
drawn to scale which reflect the actual vertical alignment. Elevation or
plan view shall indicate the elevation at the top and bottom of the
boardwalk and foundation system components, horizontal and vertical
break points, and location of the finish grade.
Details of all boardwalk and guardrail system connections such as the
length, size, and detailed guardrail post connections that meet the edge
clearance requirements for the boardwalk treads.
Design parameters used along with AASHTO references.
Show actual field conditions and true elevation and location.
Clearly detail reinforcement in beams, treads and curbs including clear
dimension from concrete edge, size and amount of rebar.
Clearly state concrete compressive strength, steel type and strength, and
a listing of all component weights including lifting locations.
Helical Pier Details including:
the helical plate and specific helical pier cut sheet, which shall be
signed and sealed by a structural engineer.
pier placement is not shown on the project plans, the placements,
alignments and their respective tolerances
Product designations for helix and extension sections and all ancillary
products to be supplied at each helical pier location
Individual anchorage nominal loads
Individual anchorage pre-tensioning requirements (if any)
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 6 of 13
Manufacturer's published allowable system capacities for the pier
assemblies, including load transfer devices
Calculated theoretical geotechnical capacity of piers
Minimum effective torsional resistance criteria
Maximum allowable installation torque of pier
Minimum embedment lengths and other site-specific embedment
depth requirements that may be appropriate for the site soil profiles
Inclination angle and location tolerance requirements
Copies of certified calibration reports for torque measuring
equipment and load test measuring equipment to be used on the
project. The calibrations shall have been performed within one year
of the proposed starting date for helical pile installation or as
recommended by the equipment manufacturer based on the
proposed starting date.
Boardwalk Design Computations stamped by a licensed Professional Engineer in
the state of Washington and include the following:
Clearly refer to the applicable AASHTO provisions.
Include documentation of computer programs including all design
parameters.
Clearly show that all reinforced precast treads and beams meet AASHTO
requirements for the loading per Section 1.3.G.
Include sketches of reinforcement in treads and beams, shear and moment
diagrams, and all equations used shall be referenced to applicable code.
Boardwalk Manufacturer’s Construction Specifications:
Construction methods specific to the boardwalk vendor. Submittal
requirements such as certification, quality and acceptance/rejection criteria
shall be included. Details on connection of boardwalk units and foundation
system such that assurance of uniform load transfer shall be checked.
Helical Pier Test Reports: submit copies of raw field test data or reports within 24
hours after completion of each load test. Formal test reports shall be submitted
within 5 days following test completion. Formal test reports shall include, but are
not limited to, the following information:
Name of project and installing contractor
Name of installing contractor's supervisor during installation
Name of 3rd-party test agency, if any
Pre-production or production test
Date, time, and duration of test
Unique identifier and location of helical pier tested
Type of test (performance of proof)
Description of calibrated testing equipment and test set-up
Actual helical pier type and configuration
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 7 of 13
Steps and duration of each load increment
Cumulative pier head movement at each load step
Individual helical pier installation records. These installation records shall include,
but are not limited to, the following information:
Date and time of installation
Location of helical pier
Actual helical pier type and configuration
Pier reveal
Total length of installed pier
Actual inclination of the pier
Actual effective torsional resistance
Calculated geotechnical capacity based on actual torsional resistance
Comments pertaining to interruptions, obstructions, or other relevant
information
DELIVERY, STORAGE, AND HANDLING
Deliver and store boardwalk items in accordance with manufacturer’s written
recommendations. Handle all boardwalk items with sufficient care to prevent
scratches to the finish and other damage.
ENVIRONMENTAL CONDITIONS
Do not install site furnishings items during heavy rain, freezing temperature, or
snowfall.
PROTECTION
Protect new work and work-in-progress from vandalism and damage that might be
incurred by construction traffic, equipment, property, and persons.
PERMITS, CODES, AND REGULATIONS
The Contractor must obtain and pay for all necessary permits and fees as required by
Local Authority and prevailing ordinances and/or codes.
The Contractor must keep fully informed and must comply with all existing laws,
codes, ordinances, and regulations, which in any way affect the conduct of the work.
CONDUCT OF WORK
The Contractor must continuously maintain a competent superintendent or foreman
during the progress of the work, with the authority to act for the Contractor in all
matters pertaining to the work. The Contractor must give personal attention to the
fulfillment of the Contract and must keep the work under control. Subcontractors will
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 8 of 13
not be recognized, and all persons engaged in the work will be considered employees
of the Contractor. Their work must be subject to the provisions of the Contract,
Contract Drawings, and Contract Specifications.
The Contractor must confine operations to the working areas allotted by the Owner's
Representative for operations, including material and equipment storage.
The Contractor must progressively clean the work site of debris and rubbish as the
work proceeds.
GUARANTEE PERIOD
Guarantee work of this Contract Specification section for one (1) year against all
defects of materials and workmanship. The guarantee period begins after the date of
physical completion.
Repair any damage caused by settlement and defects at no cost to the Owner.
PRODUCTS
BOARDWALK TREAD, BEAM, & CURB
Boardwalk tread, beam, and curb must be Permatrak Precast Concrete Boardwalk as
manufactured and supplied by PermaTrak North America LLC; (864) 354-4870;
website: www.permatrak.com; contact: John Pyle; email: jpyle@permatrak.com.
Boardwalk shall meet the following basis of design requirements:
The precast system shall be designed as a modular flexible system allowing a
prescribed settlement at pier locations. Joints shall be designed for such
movement to occur without damage to the structural integrity of the system.
Boardwalk system (beams, treads, and curbs) must be reinforced precast
concrete. A material change, including cast-in-place concrete, is not considered an
equal to the design shown on the bid documents.
Walking surface (treads) shall be made of reinforced precast concrete, and
supported by reinforced precast concrete beams. Where applicable, edges of
treads will receive precast concrete curbs.
Walking surface (finish) of top surface of treads shall have a formliner finish with
one of PermaTrak’s standard textures. Texture must be integral with the concrete
and shall not be an applied post pour wearing surface.
Precast concrete treads shall be PermaTrak interlocking, structural load bearing
treads.
Standard PermaTrak Texture: BeachWood
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 9 of 13
Standard PermaTrak Color: Natural Concrete
DESIGN LOADS: Designed for the following live loads:
Pedestrian live load of 90 psf.
5000 lb. Maintenance Vehicle with two axles spaced 96 inches apart and
equally distributed.
H5 Design Truck – 10,000 lbs. total vehicular load (Applicable for boardwalk
clearances exceeding 7 ft. but equal to or less than 10 ft.)
Treads shall maintain a “boardwalk appearance”, specifically meaning each tread
shall have a width: length ratio ranging from a minimum of 3:1 to a maximum of
14:1. Width is defined as the tread dimension perpendicular to the normal
direction of travel. Length is defined as the tread dimension measured in the
direction of travel.
Connectors for curbs to treads shall not be visible to boardwalk users while
viewed from the top of the walkway.
All tread-to-beam connectors shall be non-corrosive, and hidden from view.
Metallic tread-to-beam connectors are not acceptable for this project.
Boardwalk supplier shall provide a field representative on site for a minimum of 2
days. Field representative shall be knowledgeable in the installation of precast
concrete boardwalks.
Precast concrete for boardwalk shall conform to the following:
The minimum compressive strength of the concrete shall be 4000 psi
measured at 28 days.
All precast concrete shall contain fiber reinforcing as well as structural steel
reinforcement as designed by the Engineer of record.
All precast concrete components shall be air entrained composed of Portland
cement, fine and coarse aggregates, admixtures and water. The air-entraining
feature may be obtained by the use of either an air entraining Portland
cement or an air entraining admixture. The entrained air-content shall be not
less than four percent or more than seven percent.
All reinforcing steel shall be standard uncoated steel conforming to ASTM
A615 unless noted otherwise.
Or approved equal.
BOARDWALK BARRIER
Boardwalk barrier, fittings, and hardware must be hot-dipped galvanized steel with
black powdercoat finish.
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 10 of 13
Barrier Rail: 1-5/8” chainlink fence top rail; powdercoat color black.
Rail End: 1-5/8” rail end, designed as a weather tight closure cap for tubular posts;
powdercoat color black.
Brace Band: 1-5/8” brace band with nut and bolt sized to fit brace band;
powdercoat color black.
HELICAL PIERS
Helical piers shall be designed to support the nominal compression and lateral load(s)
as shown on the project plans. The overall length, helix configuration and minimum
effective torsional resistance of a helical pier shall be such that the required
geotechnical capacity is developed by the helix plate(s) in an appropriate bearing
stratum(s).
All steel structure pier components shall be designed within the limits provided by the
American Institute of Steel Construction (AISC). Either Allowable Stress Design (ASD) or
Load and Resistance Factor Design (LRFD) are acceptable methods of analysis.
Except where noted otherwise on the project plans, all piers shall be installed to
provide a minimum factor of safety against ultimate compression resistance of 2.0, a
maximum axial deflection at design compression load of 0.5 inches, and must satisfy
the deflection criteria as stated on the plans or drawings.
Except where noted otherwise on the project plans, each pier shall be designed to
meet a corrosion service life of 50 years.
The anchorage design shall take into account such pier spacing, soil stratification,
corrosion and strain compatibility issues as are present for the project.
GUARDRAIL
Guardrail must be Fortress Al13 plus Commercial Aluminum Railing as manufactured
by Fortress Railing Products; 1720 N 1st Street; Garland, TX 75040; (866) 323-4766;
www.fortressbp.com/railing; sales@fortressbp.com.
Guardrail Posts: 3”x3” Steel Posts; 45.5” with 5.75" Post Base Cover. al13 plus
commercial post.
Post Cap: al13 plus-3" flat pyramid cap.
Guardrail Panel: 6’ length panel; al13 plus-traditional; adjustable railing panel; 40"
picket height.
Post Base Plates: al13 plus-post anchor base plate.
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 11 of 13
Finish: Gloss Black Finish.
Hardware for Guardrail assembly: Hardware, attachments, brackets, hidden
fasteners, and other appurtenances are per the manufacturer’s instructions and as
supplied by the manufacturer.
Bottom Base Plate: Bottom base plate must be 3/8” thick galvanized steel plate;
powdercoated black.
Hardware for Post Attachment: hex head bolts, nuts, and washers must be hot-
dipped galvanized steel conforming to ASTM A-307, Grade A; sized per Contract
Drawings.
All neoprene washers must be rubber neoprene with black color finish; sized
per Contract Drawings.
Or approved equal.
EXECUTION
GENERAL
Verify installation conditions as satisfactory to receive work of this Section. Do not
install until unsatisfactory conditions are corrected. Beginning work constitutes
acceptance of conditions as satisfactory.
Boardwalk manufacturer shall provide a field representative to review installation
instructions with the Contractor and Owner’s Representative and to certify that the
installation has been performed according to the approved drawings and
manufacturer’s instructions.
Install site furnishings items rigid, plumb and true to lines and levels shown in contract
drawings or per manufacturer’s written instructions.
All ends of bolts to be tamperproof.
INSTALLATION OF BOARDWALK AND BOARDWALK CURB
Install boardwalk and boardwalk curb as shown in Contract Drawings and per
manufacturer’s written instructions.
INSTALLATION OF BOARDWALK BARRIER
Install boardwalk barrier as shown in Contract Drawings.
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 12 of 13
INSTALLATION OF HELICAL PIERS
Install helical piers as shown in Contract Drawings, approved shop drawings, and per
manufacturer’s written instructions.
The minimum overall length criteria and the minimum effective torsional resistance
criteria as specified in the pre-construction submittals, and per the manufacturer’s
written instructions, must be satisfied prior to terminating the pier installation.
HELICAL PIER LOAD TESTING
Two load tests shall be performed in accordance with the latest version of ASTM
D1143 and the following criteria:
Load tests shall be performed on 2 helical piers after installation in accordance
with the plans. The static load capacity test shall be conducted one at a time and
shall consist of the following. An initial axial setting force of 5,000 lbs shall be
applied to the helical pier or helical pile. Load increments of 10 to 25% of the
design allowable load shall be subsequently applied with a constant time interval
between each increment, in accordance with ASTM D1143 quick load test method
for individual piles, until the proof load specified on the plans is reached. After the
final hold period, the maximum pile head displacement shall be recorded. The test
shall be deemed successful provided helical pier and helical pile maximum pile
head displacement is less than 1/2 inch of the design load. In the event of an
unsatisfactory test, the helical pier or helical pile shall be installed to additional
length and torque until a successful proof load capacity test has been completed.
Axial load shall be applied to the helical pier and helical pile during the proof load
capacity test utilizing the final bracket assembly configuration. Through the
duration of installation and testing, the horizontal movement of the structure to
which the helical piers are attached shall be limited as shown on the plans.
If pier testing is required, the installing contractor shall furnish all labor,
equipment and pre-production helical piers necessary to accomplish the testing as
shown in the approved pier design documentation. Installing contractor shall
apply the specified loads for the specified durations and record the specified data,
for the specified number of piers. No deviations from the test plan(s) will be
allowed without explicit approval in writing from the Owner’s Representative.
INSTALLATION OF GUARDRAIL
Install guardrail as shown in Contract Drawings and per manufacturer’s written
instructions.
PHILIP ARNOLD PARK Bid Set
32 33 00.01 BOARDWALK 4 May 2022
32 33 00.01 – Page 13 of 13
CLEAN-UP
Clean site furnishings promptly after installation. Remove all residues, stains, scuffs,
abrasions, and marks from the finished product in accordance with the manufacturer’s
instructions. Do not use harsh or abrasive cleaning materials or methods that could
damage the finishes.
Touch-up and repair minor damages to the finish in accordance with manufacturer’s
instructions and as approved by the Owner’s Representative.
Remove and replace damaged components that cannot be successfully repaired as
determined by the Owner’s Representative.
Remove all metal, protective wrappings and coverings, and shipping materials from
the project site.
Fully restore all areas of the site that were impacted by the installation activities.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 1 of 20
SECTION 32 84 00
PLANTING IRRIGATION
GENERAL
SUMMARY
Furnish and install an automatically-controlled, underground irrigation system and
associated equipment including connections to existing equipment to remain, labor,
and materials as indicated.
Provide Temporary Irrigation System connection with the booster pump, and including
all labor and materials, to provide uninterrupted irrigation service to the ballfield to
maintain lawn in a healthy growing condition throughout construction. Furnish and
install an above-ground mainline and other components.
This Section also includes the Guarantee of the irrigation system during the planting
Guarantee Period of one (1) year duration to ensure the health and establishment of
plant materials. Refer to Section 32 90 00 Planting.
EXISTING IRRIGATION SYSTEM
Prior to beginning construction, the Contractor and Owner’s Representative must
meet on site to test and document the working order and condition of the existing
irrigation system.
Protect and maintain existing irrigation system service to areas indicated in contract
drawings during the entire construction period. All interruptions to existing irrigation
water service must be approved by Owner prior to periodic shutdowns. All new pipe
and fittings are subject to hydrostatic testing per specifications.
Repair all damage to existing irrigation system caused by construction, and return
existing irrigation system items to remain to a fully operational, pre-construction
condition at no additional cost to Owner.
Coordinate existing underground sprinkler irrigation to remain with new irrigation.
Portions of existing irrigation system must be abandoned (capped) or removed as
shown in contract drawings. Existing irrigation “As-Built”/Record Drawings are
available from Owner.
SCOPE OF WORK
Furnish and install a complete underground sprinkler irrigation system to provide
efficient and even irrigation with head-to-head coverage of all planting areas shown
on the Contract Drawings. Irrigation system must have minimum overspray onto signs,
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 2 of 20
paved or non-planted areas and no overspray onto buildings and as specified in the
Specifications and be complete and ready for operation.
The work included in this Specification must consist of all tools, materials, tests,
permits and other related items necessary for the installation and operation of the
irrigation system. Included must be all labor necessary for installation, including
trenching, plumbing, back-filling, electrical wiring, adjustments, and all other items of
labor necessary for a satisfactory operating system.
Irrigation piping layout is schematic. Locate piping in planting areas unless shown in
sleeves between planting areas. Avoid conflicts with plant materials, lighting fixtures,
signs, structures, above and below ground utilities, and drainage systems.
Any item of labor, material or equipment not specified or shown in detail, but
incidental to or necessary for the complete installation and proper operation of the
system, must be furnished by the Contractor without additional cost to the Owner.
All sleeving required for the execution of the work is to be provided as specified.
Coordinate locations and installation of pipe sleeving with the general contractor prior
to paving operations.
RELATED WORK
Related work in other sections of these Specifications includes but is not limited to:
Specification 31 23 13 – SUBGRADE PREPARATION.
Specification 32 90 00 – PLANTING.
Specification 33 11 00 – WATER UTILITY.
QUALIFICATIONS OF INSTALLER
Contractor must be a bonded irrigation contractor. The sprinkler irrigation system
must be installed by an experienced irrigation mechanic, Certified Irrigation
Technician, or Journeyman Plumber.
All electrical service connection work must be completed by a licensed Electrical
Contractor.
VERIFICATION
Before proceeding with any work, inspect the site, carefully checking grades and verify
all dimensions and conditions affecting the work in order to proceed safely. Changes
or alterations to the system to meet actual conditions must be made at no additional
cost to the Owner.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 3 of 20
Report to the Owner’s Representative all deviation and/or conflicts between
Drawings, Specifications and site conditions. Extra work, or corrective work, arising
from failure to report deviations or conflicts must be completed at the Contractor's
expense.
Prior to the start of any work, (1) verify available static water pressure (PSI) and
gallons per minute (GPM) at the point-of-connection and (2) verify the dynamic
pressure (PSI) downstream of the existing pump.
Submit written verifications of the PSIs and the GPM to the Owner’s
Representative prior to beginning the work.
Any replacement, relocation, or additional labor and materials required as a
failure to check and provide the PSIs and GPM, must be completed at the
Contractor’s expense.
CHANGE ORDERS AND SUBSTITUTIONS
Do no work for extra compensation without prior written approval of the Owner in the
form of a Change Order.
The intent of the Contract Drawings and Specifications is to provide a totally
integrated irrigation system. Substitutions will be accepted only if they are proven to
be wholly compatible with this system. City of Renton standard irrigation products are
included; no substitutions will be permitted unless noted herein.
PERMITS, CODES AND REGULATIONS
Apply for and pay for all necessary permits and fees as required by Local Authority and
prevailing ordinances and/or codes.
Keep fully informed and shall comply with all existing laws, codes, ordinances, and
regulations which in any way affect the conduct of the work.
INTERPRETATION OF THE CONTRACT DRAWINGS
Irrigation Drawings are diagrammatic and are not intended to show exact location of
such items as piping, valves, controllers, and other equipment. Locate these items as
closely as possible or as per related details to curbs or edges of paving. Locate such
items as piping, valves, controllers and other equipment inside property line unless
otherwise noted on the Contract Drawings.
Pipe lines shown parallel on the Contract Drawings may be placed in a common
trench. Sprinkler heads are shown accurately and must be installed as indicated by
center of symbol.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 4 of 20
Trenching that may potentially disturb root systems of existing trees is to be brought
to the attention of the Owner’s Representative before proceeding.
PROTECTION OF WORK, PROPERTY AND PERSONS
Take all necessary precautions to protect work in progress, all property, persons,
utilities, walks, curbs, pavement and buildings from any damage that might be
incurred arising from this Contract. Repair to the satisfaction of the Owner, at
Contractor's expense, any damage to the above and existing landscape.
CONDUCT OF WORK
Continuously maintain a competent superintendent or foreman during progress of the
work, with the authority to act in all matters pertaining to the work. The Contractor
must give personal attention to the fulfillment of the contact and must keep the work
under control.
Confine operations to the working areas allotted by the Owner, including material and
equipment storage.
Progressively clean the work site of debris and rubbish as the work proceeds. Keep
streets, sidewalks and site clean, free from debris and affected drains open and free
flowing at all times.
Locate and identify all underground utilities (on or near Public Rights-of-Way /
Property Lines) prior to digging and/or driving stakes.
Repair to the satisfaction of the Owner any damage to existing utilities. Existing known
utilities have been shown on the Architectural/Engineering and/or Survey Drawings
and will be made available from the Owner and/or Utility Companies. It will be the
Contractor's responsibility to verify utility locations on the ground with a pipe-finder or
by other means. Contact Utility Locate at 1-800-424-5555 in advance of any digging to
have existing utilities located and marked on-site. The Contractor must be responsible
for the protection of existing known utilities. Should the ditching intercept and
damage any existing utilities, all further work within said area must stop until the
Owner is advised and the Owner can review a repair method and schedule.
Provide barricades and safety guards, and any other structures or improvements
necessary for the complete protection of the public.
The Contractor must bear sole responsibility for damage to and/or water leaks on the
Owner’s property and any property located outside of the project site, which is caused
by the Contractor’s negligence during construction of the project. The Contractor must
also bear sole responsibility for any pollution of rivers, streams, groundwater or other
waters that may occur as a result of construction operations. The Contractor must
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 5 of 20
replace, repair and pay for all damages caused by his/her negligence to the
satisfaction of the Owner prior to final payment.
During the installation of the new irrigation system, if underground utilities are
encountered, including (but not limited to) existing irrigation system(s), notify the
Owner’s Representative 2 working days in advance and perform repairs to that system
as specified and/or as directed by the Owner’s Representative. This must also apply to
the connection of new irrigation systems to existing, older systems.
SYSTEM PROTECTION
As a part of the guarantee under this contract, the Contractor is responsible for the
deactivating and draining of the system prior to the onset of the freezing season and
for reactivating the system at the onset of the spring growing season; each task must
be accomplished once during the one (1) year Guarantee Period.
In the event the system is completed in a season when the system will not be in use,
the Contractor will winterize the system, including new and existing components and
the pump, upon acceptance and will reactivate the system in the spring. The
Contractor must, upon completion of the winterizing phase, submit a letter to the
Owner and the Owner’s Representative certifying that the system was winterized and
drained, and indicates the date when such action was accomplished. The Contractor is
liable for any damage resulting from failure to comply. The Contractor must notify
both the Owner and the Owner’s Representative 48 hours prior to the work so that
the Owner’s Representative can be present during the winterizing and reactivating
phases of work.
GUARANTEE
Guarantee the irrigation system for all workmanship and material for a period of one
(1) year, coinciding with planting Guarantee Period. Repair and/or replace defective
irrigation equipment as determined by the Owner for the duration of the guarantee
period. Repairs and/or replacements must be made in the same manner as specified
for the original irrigation system and must be completed at no cost to the Owner.
Should any trouble develop within one (1) year which, in the opinion of the Owner, is
due to inferior or faulty material and/or workmanship, the trouble must be corrected,
without delay, to the satisfaction of the Owner and at the Contractor's expense.
Any settling of backfilled trenches must be repaired by the Contractor at the
Contractor's expense, including but not limited to, restoration of pavement, seeded
areas, sodded lawn, and/or planted areas.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 6 of 20
MAINTENANCE
It is expressly understood the Owner will be responsible during the one (1) year
Guarantee Period for normal maintenance of the project.
TESTS & SITE REVIEWS
Site Reviews will be made by the Owner Representative.
Request Owner Representative site reviews at least 48 hours in advance of the
time review is required.
Site Reviews for the following critical path items are required:
Pre-construction meeting: contractor to activate and inventory working order
of ex irrigation system.
Irrigation Pressure Test.
Irrigation Coverage Test.
For Substantial Completion of all work (development of physical punch list
items).
For Physical Completion of all work (physical punch list items satisfactorily
completed).
For Final Acceptance of all work at the conclusion of the Guarantee Period.
Pre-test for Pressure Test and Coverage Test prior to the Owner’s Representative's
review of said tests to confirm that the irrigation system will meet the requirements of
the specified tests.
Once pre-tests are completed and acceptable results are confirmed by the Contractor,
tests must be witnessed by the Owner’s Representative. The Contractor must give at
least 48 hours advance notice of tests.
Should additional test reviews be required due to conditions found to be the
Contractors responsibility, reimburse the Owner for billed costs for the participation of
the Owner’s Representative in repeated test reviews. Billed costs may include time
and travel expenses as a direct consequence of the additional activities.
SUBMITTALS
Irrigation Material Documentation
Submit manufacturer's "Catalog Cuts" of all material as noted in Specifications.
Failure to do so may result in non-acceptance of materials already used or hauled
to the site. Any removal or delays incurred will be at the expense of the
Contractor.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 7 of 20
Temporary Irrigation Supply Plan: Submit plan for temporary irrigation supply to
ballfield area prior to demolition procedures.
All temporary irrigation design work by the Contractor must be reviewed and
approved by the Owner's Representative prior to construction. All drawings must
be well-drafted on paper or equal and include all necessary information for a
complete design review. Minimum Drawing scale must be 1”=20’-0”.
Temporary Irrigation Supply plan must include the following information: PSI,
GPM, Pipe Sizes and Pipe Material, Valves and Valve Schedule, temporary
power/electrical source and location of connection to the irrigation pump and to
the temporary irrigation controller, the controller location, and notes.
Contractor has two options for the temporary irrigation controller:
Salvage and reuse the existing irrigation controller once it is uninstalled from
the community building and provide a temporary location.
Provide a new irrigation controller per the Contract Drawings in a temporary
location until it can be installed in the permanent location per the Contract
Drawings.
Manufacturer’s Instruction / Maintenance / Operation Information:
The Contractor must provide the following, with sections indexed in .pdf file
format:
List of authorized distributers and service representatives for each item of
equipment used, including names, addresses and phone numbers.
Instruction manuals for all equipment installed.
Parts list with specifications numbers for each item installed.
Winterization and start up procedures.
Controller wire color code chart.
Controller Charts:
The Chart must be a bond copy print with a different pastel transparent color
to show each separate zone. Verify that the zone number as shown on the
Controller Chart matches the number on the actual control valve
identification tag.
Provide one (1) controller chart per controller. Controller chart must fit in
behind controller door.
When completed and approved, hermetically seal (laminate) the chart
between 2 pieces of plastic.
The charts must be completed before the project can obtain Physical
Completion.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 8 of 20
Watering Schedule Submittal: Contractor must cooperate with Landscape Contractor
in providing Owner with a written “watering schedule” to ensure adequate watering of
all plant materials during the Warranty Period of this Contract.
As-Built Drawings: See As-Built Drawing Section herein.
Written documentation of the date the irrigation system was winterized.
Written documentation of existing static and working water pressure (PSI) and flow
(GPM).
Spare Parts
The Contractor must provide to the Owners Representative the following items as
spare parts at no additional cost.
2 sets of Quick Coupler keys with hose swivels.
2 of each type and size of head and nozzle used on this project.
AS-BUILT DRAWINGS
The Contractor must be responsible for maintaining a current and accurate record of
all equipment installed and record any deviations to the plans (all deviations to the
plans must be approved by the Owners Representative). As-Built records must be
updated daily on site and must be available for review by Owners Representative at
any time. All mainline, sleeves, quick coupler valves, automatic control valves, manual
gate valves, electrical splice boxes, controllers, must be dimensioned on As-Built
drawings to 2 permanent monuments. Upon completion of the system and prior to
acceptance, the Contractor must provide the Owner’s Representative with a neat and
clean reproducible hard copy set of As-Built drawings. The contractor must also
provide the As-Built drawings as a scanned PDF. Coordinates must be based upon
Washington State grid.
After acceptance of the As-Built drawings, the Contractor must place a reduced, non-
fading, laminated copy inside the controller cabinet door.
PIPE SLEEVES
Provide and install pipe sleeves as shown on the Contract Drawings and as specified in
these Specifications. Coordinate location and installation of pipe sleeves with general
contractor prior to paving operations.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 9 of 20
PRODUCTS
GENERAL
All materials and equipment must be new and of the best quality. All items of
equipment or material must be as specified or approved equal.
PLASTIC PIPE AND FITTINGS
PVC pipe upstream and downstream of the control valves must be Schedule 40
complying with ASTM D1785.
PVC pipe sleeving: Schedule 40 and conform to all requirements of ASTM D1785.
All glued and threaded fittings for lateral lines must conform to the requirements of
ASTM D2466 Schedule 40 PVC. All fittings must be of the solvent weld type except
where risers, valves, etc. require threaded transition fittings.
All pipe must be marked with manufacturer's name, class of pipe and NSF seal. Pipe
must bear no evidence of interior or exterior extrusion marks. Pipe walls must be
uniform, smooth and glossy. Pipe may be pre-belled or with individual solvent-weld
couplings.
All threaded fittings for mainlines must conform to requirements of ASTM D2464
Schedule 80 PVC. All glued fittings for mainlines must conform to the requirements of
ASTM D2466, Schedule 40 PVC.
Threaded fittings for triple swing joints must be Marlex Street Ell sized to match inlets
per Contract Drawings.
PVC Threaded Nipples: Schedule 80, complying with ASTM D1785.
All pipe must be delivered in at least 20 foot lengths.
All PVC pipe and fittings must conform to the following minimums:
Tensile strength 78F 5,000 psi
Izod impact strength (notched) 0.65 ft. lb./in.
Modulus of elasticity 300,000 psi
Compressive strength 8,500 psi
Flexural strength 10,000 psi
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 10 of 20
PVC PIPE JOINT COMPOUND AND PRIMER
Joint compound: Slow drying, heavy-duty PVC solvent cement type.
Primer: Tinted, compatible with joint compound.
POP-UP SPRAY HEADS & POP-UP ROTOR HEADS
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
CONTROL WIRE FOR PUMP CONTROL WIRE
Control wire must be insulated single strand copper designated for 24 to 50 volts and
UL approved as Type U.F. (Underground Feeder). UL and U.F. designations must be
clearly marked on insulation jacket of wire.
Copper conductor must meet or exceed ASTM B-3 requirements.
Minimum wire size must be No. 12 AWG.
CONTROL WIRE FOR EXISTING AUTOMATIC CONTROL VALVE OPERATIONS
Control wire must be insulated single strand copper designed for 24 to 50 volts and UL
approved as Type U.F. (Underground Feeder). UL and U.F. designations must be clearly
marked on insulation jacket of wire.
Copper conductor must meet or exceed ASTM B-3 requirements.
Minimum wire size must be No. 14 AWG. Size wire to control valve per valve
manufacturer’s recommendations.
The control wires shall be color coded as follows:
Ground Wire – White
Lead (Hot) Wire – Red
Spare Wire – Yellow
Wire Splice Connections: 3M, DBY, Rainbird Penn-Tite, Scotchlok or approved equal.
CONTROL WIRE FOR 2-WIRE PATH
Control wire must be accomplished by a polyethylene double-jacketed or UF-B UL PVC
double-jacketed two-conductor solid core for direct burial with insulation 3/16 inch
(0.060") thick, high density, sunlight resistant incased in an outer jacket of
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 11 of 20
polyethylene or PVC conforming to ICEA S-GL-402 or NEMA WC5, having a minimum
wall thickness of .045 inches.
All splices shall be made in accordance with national electrical code articles 300.5
(underground installations) using 3M DBYR-6 connectors, which are UL listed under
'UL 486D-direct burial', for wet or damp locations, 600 volts.
Decoder communication cables shall be installed in a separate trench a minimum of
12" per 100 volts away from power cable.
Copper conductor must meet or exceed ASTM b-3 requirements.
Minimum wire size must be No. 14 AWG. Size wire to decoder.
2-wire path wire color shall be orange.
Contractor to propose 2-wire path layout for review by Owner’s Representative prior
to installation.
AUTOMATIC CONTROLLER
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
Controller wiring that is above ground shall be installed in Schedule 80 grey electric
conduit.
AUTOMATIC CONTROL VALVES WITH BALL VALVES
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal. Ball valve shall be upstream of the automatic control valve as shown
on the Contract Drawings.
QUICK COUPLING VALVES
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
Provide 2 matching valve keys, 2 cap keys and 2 hose swivels to the Owner.
MANUAL DRAIN VALVE
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 12 of 20
MANUAL BALL VALVE
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
FLOW SENSOR
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
MASTER CONTROL VALVE
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
ROOT WATERING SYSTEM
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
VALVE BOXES
Unless otherwise specified, all automatic valves and manual ball valves must be
enclosed in Carson Industries with locking lid or approved equal.
Manual drain and quick coupler valves must be enclosed in a Carsons industries 910-
128, 10-inch round box with green bolt down cover or approved equal.
Provide 2 lid keys and 2 valve keys per Valve Box type to the Owner.
Size valve boxes as required to provide approximately 3 inches clear between valve
box and valve on all sides. Provide and install valve box extensions as required.
BACKFLOW PREVENTER
Must be of the type, manufacturer and size shown on the Contract Drawings or
approved equal.
IRRIGATION WATER METER
The existing site irrigation water meter shall be used.
BACKFILL MATERIALS
Gravel Backfill (for use under valve boxes only):
Three-quarter minus round, water worn, washed gravel.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 13 of 20
Native Material (backfill soil around PVC pipe):
Soil native to project site free of wood and other deleterious materials and rocks
over one (1) inch diameter.
TRIPLE SWING JOINT
All PVC triple swing joint risers must be "Rainbird TSJ triple Swing Joint"; "Hunter HSJ
triple Swing Joint" or approved equal.
OTHER SUPPLIES
Electrical tape must be black plastic, three-quarters inch wide and a minimum of 0.007
inches thick and the all-weather type.
Detectable Marking Tape shall be 2” width; 5-mil tape with aluminum backing for
finding underground assets using a non-ferrous locator. Substrate type to be 2 mil film
laminated to 1/2 mil Aluminum Foil Center Core. Color shall be blue and tape shall be
imprinted with black ink indicating “Caution - Buried Water Line Below”, or approved
equal.
All quick coupling valve pipe joints must be "Triple Swing Joint" or approved equal.
All electrical wire splices must be made watertight with sealing 3M Direct Burial Splice
Kit or approved equal.
Thrust blocking must be on 3 inch and larger mainline only.
EXECUTION
TRENCHING
The contractor must use a sod cutter machine and save / maintain any sod from the
trenches within existing lawn areas to remain, and replace this sod after system
installation. Sod must not be displaced for more than 72 hours. Survival of the sod
must be warranted as specified.
Trenches must allow for 12 inches of cover over lateral lines and 18 inches of cover for
irrigation main lines as noted on the Contract Drawings. Maintain a minimum
clearance of 3 inches between irrigation lines within a common trench. Trenches for
sleeves must allow for a minimum of 18 inches of cover. Excavate no wider at any
point than is necessary to lay pipe or install equipment. Excavate with vertical sides
and provide bracing and shoring as required.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 14 of 20
All trenches must be straight and not have abrupt changes in grade. Trenching that
may potentially disturb root systems of existing trees must be brought to the attention
of the Owner’s Representative before proceeding with work.
The trench bottoms and bedding material surrounding all pipes must be free of rocks
greater than one (1) inch in diameter and all sharp-edged objects. Bed and surround
all pipe with Backfill Material as specified in these Specifications.
INSTALLATION
PVC Pipe and Fittings (Includes Pipe Sleeves):
Due to the nature of PVC pipe and fittings, the Contractor must exercise care in
handling, loading, unloading and storing to avoid damage. Any pipe that has been
dented or damaged must be discarded until such damage has been cut out and
the pipe is rejoined with a coupling.
PVC pipe ends must be cut to 90 degrees to the pipe length and cleaned of all
cutting burrs prior to cementing. Use approved reaming tool. Pipe ends must be
wiped clean with a rag lightly wetted with PVC thinner. Cement must be applied
with a light coat on the inside of the fitting and a heavier coat on the outside of
the pipe. Pipe must be inserted into the fitting and given a quarter turn to seat the
cement. Excessive use of cement is not permitted. Pipe will be tested as indicated
elsewhere in these specifications. No backfilling will be permitted other than at
the centers of pipe lengths until the pressure test is completed.
Backfilling must be completed when pipe is not in an expanded condition due to
heat or pressure. Cooling of the pipe can be accomplished by operating the
system for a short time before backfill or by backfilling in the early part of the
morning before the heat of the day.
No PVC pipe may be threaded or connected to a threaded fitting without an
adapter.
Great care must be taken to ensure that the inside of the pipe is absolutely clean.
Any pipe ends not being worked on must be protected and not left open.
All threaded joints must have Teflon tape installed per manufacturer
recommendations.
Pipe Sleeves:
All sleeves must extend a minimum of 6 inches beyond the edges of pavement.
Pipe for irrigation mains and laterals may be installed with sleeves but must not
include any pipes with couplers whenever possible.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 15 of 20
Plug all ends of sleeves and irrigation mains and laterals to prevent soil from
entering.
Head Locations
Heads immediately adjacent to walks, curbs, pavement, shrub/groundcover
planting bed edge, etc. must have one (1) inch clearance between head and walks,
curbs, pavement, shrub/groundcover planting bed edge etc. unless otherwise
noted on the Contract Drawings.
Conventional Control Wire
Control wires are to be taped together at 5 foot intervals; then this bundle is to be
taped to the bottom of the supply line at 10 foot intervals with at least 3 wraps of
electrical tape.
All wire splices must be made watertight with sealing 3M Direct Burial Splice Kit
and contained in valve boxes.
Splices will be permitted only at the valves and never between valves or valve and
controller unless in a separate valve box. There must be a separate lead (hot) wire
to each automatic valve. One (1) ground wire will be acceptable.
Arrange valve stations to operate in sequence and show this on the “As-Built”
Drawings.
One (1) or more spare wire(s) must be provided to all control valves. The spare
wire(s) must be shared by all the valves and must complete the circuit back to the
controller. Wire sizes must be the same as the sizing chart provided by the control
valve manufacturer.
2-Wire Control Wire
Submit the 2-wire path layout for review by Owner’s Representative prior to
installation.
Tape 2-Wire control wires together at 5-foot intervals; then tape this bundle to
the bottom of the supply line at 10-foot intervals with at least 3 wraps of electrical
tape. Install 2-Wire control wires a minimum 12” from conventional wire paths
when parallel to each other.
All wire splices must be made watertight with sealing 3M Direct Burial Splice Kit
and contained in valve boxes.
Splices will be permitted only at the valve and decoder assembly and never
between valves or valve and controller unless in a separate valve box.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 16 of 20
Arrange decoder-controlled valves to operate in sequence and show this on the
‘As-Built’ Drawings. Coordinate decoder-controlled valves sequence with the
conventionally-operated valves’ numbering on the ‘As-Built’ Drawing.
Install one (1) or more continuous spare wire(s) along entire 2-wire path length,
originating and terminating at the irrigation controller. Spare wire to be green in
color. Wire sizes must be the same as the sizing chart provided by the irrigation
controller manufacturer.
Pump control wire
Pump control wire shall be installed inside schedule 40 PVC conduit.
Connect the irrigation controller with new pump control wire, to the existing
pump’s electrical control unit.
Coordinate the pump control wire connections between pump and the existing
pump’s electrical control unit, with Electrical Contractor.
Automatic Controller(s):
Electrical wiring must be installed according to local code requirements. The cost
of all electrical work necessary to make the automatic equipment operate
properly at the electrical service stub-out to the controller(s) must be included in
this contract. Electrical service from an approved source to the controller
location(s) must be provided by the General Contractor or by Puget Sound Energy
per the Contract Drawings.
Controller location(s) and type of mounting of controller(s) must be as specified
and as shown on the Contract Drawings. Contractor must coordinate location and
installation of the Automatic Controller(s) with the General Contractor prior to
installing the irrigation system.
Automatic Control Valves with Ball Valves:
Install per detail shown on the Contract Drawings.
Before installation of any automatic valves, the supply line must be thoroughly
flushed.
All automatic valves must be enclosed in valve boxes set above finish grade as
shown on details. Valve box extension may be required. Locate valve boxes in
shrub and groundcover planting beds wherever possible and at points of easy
access from paved and/or lawn areas.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 17 of 20
Locate outside of paved areas and grouped together where possible. Where
valves occur adjacent to paved areas, install valves so that valve boxes will not be
closer than 12 inches to paving. Valve boxes must be perpendicular or parallel to
pavement and grouped to provide a neat appearance.
Quick Coupling Valves:
Install per detail show on the Contract Drawings. Locate all quick couplers in shrub
and/or groundcover planting beds when possible and at points of easy access
from paved and/or sod lawn areas.
Manual Drain Valve:
Install per detail shown on the Contract Drawings.
Manual Ball Valve:
Install per detail shown on the Contract Drawings.
Flow Sensor:
Install per detail shown on the Contract Drawings.
Master Control Valve:
Install per detail shown on the Contract Drawings.
Root Watering System:
Install per detail shown on the Contract Drawings.
Backfilling:
In refilling trenches, the bedding around the pipe and fittings must be approved
“Backfill Materials” and must be well tamped. If necessary, provide suitable
imported backfill. Trenches must be thoroughly compacted and water-settled.
Trenches must be backfilled uniform with the surrounding grade, raked to a slight
mound, then rolled with a 250 pound roller, or compact with a vibrator.
All roots, rocks and surplus excavation must be removed from the site unless
otherwise directed.
Trenches and pipe sleeves under roads or paved areas must be backfilled and
tamped with a mechanical tamper in successive 6 inch lifts to at least 95% density
as determined by ASTM D1557. Paving must be replaced to the satisfaction of the
Owner.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 18 of 20
Before backfilling, all underground appurtenances including risers, valves,
backflow preventers, drain valves, etc., must remain exposed so that they can be
viewed during testing. Leave all joints exposed; then complete backfilling after
flushing, pressure testing, review and preparation of "As-Built Drawings". The
location, review and testing provisions of these specifications will be strictly
adhered to. If, for any reason, any part of the sprinkler system is backfilled before
approved location, testing, or review is authorized by Owner’s Representative, it
must be completely uncovered and exposed until approved for backfilling by the
Owner’s Representative.
Risers:
All sprinklers and quick coupler head risers must be installed per details shown on
Contract Drawings. The pipe risers must have the same inlet size as the sprinkler
and quick coupler heads.
Minimum riser size must be the pipe size of the sprinkler head.
Risers are to be capped after installation to keep inside of pipe clean.
Care must be taken not to over-tighten the threaded pipe into the PVC fittings.
PRESSURE TESTING
For PVC components of irrigation system:
All PVC system joints, connections, couplings, valves, and all other junction points
must be left exposed until completion and acceptance of the pressure test. All
leaks, however minor, must be repaired and corrected.
Before any testing, all piping must be thoroughly flushed. No automatic control
valves must be connected to the main line prior to testing. All pipe, fittings, gate
valves, and automatic control valve stubouts must be exposed for reviews during
pressure tests. Center load pipe with a small amount of backfill to prevent arching
or movement under pressure.
Mainlines must be purged of air and tested with a minimum static water pressure
of 150 psi for 60 minutes without the introduction of additional water service or
pumping pressure. The maximum allowable pressure loss must be 5 psi within 30
minutes. Pressure gauge must be installed on the mainline at a point approved by
Owners Representative.
Lateral lines must be tested at working water pressure. All swing joints must be
capped. All pipe, fittings and swing joints must be left exposed for review. Prior to
review, lines must be filled with water and air removed from the line. Review of
lateral lines will be visually.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 19 of 20
The Owner’s Representative must be present during all tests. The total irrigation
system must be pressure tested for acceptance.
Rejected systems or portions thereof must be repaired and re-tested as specified.
Contractor must furnish all equipment, gauges, pumps, materials, and labor for all
testing.
COVERAGE TESTING
Before acceptance of the sprinkler system, the Contractor, in the presence of the
Owner’s Representative, must perform an irrigation water "Coverage Test" to
determine if the water coverage and operation of the entire irrigation system is
complete and satisfactory. If any part of the system is inadequate, it must be repaired
or replaced at the Contractor's expense and the test repeated until accepted. The
Contractor must give 48 hours written notice to the Owner’s Representative prior to
the field review.
The Contractor must also adjust and balance sprinkler heads for optimum and uniform
coverage without excessive fogging or overthrow on to signage, pavement(s),
structure(s) and building(s); adjust all sprinkler head heights and set all valve boxes to
proper grade prior to final review by Owner’s Representative.
COMPLETE SYSTEM FUNCTIONALITY TEST (PUNCH LIST)
Prior to complete system functionality test, remove temporary irrigation mainline and
other temporary components when permanent system has been connected and prior
to Substantial Completion.
Upon approved completion of the Coverage Test, trenching and installation of all
equipment, the Contractor must request a Complete System Functionality Test of the
entire irrigation system including: backfilling, irrigation heads, valves, valve boxes,
controller and all other equipment.
From this review, a punch list must be prepared by the Owner’s Representative and
presented to the Contractor for completion. The Owner’s Representative must give a
date for completion of the punch list, not to exceed 10 working days.
CLEAN-UP
Clean and remove all debris from work areas including paving, curbs, catch basins,
manholes and planting areas, etc. caused by the Contractor’s work on this project
prior to watering. All hard surfaced areas must be washed clean. Daily clean-up is
required on all areas used for circulation, parking, or other daily use.
PHILIP ARNOLD PARK Bid Set
32 84 00 PLANTING IRRIGATION 4 May 2022
32 84 00 – Page 20 of 20
SYSTEM FAMILIARIZATION
Upon acceptance of the system by the Owner, the Contractor must provide the
Owner necessary keys and/or other tools necessary to operate/drain/activate the
system and spend sufficient time with the Owner to ensure that the system
operation/maintenance/winterizing can continue after the departure of the
Contractor. The Contractor will be liable for all damages or losses resulting from
failure to comply with the provisions of this paragraph.
The Contractor must cooperate with Landscape Contractor in providing the Owner
with a written “watering schedule” to ensure adequate watering of all plant
materials during the Guarantee Period of this Contract.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 1 of 36
SECTION 32 90 00
PLANTING
GENERAL
SUMMARY
Install landscaping using the materials as shown in the Contract Drawings and/or as
specified in the Specifications. Install landscape to grades and conform to areas as
shown in the Contract Drawings.
The location of work must include all areas within the limits of clearing and grading
and all areas outside of the limits which are disturbed in the course of construction
activities. Restore all landscape areas impacted by construction to existing or improved
conditions. Confine operations to the working areas allotted by the Owner for
operations, including material and equipment storage.
SCOPE OF WORK
Furnish all materials, equipment, labor and related items necessary to complete the
work shown in the Contract Drawings and/or as specified in the Specifications. The
work included in this section consists of all labor, tools, materials, tests, permits and
other related items necessary for the provision and installation of all plant materials in
a first quality workmanlike manner.
Coordinate the layout and installation of plant materials with the installation of the
irrigation system to ensure complete and full irrigation coverage of the planted areas.
This section includes a Guarantee Period of one (1) year duration from Physical
Completion to ensure the health and establishment of plant materials.
REFERENCES
This specification section incorporates by reference the latest revisions of the
following documents.
American Nursery & Landscape Association/American National Standards Institute
(ANSI): Z60.1, American Standard for Nursery Stock (ASNS).
International Society of Arboriculture Best Management Practice Series.
Tree Care Industry Association (TCIA): Standards for Tree Care Operations ANSI
A300, Latest Edition.
United States Department of Agriculture (USDA): Federal Seed Act and Soil
Classification.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 2 of 36
In case of conflict between the requirements of this specification section and the listed
documents, the requirements of the contract specification sections must prevail.
All standards must include the latest additions and amendments as of the date of
advertisement for bids.
RELATED WORK
Related work in other sections of these Specifications includes but is not limited to:
Specification 31 10 00 – SITE PREPARATION.
Specification 31 23 13 – SUBGRADE PREPARATION.
Specification 32 84 00 – PLANTING IRRIGATION.
DEFINITIONS
Nomenclature for plants and varieties must be in accordance with the current edition
of:
Hortus Third, The Staff of the L. H. Bailey Hortorium. 1976. MacMillan Publishing
Co., New York, or
Flora of the Pacific Northwest, Hitchcock and Chronquist, University of
Washington Press, 1998, or
PLANTS Database Website, as published and maintained by the United States
Department of Agriculture, Natural Resources Conservation Service,
(http://plants.usda.gov/).
The term "Contractor" as used in this Specification section must refer to the Landscape
Contractor.
Trees, shrubs, and groundcovers will hereinafter be collectively referred to as, “plants”
or “plant material.”
PERMITS, CODES, AND REGULATIONS
Obtain and pay for all necessary permits and fees as required by the Local Authority
and prevailing ordinances and/or codes.
Keep fully informed and comply with all existing laws, codes, ordinances and
regulations that in any way affect the conduct of the work as drawn and specified. If
the Contractor observes that a conflict exists between permit requirements and the
work outlined in the contract documents, the Contractor must promptly notify the
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 3 of 36
Owner’s Representative in writing including a description of any necessary changes
and changes to the contract price resulting from changes in the work.
Wherever references are made to standards or codes in accordance with which work is
to be performed or tested, the edition or revision of the standards and codes current
on the effective date of this contract must apply, unless otherwise expressly set forth.
In case of conflict among any referenced standards or codes or among any referenced
standards and codes and the specifications, the more restrictive standard must apply
or Owner’s Representative will determine which must govern.
QUALITY ASSURANCE
All work must be performed by a licensed and bonded Contractor registered in the
State of Washington and must be qualified for landscaping work through certification
by the Washington Association of Landscape Professionals (WALP) or by the
Washington State Nursery and Landscape Association (WSNLA).
Contractor must have 5 years of documented experience in performing landscape
work of comparable size, scope, and quality.
Contractor must be familiar and comply with “American Standard for Nursery Stock”
(ANSI Z60.1) published by the American Nursery & Landscape Association.
The Contractor must continuously maintain a competent superintendent or foreman
during the progress of the work, with the authority to act for the Contractor in all
matters pertaining to the landscape work. That individual, who must direct the work,
must be thoroughly familiar with the types of materials being installed and the proper
methods for their installation.
The Contractor must progressively clean the work site of debris and rubbish as the
landscape work proceeds.
Furnish evidence to the Owner’s Representative that each pesticide and/or herbicide
applicator is licensed for the specific class of chemical being applied. Also, furnish
evidence that any chemical is registered for the proposed use by the Washington
Department of Agriculture according to the Washington Control Act (RCW 15.58.050
through 130) and the General Pesticide Rules (WAC 16-228-1400 through 1460).
Pruning of trees (existing or new) will be performed by the Owner’s arborist.
Site Reviews will be made by the Owner Representative.
Request Owner Representative reviews at least 48 hours in advance of the time
review is required.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 4 of 36
Reviews for the following critical path items are required:
Preconstruction meeting prior to start of landscape work.
When subgrade has been established.
Observance of the subgrade percolation tests.
Observance of scarified subgrade.
Finish grading prior to any planting.
Review of plant materials before planting.
Layout of plant material.
Tree planting and proper staking.
Installation of mulch.
Installation of sod.
For Substantial Completion of all work (development of physical punch list
items).
For Physical Completion of all work (physical punch list items satisfactorily
completed).
Guarantee Period: quarterly site reviews up to Final Acceptance.
SUBMITTALS
Plant Material Documentation:
Within 30 calendar days after award of a Contract, submit written documentation
to the Owner’s Representative that all specified plant materials have been
ordered or procured.
List plant suppliers’ names, addresses, and phone numbers and list respective
growing or storage locations with addresses.
Submit color photographs of representative specimens of each type of tree and
shrub on the plant list from the respective nursery. Photos must be minimum 300
DPI digital *.jpg format, taken from an angle that depicts the size and condition of
the typical plant to be furnished. Photos will show foliage, form, rootball, and
trunk conditions. A scale rod or other measuring devise must be included in the
photograph. For species where more than 20 plants are required, include a
minimum of 3 photos that show the average plant, the best quality plant, and the
worst quality plant to be provided. Label each photograph with the plant name,
plant size, and name of the growing nursery.
Approval of plant material documentation must not be considered as final
acceptance of the plant material itself.
3” Caliper Deciduous Tree Submittal.
Provide the following for Owner’s Representative review and selection:
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 5 of 36
Provide a list of available tree species as noted in the contract drawings and
include growing location & contact information of suppliers for Owner’s
Representative selection. Owner’s Representative will select 3 trees from
the list submitted.
For each tree selected by the Owner’s Representative, submit at least 3
photographs with a person standing in the image for scale. Each photograph
to show entire canopy, trunk, and root crown from 3 different angles.
Soil Tests
Submit Soil Test Reports for:
Native Topsoil.
Subgrade Soil.
Planting Soil.
Lawn Area Soil.
Soil Component Submittals
Submit a copy of the sales receipt for the purchase and a copy of the product
labels and/or manufacturer data sheets for:
Fertilizer and Soil Amendments.
Supplier Certifications and test reports for:
Compost.
Sand.
Sandy Loam.
Mulch.
Watering Schedule: Prior to final acceptance of the Landscaping, the Contractor must
submit a written "watering schedule" to the Owner’s Representative, coordinated with
the Irrigation Contractor, to ensure adequate watering (summer, fall, winter & spring)
of all plant materials during the Guarantee Period of this Contract.
Temporary Storage: 10 working days prior to delivery of plant material to the project
site, submit proposed on-site temporary storage location, water source, and proposed
protection measures during various seasonal conditions.
Weed and Pest Control Plan (including Invasive Species Removal Plan).
Suppliers, Sources, and Catalogue Cutsheets
Submit suppliers and catalogue cutsheets for planting accessories
Root Barrier.
Tree Staking.
Sod Analysis: See Lawn Sod as specified herein.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 6 of 36
Seed Analysis: See Restoration Seed Lawn as specified herein.
Substitutions
The manufacturers, products, and suppliers are acceptable as specified herein.
Substitutions may be allowed if proof of equivalent quality, suitable product
specifications, manufacturer’s literature, and other detailed information is
provided to the Owner’s Representative for review and approval.
No substitution of plant material, species, size, grade, or variety, will be permitted
unless evidence is submitted in writing to the Owner’s Representative that a
specified plant cannot be obtained and has been unobtainable since the Award of
the Contract. Provide the names and telephone numbers of at least 5 nursery
suppliers that the Contractor has contacted. If substitution is permitted, it can be
made only with written approval by the Owner’s Representative The nearest
variety, size, and grade as approved by the Owner must then be furnished.
Should at any time, the procured nursery stock is lost or compromised due to
weather or other natural occurrences, notify the Owner’s Representative
immediately of the need to locate new material.
PROJECT CONDITIONS
Inspect the site before proceeding with any work, carefully check all grades,
elevations, service and utility locations, irrigation system components, and verify all
dimensions and conditions affecting the work. Any discrepancies, conflicts, or
deviations between the Contract Drawings, Specifications, and site conditions must be
immediately communicated to the Owner in writing for clarification. Work done after
discovery, unless authorized by the Owner’s Representative and extra work arising
from failure to notify the Owner is at the Contractor’s risk and expense.
Existing known utilities have been shown in the Contract Drawings and additional
information will be made available from the Owner or the Utility Companies. Verify,
locate, and protect all known underground and above-ground utilities prior to digging
or other earthwork activities. Promptly notify the Owner’s Representative of any
conflict between proposed work and obstruction(s). Failure to follow this procedure
places upon the Contractor the responsibility and expense of making any and all
repairs for damage from work therefrom.
Underground Obstructions
In the event that undisclosed rock, concrete, crushed rock, boulders, gravel, soils
contaminated with toxic substances, hardpan, or other underground obstructions
are encountered in the subgrade, alternate planting locations may be selected by
the Owner’s Representative.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 7 of 36
Where alternate planting locations are not accepted, the obstruction must be
removed to a depth of not less than 3 feet below the bottom of root balls of plant
material, when plants are properly set at the required finished grade. Alternately,
other solutions to the problem will be reviewed with the Owner.
Work required to resolve the problem, such as removal of such underground
obstructions will be as a unit price basis and agreed upon by a Change Order prior
to commencement of work.
Confine work to designated areas. Do not disturb existing vegetation outside project
limits and protect all plant materials within project limits not designated to be
removed, unless approved by the Owner’s Representative prior to construction. Do
not permit vehicular traffic or materials storage under or around new or existing trees.
PROTECTION OF WORK, PROPERTY, AND PERSONS
Take all necessary precautions to protect work in progress, all property, persons,
walks, curbs, rooftop membranes and structures, utilities, pavement, and buildings
from any damage that might be incurred arising from this Contract. The Contractor
must pay for any damage incurred by failure to take precautions at the Contractor's
expense.
Protect all paved surfaces (permeable and impermeable) from staining or clogging by
planting soil and mulch. Do not remove protection until after initial acceptance of all
work.
Contractor is responsible for protection of landscaping work from theft and vandalism
until physical completion of work in whole or in part.
MAINTENANCE PRIOR TO PHYSICAL COMPLETION
Begin maintenance immediately after each plant is planted. Water, mulch, weed,
spray, fertilize, cultivate, and otherwise maintain and protect plants and landscape
work on a regular basis (at least weekly) until Physical Completion. Tighten and repair
tree ties and stakes as required.
Correct defective work as soon as possible after it becomes apparent and weather and
season permit. Reset settled plants to proper grade and position, remove and replace
dead plant material, and restore sod lawn or seed lawn areas and/or finish grade
conditions.
Maintain mulch in planting beds at required compacted depths indicated in Contract
Drawings.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 8 of 36
Upon completion of landscape work and prior to receipt of certificate of Physical
Completion, remove excess soil and debris from the site and repair all damage
resulting from construction operations.
Do no pruning without approval of the Owner’s Representative.
WEED AND PEST CONTROL PLAN
Submit a Weed and Pest Control Plan for review and approval to the Owner’s
Representative prior to starting any landscape work.
The Weed and Pest Control Plan must include:
methods of removal and scheduling of removal of weeds and pests located
inside the tree and plant protection fencing where shown on Contract
Drawings.
methods of removal and scheduling of removal of weeds that occur in newly
planted areas.
methods of removal and scheduling of removal of invasive species and/or
noxious weeds that occur within the project limit of work.
The plan must be prepared and signed by a licensed commercial operator with a
Washington State Department of Agriculture (WSDA) Commercial Applicator
pesticide license.
The plan must include methods of weed and pest control, timing and scheduling
of control operations, and the name, application rate, and Material Safety Data
Sheets (MSDS) of all proposed herbicides and pesticides.
Furnish the Owner’s Representative with a copy of the current product label
and MSDS for each herbicide / pesticide and spray adjuvant to be used.
Identify and list the target weeds and unwanted vegetation to be removed
specific to the project site.
Herbicides and pesticides must be stored in an offsite location.
Consider herbicide and pesticide applications only as a last resort and only after other
methods of control have proven ineffective. Preferred methods of weed control
include mechanically or hand pulled weeds, reapply bark mulch after weed removal,
and adjust watering schedule to avoid overwatering.
Use extreme care to ensure confinement of chemicals within the areas designated.
The use of spray chemicals must require the use of anti-drift and activating agents, and
a spray pattern indicator, unless otherwise allowed by the Owner’s Representative.
All applications of post-emergent herbicides must be made while green and growing
tissue is present. Should unwanted vegetation reach the seed stage in violation of
these Specifications, the Contractor must physically remove and bag the seed heads.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 9 of 36
All physically removed vegetation and seed heads must be disposed of off-site at no
cost to the Owner.
All noxious weeds (Class A, B & C) as defined by the County Weed Control Board and
invasive weeds, including but not limited to Horsetail (Equisetum sp.), reed canary
grass, English Ivy, Himalayan blackberry, evergreen blackberry, policeman’s helmet,
bamboo, yellow flag iris, and Japanese knotweed must be completely removed from
the project site.
Where noxious or invasive weeds exist, the weed’s foliage and roots, planting soil
and subgrade soils must be removed and replaced to a depth necessary to
completely remove all viable weed seeds, roots, corms, and rhizomes.
In areas where existing trees are to remain, all invasive species removal must be
done with hand tools. Use of heavy mechanical equipment under the drip lines of
existing trees to remain must be prohibited. Avoid damaging existing tree roots
during invasive species removal. If existing tree roots are exposed outside of the
tree’s drip line, invasive species roots must be removed with hand tools to avoid
further damage to the tree roots.
Cost to remove weeds, remove, and replace existing soil, and replant must be at
the Contractors expense.
Timing of chemical treatment for weed removal must be in late summer or early fall
unless the project construction working days fall outside of this time period and must
be determined in consultation with Owner’s Representative, but should occur within a
minimum of 3 weeks prior to excavation activities including clearing, grubbing, and
mechanical removal of invasive plants.
The approved Weed and Pest Control Plan will be subject to revision dependent on
results of the implemented Plan.
The Contractor must assume all responsibility for rendering any area unsatisfactory for
planting by reasons of herbicide or pesticide application. The Contractor must replace,
repair and pay for all damages caused by his/her negligence to the satisfaction of the
Owner prior to final payment.
GUARANTEE PERIOD
The Guarantee Period will begin when:
All landscape items on the list of items to be completed or corrected have been
resolved.
All planting is alive, healthy, growing and installed as specified.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 10 of 36
The landscape work is deemed Physically Complete.
Guarantee Period will be 365 calendar days after the Physical Completion date of the
landscape, including irrigation system(s), to ensure healthy, vigorous growth and
establishment of plant material and will end with Final Acceptance.
Guarantee the work of this specification section against all defects of materials and
workmanship, and plant material is established, remains alive, and is in a healthy,
vigorous condition.
Plant Replacement during the Guarantee Period
The Contractor is responsible for providing enough plants for replacement of
unacceptable plant material through the Guarantee Period. Unacceptable plant
material includes trees, shrubs, groundcovers, sod, or seed areas that have died,
been damaged, are missing, or that are, in the opinion of the Owner in unhealthy
or unsightly condition, or that have lost their natural shape and symmetry due to
dead branches, excessive and unnecessary pruning, incorrect staking, or excessive
defoliation.
Any plant material that is 25% or more dead or disfigured is considered dead and
must be replaced at no charge. A tree is considered dead when the main leader
has died back or when 25% of the canopy is dead.
All plants are subject to one (1) replacement per item during the Guarantee
Period. This includes dead plants, missing plants (theft),). Replace dead, damaged,
or missing plants with the same species, caliper, and/or equal size as the plants
they replace, unless the Owner determines a substitute species plant of equal
value may be provided. Repair all lawn areas that is not healthy, full, and
vigorously growing before the end of the Guarantee Period. Replacements and
lawn repairs must be in accordance with original Specifications.
Plant material replacements made by the Contractor must be completed during
the spring (March 15 to May 15) or autumn planting periods (Sept 20 to Nov 15)
unless otherwise approved by Owner’s Representative. Plant material
replacement and lawn repair must be subject to the same conditions and must be
made in the same manner as specified for the original planting and must be done
at no extra cost to the Owner.
After each replacement, the Contractor must submit a marked planting plan
showing the exact location of each item replaced and the date when the
replacement was made. Guarantee all replaced material during the Guarantee
Period for an additional 365 calendar days from the date of replacement.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 11 of 36
Site Access: Owner is to be notified in advance of any review, corrective treatment
measures, or curative treatment measures so as to arrange for approved and
convenient access to the area.
The guarantee is applicable to any growing conditions through which plants of like kind
could be expected to survive and any deformity or cause of death which could be
attributed to, or affected by, the physiological condition of the plant must be deemed
replaceable cause. However, this would not apply to plant losses due to:
Extreme weather conditions such as wildfires, floods, freezing rain, wind storms
(with recorded wind speeds greater than 60 MPH), drought, winter kill caused by
extreme cold and severe winter conditions not typical of the project location, or
abnormal rains, as determined by the National Weather Service.
Acts of vandalism by the public or direct negligence on the part of the Owner.
Review: Plants and lawn areas will be inspected quarterly by the Owner during the
Guarantee Period.
The Owner will provide Written Notice to the Contractor to correct and remedy
unacceptable work.
The Contractor must reply to the Owner within 5 working days of the date of the
Written Notice with proposed corrections. Such corrective measures must occur
within 14 days after the date of the Written Notice unless the Owner agrees
otherwise. Notify the Owner when the corrective work is complete.
Approximately 21 working days before the end of the Guarantee Period, the
Contractor must request a final site review by the Owner. Conditions found
unacceptable by the Owner must be corrected by the Contractor within 14
working days immediately following the review. After correction, the Contractor
must notify the Owner for a re-review. Necessary replanting must be arranged by
the Owner in accordance with the best planting time of the year.
If the Contractor does not perform the corrective work within the 14 working days
after the date of the Written Notice, the Owner may have the corrective work done by
others and deduct the entire cost of the corrective work from monies due or to
become due the Contractor under the Contract.
Final Transfer of Landscape to the Owner: When all guarantee items are completed
and at Final Acceptance by the Owner, the Contractor must provide a memorandum to
the Owner formally transferring the landscape to the Owner.
Final Acceptance
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 12 of 36
Acceptance of lawn. Acceptance of lawn areas as specified herein is based on a
healthy, full, and vigorously growing stand of grass at the end of the Guarantee
Period. Areas that are bare, have a poor stand of grass, are dead or dying, have
weeds, or have a spotty or non-uniform grade due to any cause must be remedied
by regrading, reseeding, removing and resodding, and watering, as appropriate.
Acceptance of Plant Material. Final Acceptance of all planting work described in
this Specification section, with the exclusion of possible replacements of plant
materials under the Guarantee, will be made by the Owner to determine 100%
completion of the Contract work as specified herein.
Final Acceptance of the landscaping will be provided in writing by the Owner at
the end of the Guarantee Period.
LANDSCAPE MAINTENANCE DURING GUARANTEE PERIOD
It is expressly understood that the Owner will be responsible, during the Guarantee
Period, for normal establishment and maintenance of the project landscape.
PRODUCTS
MATERIALS AND EQUIPMENT
Provide all materials and equipment as required to complete the work as shown on
the Contract Drawings and/or as described in the Specifications.
SOIL TEST REPORTS
Provide soil analysis and test reports from an approved soil testing laboratory. Soil
amendments must not be incorporated in the planting work until the Soil Test Reports
are approved by the Owner’s Representative. Provide Soil Test Reports for:
One (1) representative sample of each soil mix specified.
One (1) representative sample of stockpiled native topsoil if used.
The cost for all soil testing must be borne by the Contractor.
The Contractor must be paid for the soil amendments that may be required to improve
the subgrade soils, as recommended by the soil testing laboratory. Costs must be
determined on a unit price basis and agreed upon by a Change Order prior to
commencement of subgrade soil amendment work.
The Contractor is responsible for cost of the soil amendments that may be required for
the planting soil mix and lawn soil mix, as recommended by the soil testing laboratory.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 13 of 36
Testing must be performed in accordance with the most current edition of Methods of
Soil Analysis published by the Soil Science Society of America, Inc. The Soil Test Reports
must include the following:
Fertility Analysis:
Extractable analytes: nitrate, nitrogen, ammoniacal nitrogen, phosphorous,
potassium, calcium, magnesium, copper, zinc, manganese and iron.
Saturation extract values: calcium, magnesium, potassium, sodium, boron,
sulfate, pH, lime content, salinity and sodium adsorption ratio.
Mechanical Analysis:
Organic percent by over-dried weight.
USDA particle size and gradation.
Cation Exchange Capacity (CEC).
The Soil Test Report must make recommendations for fertilizers and soil
amendments to effectively amend and develop a productive soil.
The Soil Test Report must include a written statement from the soil testing
laboratory that the laboratory has reviewed the planting plan and this planting
specification, and that its recommendations respond to the specific needs of the
Contract.
NATIVE TOPSOIL
Native topsoil from site excavations may be used in lieu of Sandy Loam as described
herein.
Furnish topsoil that is the fertile part of the soil profile commonly referred to as the “A
Horizon,” typically ranging in depth from 3 inches to 12 inches. Do not take material
for topsoil from a depth greater than 12 inches below the existing ground, unless
approved.
Select only source areas that are well-drained and, before clearing and grubbing, have
a healthy crop of vegetative growth with no evidence of noxious weeds. Remove and
dispose of all vegetation and top 4 inches of soil (seed bank horizon) before taking
topsoil material from the source areas.
Native Topsoil must not contain any viable seeds, roots, or rhizomes capable of
sprouting any State-listed noxious weeds or invasive root propagating plants including
but not limited to horsetail, English ivy, clematis, knotweed, etc. Soil found to contain
these prohibited viable plant materials must be removed and replaced at the
Contractor’s expense.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 14 of 36
Stockpile native topsoil at locations that do not interfere with construction activities.
Take precautions to avoid disturbing the existing ground beyond the project site or
other areas as designated by the Owner’s Representative.
Test stockpiled native topsoil per Soil Test Reports as specified herein. Soil
classification of Native Soil shall be Sandy Loam as defined by the United States
Department of Agriculture Classification system and the requirements as described in
Subsection 2.06, C herein.
IMPORTED PLANTING SOILS
Soil Mixes
Lawn Soil must be a 2-way mix soil consisting of 20% compost and 80% sandy
loam by volume thoroughly mixed together with the soil amendments as required
by the Soil Test Report. Lawn Soil must have pH range of 5.0 to 7.0 and an organic
content between 4% and 10% by weight as tested by the Loss on Ignitions
method.
Planting Soil must be a 3-way mix soil consisting of 40% compost, 20% sand and
40% sandy loam by volume thoroughly mixed together with the soil amendments
as required by the Soil Test Report. Planting Soil must have pH range of 5.0 to 7.0
and an organic content between 8% and 15% by weight as tested by the Loss on
Ignitions method.
All soil mixes must be thoroughly blended off site.
Compost, Sandy Loam, and Sand must be as specified herein.
Soil Test Reports for each soil mix must be as specified herein.
All soil mixes must be free of pests, toxic substances and other undesirable material
harmful or detrimental to ornamental plant growth. Soil mixes must not contain any
viable seeds, roots, or rhizomes capable of sprouting any State-listed noxious weeds or
invasive root propagating plants including but not limited to horsetail, English ivy,
clematis, knotweed, etc. Soil found to contain these prohibited viable plant materials
must be removed and replaced at the Contractor’s expense.
SOIL COMPONENTS
General
Submit planting soil supplier’s certification of sand, sandy loam, and compost, as
applicable for Owner’s Representative’s review and acceptance prior to use on
project site.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 15 of 36
Certification tests must be dated within 90 days of proposed installation of soil on
the project site.
Compost
Compost must be Fine Compost and comply with the requirements of Washington
State Department of Transportation Standard Specification 9-14.5(8).
The compost must be tested within 90 calendar days of proposed use.
The compost must have a Solvita Compost Maturity Test of 6 or above. Solvita
Compost Maturity Test is available from Woods End Research Laboratory, phone
(207) 293-2457, or 1(800)451-0337, or. The cost for testing must be borne by the
Contractor.
Compost sources must be submitted to the Owner’s Representative for review
and approval prior to use on the project site. Approved sources:
Red-E Topsoil; Redmond, WA; (425) 868-6500.
Cedar Grove Compost; Maple Valley, WA; (425) 432-2395.
Pacific Topsoils Inc; Everett, WA (425) 337-2700.
Sand
Sand must be “Washed Building Sand” and meet the following analysis:
Size
1/4” & 3/8”
#4 & #6
#10
#18%
#20%
#40
#100
#200
Sieve
ASTM E-11
ASTM E-11
ASTM E-11
ASTM E-11
ASTM E-11
ASTM E-11
ASTM E-11
ASTM E-11
Percent Passing
100
95 – 100
65 – 75
35 – 50
< 30
< 20
2 – 10
1 – 5
Permissible Chemical Ranges:
Salinity (milliohms per centimeter of saturation extract @ 25°C) Nil – 3.0
Boron (saturation extract concentration) Nil –
1.0ppm
Sodium (sodium absorption ratio – SAR) Nil –
6.0
Sandy Loam
Sandy Loam must be topsoil as defined by the United States Department of
Agriculture Classification system and the requirements as described herein.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 16 of 36
Sandy Loam must consist of loose, moderately well-drained, and friable soil. And
be free of stones, debris, and/or similar objects. Sandy Loam should be fertile and
free-flowing (pulverized).
Sandy Loam must be free of pests, toxic substances and other undesirable
material harmful or detrimental to ornamental plant growth. Planting Soil must
not contain any viable seeds, roots, or rhizomes capable of sprouting any State-
listed noxious weeds or invasive root propagating plants including but not limited
to horsetail, English ivy, clematis, knotweed, etc. Soil found to contain these
prohibited viable plant materials must be removed and replaced at the
Contractor’s expense.
Sandy Loam must have a pH between 5.0 to 7.0 and organic matter percentage of
2% min. – 10% max. (by weight). Drainage must be a minimum of 1.5 inches per
hour. Assume a relative compaction of 85% of modified maximum dry density
(ASTM D 1557). Particle Size must meet the following sieve requirements:
Sieve Size
1”
½”
#10
Percent Passing
100 %
> 90%
> 70%
MULCH
Bark Mulch shall be derived from Douglas Fir and Western Hemlock tree species. Bark
is defined as the outermost coarse protective layer of the tree, located outside of the
cambium layer. It shall be ground so that a minimum of 95%, by volume, of the
material will pass through a one (1) inch sieve. Ground bark shall not contain elements
in quantities that would be detrimental to plant life.
FERTILIZER AND SOIL AMENDMENTS
Furnish soil amendments that are free of materials detrimental to plant life. Furnish
manufacturer or supplier quality compliance certification. Ensure that material testing
methods meet the requirements of the Washington Department of Agriculture
appropriate to that material. Obtain approval for use of soil amendments before
beginning work. Soil amendments may include the following: lime, dolomite lime,
gypsum, rock, diammonia, or other phosphate, calcium or potassium nitrate, boron,
and iron sulfate.
Fertilizer and soil amendments application rates must meet Soil Test Report
recommendations.
Fertilizer and soil amendments must be packaged in new, unopened, waterproof,
containers or non-overlaid bags clearly labeled as to weight, chemical analysis,
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 17 of 36
manufacturer and content in accordance with State and Federal Law. Store fertilizer
and soil amendments in such a manner as to prevent wetting and deterioration. Do
not store fertilizer and soil amendments with plant materials.
Agricultural lime must be dolomitic limestone containing not less than 85% of total
carbonates. Limestone must be ground to such fineness that 100% will pass a No. 20
sieve.
Iron sulfate must be granulated ferrous sulfate containing a minimum of 20% iron and
10% sulfur.
Fertilizers must be according to the following:
Lawn Starter Fertilizer must be ‘Starter Feed’ (7-7-2) 100% Organic Fertilizer, as
manufactured by Walt’s Organic Fertilizer Co. or approved equal.
Lawn Follow-Up Fertilizer must be ‘Regular Feed’ (9-3-5), and must be 100%
Organic Fertilizer as manufactured by Walt’s Organic Fertilizer Co., or approved
equal.
Fertilizers must be a complete commercial brand with chemical analysis shown on
unopened and undamaged container when delivered.
A minimum of 50% of any nitrogen fertilizer must be applied in a slow-release
form such as sulfur-coated or polymer-coated urea, IBDU, trinitromethane
(Nitroform), or organic forms.
WATER
Contractor must make, at Contractor expense, whatever arrangements are necessary
to ensure an adequate supply of water to meet the needs of this Contract.
Contractor must also furnish necessary hose, equipment, attachments, and accessories
for the adequate irrigation of planted areas as required to complete the work
specified.
All costs for water incurred during the contract period must be borne by the
Contractor unless other arrangements are made with the Owner.
PLANT MATERIAL
The Contractor has 2 options to secure approval of plant materials:
Have plant material available at the project site for review during scheduled site
visits.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 18 of 36
Have Owner’s Representative review plants at the place of growth at the
Contractor's expense.
Owner reserves the right to reject any or all plant material at any time until final
review and acceptance. Remove rejected plants immediately from the site.
All plant material furnished by the Contractor must conform to the requirements of
the current issue of “American Standard for Nursery Stock” (ASNS) and in addition,
must comply with the following provisions:
No less than 10% of each variety and/or species of plant delivered to the project
must be accurately labeled with a securely attached, waterproof tag bearing the
legible designation of the common name and full scientific name and size of plant.
Include the nomenclature for hybrid, variety, or cultivar. Whether or not labeled,
any plants, which do not conform to the Plant Schedule and/or Contract Drawings,
must be replaced immediately with plants that conform to specifications.
All plant material must meet State and Federal requirements with respect to plant
health and absence of diseases and insect infestation.
All plant material must be nursery grown stock that has been held in a nursery for
at least one (1) year.
All plant material specified must be first-class representatives of their normal
species or varieties in healthy growing condition with normal well-developed
branch system and vigorous root systems.
They must be free from disease and insect infestation, disfiguring knots,
sun-scalds, abrasions of the bark, broken tops, broken branches, torn roots,
and any other objectionable features.
Plants, which have suffered damage as the result of girdling of the roots,
stem, or a major branch; have deformities of the stem or major branches;
have a lack of symmetry; have dead or defoliated tops or branches; or have
any defect, injury, or condition which renders the plant unsuitable for its
intended use, will be rejected.
Large plants cut back to meet specified sizes will be rejected. Plants must not have
cuts or pruning wounds over 3/4-inch diameter that are not satisfactorily callusing
over.
Plant material must not have weeds at the tops of rootballs.
Root balls of all plant materials must be solidly held together by a fibrous root
system and must be composed only of the soil in which the plant has been actually
growing. The ball must be securely wrapped with non-treated, jute burlap, or
other packing material that is not injurious to the plant’s life.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 19 of 36
Provide the number of plants shown on the Plant Schedule in Contract Drawings,
or to cover at specified spacing’s whichever is greater.
Trees
Trees must have been grown with sufficient spacing to allow for symmetrical
branch development and full canopy which reflects the natural
characteristics of the species. Tree trunks must not be noticeably imperfect
in vertical alignment, have straight leaders, and there must be no “included
bark” in the crotches between the trunk and side branches.
Trees with multiple leaders, unless specified, must be rejected.
Trees with a damaged or crooked leader, “Y” crotches, missing leaders, bark
abrasions, sunscald, disfiguring knots, insect damage, or cuts of limbs over
3/4 inch in diameter that are not completely closed will be rejected.
Evergreen and deciduous trees must be furnished balled and burlapped
(B&B) unless otherwise specified in the Contract. Broken or “made” root
balls will not be accepted.
Trees grown in fabric bags must have a well-established root system
reaching the sides of the fabric bag to maintain a firm ball when the fabric is
removed, but must not have excessive root growth encircling the fabric bag.
Fabric bags must be entirely removed prior to planting.
No pruning wounds must be present with a diameter of more than one (1)
inch and such wounds must show vigorous callous on all edges. Trees must
not be pruned within 6 months prior to delivery.
Provide tree root ball sizes complying with the latest edition of the ASNS.
Cracked or mushroomed tree root balls are not acceptable.
Container-grown Stock:
Plants grown in a pot or container must have been given a sufficient length
of time for new fibrous root system to have developed to hold its soil
together and keep the root mass firm and whole when removed from the
container.
Plants must not be loose in the container.
Container stock must not be pot or root bound.
Plants furnished in pots or other containers must be acclimated to outside
conditions and equal to field grown stock. To acclimate plants to Northwest
conditions, all plants used on the project must be grown continuously
outdoors north of the 42nd Latitude (Oregon-California border) from not
later than April 1 of the year prior to the time of planting.
PLANTING ACCESSORIES
Tree Staking Materials
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 20 of 36
Tree stakes must be installed as shown on Contract Drawings. Stakes must be 8-
foot long 2-inch diameter pressure-treated lodgepole pine wood stakes, with
chamfered tops and 6-inch long conical points.
Fastening must be webbed fabric tape, ½” – 1” wide, “Arbor Tie”.
Or approved equal.
Root Barrier
Root barrier must be made of copolymer polypropylene, containing 50%
postconsumer, recycled plastic with ultraviolet light inhibitors. Panels must be
interlocking.
Root barrier panels must be .08” thick, the color black, and at the height/depth
indicated in the Contract Drawings.
Recommended sources for root barriers are as follows:
“RP” Series - Root Barrier Panels, as manufactured by NDS, and distributed
locally by Frank J. Martin Company, Lynnwood, WA, Ph. 206-523-7665, toll
free 1-800-654-1786 or www.fjmartin.com.
“DeepRoot”, as manufactured by Deep Root, Inc., and distributed locally by
Berkey Supply, Inc., Woodinville, WA, Ph. 425-487-3310 or
www.berkeysupply.com.
“Biobarrier”, as manufactured by BBA Nonwovens Reemay, Inc., and
distributed locally by Wilber Ellis, Auburn, WA, Ph. 253-351-6591 or
www.wilberellis.com.
SOD LAWN
Sod must be “Country Green Perfect Blend Mix” or acceptable equal.
Sod must be comprised of 60% Perennial Turf Type Ryegrass, 20% Hybrid Kentucky
Bluegrass, 20% Hard Fescue and contain no more than 1% other grasses.
Sod must be premium quality, free of all weeds, pests, diseases, Poa annua, and other
undesirable material. It must not be less than 12 months old nor more than 24 months
old, grown in fumigated soil, healthy, and have a dense, vigorous well-developed root
structure.
Plastic netting is not allowed. If netting is required, it must be biodegradable.
Sod must not be cut from the field more than one (1) day prior to delivery to the
project site.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 21 of 36
Sod must be grown in Western Washington or Oregon. Sod shipments must have a
certificate of origin and certification of approved treatment if the shipment originates
in a known area containing grass infections. Sod available from the following sources:
Country Green Turf Farms, Arlington, Wa; (306) 657-2175.
JB Instant Lawn, Redmond, Wa; (425) 821-0444.
Lefeder Turf Farm, Mt. Vernon, Wa; (360) 428-4054.
RESTORATION SEED LAWN
Lawn Seed mixture must be composed of 60% Perennial Ryegrass and 40% Hard
Fescue.
A complete analysis of the seed must be submitted to the Owner’s Representative,
including percent of pure seed, germination, other crop seed, inert and weeds, and the
germination test data. The seed mixture must be no less than 98% pure, have a
minimum germination rate of 90%, contain more than 1/2% weed seed, and contain
less than 1.5% inert material. All crop seed in excess of one (1) percent must be
itemized. Provide a complete copy of manufacturer’s container label or seed technical
data with the seed analysis for each seed mix specified.
Seed of the type specified must conform to the standards for “Certified grade seed or
better as outlined by the State of Washington Department of Agriculture “Rules for
Seed Certification.”
All seed mixes must be free of weed seed listed as primary noxious by the Washington
State Seed Law singly or collectively in excess of the labeling tolerance specified by the
Washington State Seed Law. Reference Specification; Chapter 15.49, Washington State
Seed Act.
Seed must be packed in clean, sound containers of uniform weight. Deliver mixed seed
to the project site in the original, unopened containers bearing the manufacturer’s
guaranteed analysis, manufacturer’s name, trademark, and conformance with law.
Containers must so the following information clearly marked for each kind of seed
in accordance with applicable state and federal law:
Common name of seed and it’s strain.
Lot number.
Net weight.
Percentage of purity.
Percentage of germination.
Percentage of weed seed content and inert material.
Place of origin.
Amount of Pure Live Seed per bag.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 22 of 36
HERBICIDE AND PESTICIDE
All chemical herbicides pesticides must be labeled and used in accordance with
governing agencies defined in the Weed and Pest Control Plan. The Contractor must
use extreme care to ensure confinement of the chemicals within the areas designated.
The use of chemical herbicides and pesticides must require the use of anti-drift and
activating agents and a spray pattern indicator, unless otherwise allowed by the
Owner.
All chemical herbicide and pesticides must be carefully selected in accordance with
U.S. Environmental Protection Agency (EPA), Washington State Department of
Ecology, Washington State Department of Agriculture, King County Noxious Weed
Control Board, and local sensitive area ordinances and regulations.
EXECUTION
GENERAL
All areas as indicated in Contract Drawings must be finish graded and approved by the
Owner’s Representative before commencement of planting. All grades must flow
smoothly into each other and produce positive drainage. The Contractor is responsible
for any adverse drainage conditions that may affect plant growth unless the
Contractor contacts the Owner’s Representative immediately indicating any possible
problem. Verify all grades with Owner’s Representative before commencement of
planting.
The Contractor must protect soil and provide adequate and proper care of all plant
material (both retained and newly installed) and landscape work, including irrigation,
done on the project from the time of installation to the end of the Guarantee Period.
Care should be taken to avoid damage to existing trees and their roots. Where
excavating for new construction is required within tree root zones, excavate by hand
to minimize damage to roots and perform as follows:
Use narrow tine spading forks and comb soil to expose roots.
If main lateral roots are immediately adjacent to location of new construction, the
contractor must notify the Owner prior to any excavation.
Do not allow exposed roots to dry out.
Provide temporary minimum 4-inch depth of mulch and/or plastic covering, or
equivalent.
Maintain in moist condition until covered with planting soil or mulch.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 23 of 36
SUBGRADE PREPARATION
Verify the existence of proper rough grading and subgrade elevations prior to
beginning soil preparation work. All planting area excavation must allow for planting
soil, sod, seed, and mulch depths as indicated in Contract Drawings.
Areas to receive plant material must be cleared, grubbed, cultivated and graded to
accommodate the Work prior to planting and to provide the optimum conditions for
plant and lawn establishment and growth.
Subgrade must be cleaned of all debris including concrete, stumps, sticks, roots, and
rocks or lumps larger than one (1) inch. Subgrade elevations must be as shown in the
Contract Drawings.
Percolation Test
After the subgrade has been prepared, 3 percolation tests must be performed.
This must be accomplished by excavating 3 pits that are 2 feet in depth and
minimum 2 feet in diameter. Location of all 3 pits must be per Owner’s
Representative field directive. Fill each pit with water and allow the pit to drain for
24 hours. After 24 hours, re-fill the pit with water. If the time required for the pit
to drain completely after being filled the second time is greater than 24 hours, the
Contractor must notify the Owner’s Representative immediately.
The Contractor must be paid for work required to solve the drainage problem,
such as, installation of french drains or drainage sumps at a unit price basis and
agreed upon by a Change Order prior to commencement of work.
It is the Contractor’s responsibility to verify a weed and pest free subgrade prior to
beginning subgrade preparation work. If required, the Contractor must be paid for
weed and pest removal based upon an Owner approved Weed and Pest Control Plan.
Subgrade preparation and percolation tests must be reviewed and approved by
Owner’s Representative prior to proceeding with the placing of planting soil.
Placing of planting soil constitutes acceptance of subgrade conditions by Contractor.
SOIL PREPARATION
General
Soil must not be placed, disked, rototilled, or worked when the ground or planting
soil is frozen, excessively wet, there is ponding water, or, in the opinion of the
Owner’s Representative, in a condition detrimental to the Work.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 24 of 36
Incorporation of amendments in response to soil test recommendations and
placing of soils must result in a homogeneous blend to a minimum depth as shown
on the Contract Drawings. The Contractor must apply and shape the lifts in such a
manner that the planting area has a continuously sloped final surface allowing for
drainage from higher elevations to lower outer edges of the planting area. Where
possible, ridges and ridge lines must be the approximate center point, or
centerline(s), of the planting area.
Subgrade Scarification
Scarify to depths as shown in Contract Drawings. If additional scarification is
required to eliminate surface water ponding, notify Owner’s Representative of
problem areas.
After scarification, remove all debris or rocks over one (1) inch in size and establish
proper grades.
The scarification process must be observed and approved by Owner’s
Representative prior to installing planting soil.
Placing Soil and Soil Amendments:
For Lawns Areas:
See soil preparation details. Owner’s Representative must review and
approve soil preparation work between steps as noted in Contract Drawings.
Incorporate soil amendments by broadcasting over lawn area soil at an even
distribution and rate prior to placement of sod. Then, rake the amendments
into the top 2 inches of lawn area soil.
Apply soil amendments for lawn areas per soil testing laboratory
recommendations. Apply into top surface of soil.
Thoroughly mix soil amendments with soils to produce a uniform blend at
rates per soil laboratory recommendations.
Dolomite Lime. Recommended application rate: Incorporate 50 pounds of
Dolomite Lime per 1,000 square feet in direct broadcast application.
Starter Fertilizer (7-7-2). Recommended application rate: Incorporate one
(1) pound of starter fertilizer per 1,000 square feet in direct broadcast
application. Do not apply fertilizer to lawn areas that drain directly into
sensitive water bodies unless approved by governing agency.
For Planting Areas:
See soil preparation details. Owner’s Rep must review and approve soil
preparation work between steps as noted in Contract Drawings.
Incorporate soil amendments by broadcasting over planting soil at an even
distribution and rate prior to installation of plants. Then, mix the
amendments into the top 6 inches of planting soil.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 25 of 36
Apply and mix amendments with a small excavator; do not use a
rototiller.
Soil amendments for planting areas must be applied per soil testing
laboratory recommendations.
The soil amendments must be thoroughly mixed with soils to produce a
broadly-mixed blend at rates per soil laboratory recommendations.
All amendments must be delivered to the site in the original, unopened
containers bearing the manufacturer’s name and guaranteed
components analysis. In lieu of containers, amendments may be
furnished in bulk, with a Manufacturer's Certificate of Compliance
indicating the components analysis complies with the Contract.
Finish Grading
Establish a finish grade with the compacted depths of planting soil and
amendments as shown on the Contract Drawings and a specified herein. After
installing soils and amendments, drag to an even grade, remove debris and rocks
larger than one (1) inch in diameter that appear at the surface, and then roll for
firmness prior to planting.
Finish grade is defined as the top surface of soil prior to the installation of mulch,
sod lawn, and restoration seed lawns unless otherwise noted in the Contract
Drawings.
Finish grading must consist of placing, grading and lightly rolling soil, providing for
surface drainage, cutting all necessary drainage swales and generally conforming
to finish grades shown in the Contract Drawings and as directed by the Owner’s
Representative.
Compact finish grade of planting, sod lawn, and seed lawn areas to 85% of
maximum dry density as determined by ASTM: D 1557. Grades after compaction
must have a flat, continuous, and smooth surface and approved by the Owner’s
Representative prior to seeding or sodding.
After settling, finish grades in sod lawn areas must be one (1) inch below all walks,
curbs and/or other hard surfaces.
After settling, finish grades in restoration seed lawn areas must be 1/2 inch below
all walks, curbs and/or other hard surfaces.
After settling, finish grades in planting areas must be 3 inches below all walks,
curbs, and/or other hard surface edges.
All planting areas must be finish graded and accepted by the Owner’s
Representative before commencement of plant staking and plant layout.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 26 of 36
The top of the mulch must be flush with the top of any adjacent paved surface
improvement such as sidewalk, curb, and other pedestrian walking area.
TRANSPORT AND MOVING PLANT MATERIAL
Plant material transported in enclosed vehicles must receive adequate ventilation.
Plant material transported in open vehicles must be protected by suitable cover
material such as tarpaulins.
Large trees must be totally wrapped to prevent damage and windburn. Provide
adequate protection so that trunks are not scarred in transport and branches are not
broken. Tree trunks must be wrapped with protective covering prior to handling and
loading. Remove covering at the time of plant materials review at the job site.
Pack and ship plant material in accordance with prevailing nursery industry standard
practice for the type of plant being shipped, and protect at all times against drying sun,
wind, heat, freezing, and similar detrimental conditions both during shipment and
during related handling.
Move all plants carefully. Exercise care in handling, loading, unloading, and storing of
plant materials. Prevent damage to all plant materials. Do not drag plant material
without proper root and branch protection.
Trees must be handled by rootball only, not the trunks, stems, or tops.
Container grown plants must be handled by container only, not the stems or tops.
Tie branches on trees and large shrubs as necessary. Use burlap bags to protect tree
bark from rope chafing. No plant must be bound with rope or wire in a manner that
could damage or break the branches.
Plant material damaged in any way from transport and moving activities must be
rejected, discardeds and replaced with undamaged materials at no cost to Owner.
TEMPORARY STORAGE OF PLANT MATERIAL
Plants that cannot be planted within 24 hours after arrival to the project site must be
“heeled-in” in accordance with accepted horticultural practice and the following
requirements:
Protect rootball of balled and burlapped or fabric-grow bag plants with moist
earth, sawdust, bark mulch, or other acceptable material and the material must be
kept continuously moist. Do not use straw or hay to retain moisture.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 27 of 36
Protect plant materials at all times from mechanical damage, excessive wet
conditions, drying out, and extreme weather including drying winds and direct
sun.
The root system of all plants must not be permitted to dry out at any time. Set
plants in shade and keep roots moist by covering with mulch, soil or other
acceptable means of retaining moisture.
Foliage on plants may be sprayed with an anti-desiccant during drought and/or
excessively hot periods. Anti-desiccant must be specifically formulated for species
of plants it will be applied to.
PLANT LAYOUT:
Plants must be placed at the spacing and locations as indicated in the Contract
Drawings. Plant layout and staking (or otherwise marking the location of each plant)
must be the responsibility of the Contractor..
The Contractor must sequence the installation of plants to minimize disturbance to
new plants and existing landscaping.
No work must start on the installation of plant material until plant layout and staking
has been verified and approved by the Owner’s Representative.
PLANT INSTALLATION:
General
All plant material must be inspected and determined by the Owner’s
Representative to be acceptable for planting, prior to installing.
Do not install plants in weather conditions detrimental to plant material.
Do not plant during freezing weather, when the ground is frozen, or when
ground is excessively wet.
Do not install plants when ambient temperatures drop below 40°F or rise
above 80°F.
Do not install plants when wind velocity exceeds 25 MPH.
Plants must not be installed in areas that are below finish grade.
For work performed during unacceptable and/or weather conditions detrimental
to plant material, the Contractor may be required to provide the following
services at no additional cost:
Expert consultations with an ISA certified Arborist (for trees) or other expert
as approved (for other plant material) to determine what plant care
measures are required to maintain the plants installed in a healthy and
vigorous condition during the unacceptable weather conditions.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 28 of 36
Replacement of all work performed during unacceptable weather
conditions.
Additional watering and maintenance of the plant materials installed during
the unacceptable weather conditions and responsibility for all additional
costs incurred.
Perform planting during the period between September 1 and May 15. Planting at
other times must only by done by written permission by the Owner’s
Representative and only if an automatic irrigation system is available through the
summer.
Soak all tree rootballs and container plants which have become dry prior to
planting.
If groundwater is encountered upon excavation of planting holes, the Contractor
must promptly notify the Owner.
Plants must be removed from containers in a manner that prevents damage to the
root system. Containers may require vertical cuts down the full depth of the
container to accommodate removal. All circling roots must be loosened to ensure
natural directional growth after planting.
Dig pits or planting holes for plant material as indicated on Contract Drawings and
consistent with good horticultural practice. The inside surfaces of all planting pits
are to be rough, not smooth. If the Contractor encounters clay soil or any unusual
condition which may be detrimental to the new planting, the Contractor must
notify the Owner’s Representative immediately. Unsuitable material, if
encountered, must be removed from the site and planting soil distributed to
replace the unsuitable material as Extra Work in accordance with the
Specification. Unsuitable material removal will be paid for as a Change Order in
accordance with the Specifications.
Trees
The Contractor must provide the Owner a minimum 4 working days advance
notice of the first tree(s) to be planted. The Owner must be present to approve
the planting method of the first tree(s). The approved method must be
consistently applied for all remaining planting of trees.
Tree pit excavation near a curb or sidewalk must allow a horizontal clearance of at
least 3 inches from the curb or sidewalk without undermining foundation support
of adjacent improvements.
Before planting, completely remove all twine, wrapping material, fabric grow
bags, and wire baskets and completely remove material from the planting hole.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 29 of 36
Remove burlap from top 1/3 of rootball and remove cut burlap from planting hole.
All containers must be removed from rootballs before planting. Containers may
require vertical cuts down the full depth of the container to accommodate
removal. For ball and burlap and container trees, roots showing at the edge of the
root ball must be loosened without tearing. The rootball must be placed in the
planting pit in a manner that ensures the roots are properly spread for lateral
directional growth.
Set trees in the planting pit to proper grade and alignment. Set trees upright,
plumb, and faced to give the best appearance or relationship to each other or
adjacent structure. Set crown of rootball up to one (1) inch above the finish grade
elevation, unless otherwise noted in the Contract Drawings.
Backfill must be carefully placed and compacted by water settling. When planting
hole is 3/4 backfilled, apply water to water-settle the backfill and remove voids.
After settling occurs, the Contractor must add enough soil to cover the roots but
must not rework the soil. Do not use frozen or muddy mixtures for backfilling. No
soil filling will be permitted against trunks or stems or above grafts on grafted
trees. Form a watering ring of soil around the edge of each planting pit to retain
water.
Shrubs and Groundcovers:
Plants supplied in containers must be kept moist at all times and must be removed
from the container in a manner that prevents damage to the root system. The
plants must not be removed from the container by pulling on the stem.
All plastic, ties, and other container material must be removed from the plant
prior to planting. Containers may require vertical cuts down the full depth of the
container to accommodate removal.
Space groundcover plants using triangular spacing in accordance with
indicated dimensions and offsets. Adjust spacing as necessary to evenly fill
planting bed with indicated quantity of plants. Always plant groundcovers to
within 18” of the trunks of trees and shrubs within planting bed.
Set shrub and groundcover in the planting pit to proper grade and
alignment. Set upright. Install plants so that top of rootball is flush with the
finished grade after settlement. Check top of root ball for root flare. If root
flare is not found, carefully scrape away excess soil until root flare is
exposed. This level must be the top of the rootball and installed flush to the
finished grade.
Backfill must be firmly tamped or compacted without voids around the
roots, then covered with mulch, and watered immediately after planting.
Pruning and Staking
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 30 of 36
Pruning
Pruning of trees must be performed at the nursery by the nurseryman and
only to remove small or minor broken or damaged branches, or for aesthetic
purposes unless otherwise directed by the Owner’s Representative.
Branches must be pruned at the branch collar. Neither stubs nor flush cuts
will be acceptable.
At the time of planting, pruning must only occur to remove minor broken or
damaged twigs and branches. No trees or plants must be headed or pruned
without reason or prior approval. No pruning must be allowed to new plant
material that impacts a tree’s central leader, removes more than 5% of the
foliage, or if foliage has not developed, more than 5% of the foliage buds, or
significantly alters the natural form of the plant material being pruned.
Pruning must be done in such a manner as to retain or to encourage the
natural growth characteristics and proper form of the particular plant.
Pruning must be done with a sharp tool to produce a clean cut without
bruising or tearing the bark. All completed pruning cuts must be in the living
wood where callous tissue can develop properly.
Staking and Fastening
All trees must be staked at the time of planting as indicated on Contract
Drawings. Each tree must be staked as indicated and tied to the stake with
Webbed Fabric Tape to allow for trunk growth.
Staking must be in a workmanlike operation. Damaged stakes must be
promptly removed and replaced.
Trees and shrubs found out of plumb by wind or other causes must be re-set
by loosening the soil around the root system and re-plumbing the tree or
shrub, and backfilling and compacting as necessary. Adjustment must not be
made by pushing, pulling or restraining the trunk or stem. If, in the opinion
of the Owner, damage to the root system has occurred as a result of re-
setting a tree or shrub, the tree or shrub must be replaced by the
Contractor.
Alternate methods of staking may be proposed by the Contractor and
require approval of the Owner.
Tree stakes must be removed at the end of the Guarantee Period.
Apply fertilizer per soil laboratory test recommendations to all trees, shrubs, and
groundcovers. As necessary, a follow-up fertilizer application for all planting beds must
be in accordance with recommendations from soil testing laboratory.
Mulch planting areas with required mulch material at least 3 inches deep immediately
after planting. Top dress the entire tree pit including the watering ring, with the mulch
depth tapered at the tree trunk to prevent contact at the trunk. Soil surface interface
should be damp prior to application of mulch. Do not install wood chip mulch on top of
dry planting soil. The 3-inch depth is measured after settling and/or compaction has
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 31 of 36
occurred. Thoroughly water mulched areas. After watering, lightly rake mulch to
provide a uniform finished surface.
SOD INSTALLATION:
Installation:
Sod must be brought onto lawn area by hand-operated wheeled equipment with
proper protection of sod soil beds from heavy compaction. Sod layers must be
experienced, or if inexperienced, must be constantly supervised by an experienced
foreman. Sod layers must kneel on plywood or some other platform during laying
process.
Moisten prepared surface immediately prior to laying sod.
Do not lay sod or install sod on saturated or frozen soil.
Lay sod immediately upon delivery to site, to prevent deterioration or drying. All
sod must be installed within 12 hours after delivery to the project site.
Lay sod tight with no open joints or gaps visible, with no overlapping edges and
with an allowance for shrinkage. Stagger end joints 12” minimum. Lay sod with
long edges perpendicular to primary slope. Do not stretch sod pieces. Spread lawn
area soil over any exposed edges. Keep edges moistened as required or as
directed. The Contractor must ensure that the soil base immediately ahead of
each sod layer is moist.
When piecing sod, use pieces no smaller than 1 square foot.
Sod must be rolled with a 200 pound roller after installation to ensure proper
contact between soil and sod. On slopes 5:1 or less, roll with light lawn roller to
ensure contact with subgrade. Final rolling must provide a uniform surface. After
final rolling, the sod lawn must be mowed if necessary.
Water sod thoroughly with a fine spray immediately after laying. Sod lawn area must
be heavily watered, flooded, and saturated for a period of 7 days to trigger active root
growth.
Flagging, fencing, and warning signs or other appropriate method of sod lawn
protection must be installed and remain for a minimum of 4 weeks. Do not remove
flagging and warning signs until sod is firm to walk on and sod is not in a saturated
condition.
Water: Watering must be accomplished once a week from March through September.
At a minimum, a uniform application of one (1) inch of water must be required over all
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 32 of 36
lawn areas each week. The Contractor must be prepared to water more frequently
should very dry conditions persist and based on input from Owner.
Mowing:
The Contractor must be responsible for mowing all sod lawn areas.
Mow whenever lawn reaches an average height of 3 inches. The cutting
height must be 2 inches with all cuttings retained using mulching mower
equipment.
Mowing must be done by an acceptable “reel” type mower. Power driven
equipment must not cause ruts or deformation of improved areas. Sickle
type grass cutters will be permitted only on slopes of drainage ditches,
berms, or other rough areas. The equipment and tools must be in good
repair at all times and maintained so that a clean, sharp cut of the grass
results. Each mowing must be considered as one (1), complete coverage of
all lawn grass areas to be mowed within a defined area.
Trimming around traffic facilities, structures, curbs, tree pits, planting areas,
or other features extending above ground must be accomplished by use of
tools that achieve a neat and uniform appearance. Edging along curb and
sidewalk interfaces must be incidental to mowing and must be provided by
the Contractor to control encroachment of grass.
Grass cutting equipment must be operated in such a manner and equipped
with suitable guards as to avoid throwing rocks or debris onto the
pedestrian and vehicular traffic areas or onto permeable pavement areas.
Equipment that pulls or rips the grass or damages the turf in any manner will
not be allowed. The Owner will be the sole judge of the adequacy of the
equipment and methods of use. The Contractor must return and disperse all
lawn clippings to the lawn from all pedestrian and vehicular traffic areas,
and from any other improvement.
Follow-up Fertilizing: After the first mowing or approximately 30 days after the initial
installation (whichever comes first) broadcast ‘Regular Feed’- Broadcast at a rate
recommended by manufacturer for lawn areas. Apply once a month for the first 4
months of the growing season.
Sod Lawn must be deemed physically complete when uniform, healthy, green, and
vigorous growth is evident, with no dry or dead spots larger than 3 inch square, and
after the third mowing has occurred. Upon physical completion, temporary flagging,
warning signs, and other lawn protection measures must be removed.
RESTORATION SEED LAWN INSTALLATION
Installation
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 33 of 36
Seeding must be accomplished in the spring (March 15 to May 15) or autumn
planting periods (Sept 20 to Nov 15) of the year and/or when weather conditions
are favorable for proper working of the soil and seed germination as determined
by Owner’s Representative. Application of pre-germinated seed, moisture
retention agents, and provisions for supplemental watering may be required by
the Owner’s Representative should the Contractor schedule seeding outside of
allowable time frames.
Seed must be spread by an acceptable hand-mechanical (hopper or culti-packer)
method.
Rake seed and fertilizer into top 1/4 to 1/2 inch of soil. After raking, roll the
finished grade one (1) direction for a flat, uniform surface and water
thoroughly.
Seeding must be done only after finish grading and adjacent construction and
plantings have been completed.
Finish grades must be rolled with a standard, water filled, 200 pounds per square
foot ground pressure roller. If soil is dry, lightly sprinkle with water prior to rolling.
The seed area must be rolled in two directions, the second rolling at right angles
to the first. Grades after rolling must be flat and approved by the Owner’s
Representative prior to seeding.
Any seeded areas that have become compacted prior to seeding must be scarified to a
depth of four (4) inches by acceptable means, then finish graded as herein before
described.
The application rate for Lawn Seed Mix must be 5-7 pounds of seed per 1000 square
feet.
Water seeded area thoroughly with a fine spray immediately after seeding. Provide
one (1) inch average application of water without uncovering seed, washing seed
away, and without causing erosion or sedimentation.
Flagging, fencing, and warning signs or other appropriate method of seed lawn
protection must be installed and remain until the seeded lawn has become
established.
Water: Watering must be accomplished once a week from March through September.
At a minimum, a uniform application of one (1) inch of water must be required over all
lawn areas each week. The Contractor must be prepared to water more frequently
should very dry conditions persist and based on input from Owner.
Mowing:
The Contractor is responsible for mowing all seed lawn areas.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 34 of 36
For the first 3 mowings, mow whenever lawn reaches an average height of 2
inches. For the first 3 mowings, the cutting height must be one and 1.5
inches with all cuttings retained using mulching mower equipment.
For the fourth and all subsequent mowings, mow whenever lawn reaches an
average height of 3 inches and set the cutting height at 2 inches with all
cuttings retained using mulching mower equipment.
Mowing must be done by an acceptable “reel” type mower. Power driven
equipment must not cause ruts or deformation of improved areas. Sickle
type grass cutters will be permitted only on slopes of drainage ditches,
berms, or other rough areas. The equipment and tools must be in good
repair at all times and maintained so that a clean, sharp cut of the grass
results. Each mowing must be considered as one (1), complete coverage of
all lawn grass areas to be mowed within a defined area.
Trimming around structures or other features extending above ground must
be accomplished by use of tools that achieve a neat and uniform
appearance. Edging along paving interfaces must be incidental to mowing
and must be provided by the Contractor to control encroachment of grass.
Grass cutting equipment must be operated in such a manner and equipped
with suitable guards as to avoid throwing rocks or debris onto the
pedestrian and vehicular traffic areas or onto permeable pavement areas.
Equipment that pulls or rips the grass or damages the turf in any manner will
not be allowed. The Owner will be the sole judge of the adequacy of the
equipment and methods of use. The Contractor must return and disperse all
lawn clippings to the lawn from all pedestrian and vehicular traffic areas,
and from any other improvement.
Follow-up Fertilizing: After the first mowing or approximately 30 days after the initial
installation (whichever comes first) broadcast ‘Regular Feed’- Broadcast at a rate
recommended by manufacturer for lawn areas. Apply once a month for the first four
months of the growing season.
Watering: To encourage deep rooting, each watering must be thorough enough to
provide soil moisture a minimum of 6 inches below soil surface. Permit soil to dry
sufficiently between watering, but not so dry as to damage the planting.
Review: Check for barren areas, maximum 3 inches square, in seed bed approximately
21 days after seeding and over-seed as originally specified and at such time as weather
and season permit for proper seed germination or as accepted by the Owner’s
Representative.
Seed Lawn must be deemed physically complete when uniform, healthy, green, and
vigorous growth is evident, with no dry or dead spots larger than 3 inch square, and
after the fifth mowing has occurred. Upon physical completion, temporary flagging,
warning signs, and other lawn protection measures must be removed.
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 35 of 36
PLANTING ACCESSORIES INSTALLATION
Root Barrier Installation
Install root barrier panel per manufacturer’s recommendations and specifications
in locations as shown on the Contract Drawings.
Install root barrier in locations shown in the Contract Drawings.
Install panels immediately adjacent to paving with ribs facing towards the tree
roots. Trenches must be deep enough so that top of root barrier is 1 inch below
the top of sod or mulch.
CLEAN UP
Perform cleaning during installation of the landscape work. Water, dirt, debris, and
rubbish to be kept off of all paved areas, pathways, and permeable pavements. Wash
clean all paved areas.
Upon completion of landscape work, all excess materials, soil, debris, and equipment
must be removed from the site.
Repair any damage resulting from landscape work at Contractor’s expense.
Planting areas immediately adjacent to walks, curbs, pavements, driveways, and other
improvement must be compacted and raked to accommodate the depth of mulch
cover, with the mulch surface flush with the surface of adjacent improvement. Planting
beds must have a fine, even grade around all plants.
Remove all metal, wood, and concrete debris, protective wrappings and coverings, and
shipping materials from the project site. Remove all residues, repair all stains, scuffs,
abrasions, and marks from boulders.
Leave project in first quality condition.
SUBSTANTIAL AND PHYSICAL COMPLETION
Review to determine Substantial and Physical Completion of planted areas will be
made by the Owner’s Representative, upon the Contractor's request. Planted areas
will be accepted provided all requirements have been complied with and plant
materials are alive and in a healthy, vigorous condition.
FINAL ACCEPTANCE
Final acceptance of all landscaping work described in this Specification section, with
the exclusion of possible replacements of plant materials under the Guarantee Period,
PHILIP ARNOLD PARK Bid Set
32 90 00 PLANTING 4 May 2022
32 90 00 – Page 36 of 36
will be made by the Owner’s Representative and/or approved representative of the
Owner to determine 100% completion and acceptance of the Contract work. This
review must be made upon written request to the Owner’s Representative no less
than 48 hours prior to the anticipated date of review.
Should additional final acceptance review(s) be required by the Owner’s
Representative due to the failure of the contractor to have the entire project
landscape work ready for final acceptance, the contractor must pay to the Owner’s
Representative the actual hourly cost and expenses for each additional review.
END OF SECTION
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 1 of 10
SECTION 33 11 00
WATER UTILITY DISTRIBUTION
GENERAL
DESCRIPTION OF WORK
The Work under this Section includes providing all labor, materials, tools and
equipment necessary for furnishing and installing buried water pipe, booster pump,
water pipe fittings, electrical continuity, disinfection and testing. The Contractor shall
install the water pipe and fittings to the horizontal and vertical alignment shown on
the Plans and shall complete all associated Work described in this Section.
RELATED SECTIONS
SECTION 31 10 00 – SITE PREPARATION
SECTION 31 23 16 – EXCAVATION
SECTION 31 23 23.15 – TRENCH BACKFILL
REFERENCES
American National Standards Institute /American Society of Safety Engineers
(ANSI/ASSE)
ANSI/ASSE A10.6 (2006) Safety Requirements for Demolition for
Construction and Demolition Operations
ASTM International (ASTM)
ASTM D2657 (2007) Standard Practice for Heat Fusion Joining of Polyolefin Pipe
Fittings
ASTM D3261 – Standard Specification for Butt Heat Fusion Polyethylene (PE)
Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing.
American Water Works Association (AWWA)
AWWA C150 (2009) Ductile Iron Pipe, Centrifigually Cast
AWWA C151 (2009) Ductile Iron Pipe, Centrifigually Cast (3 in. – 64 in.)
AWWA C104 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water.
AWWA C105 Polyethylene Encasement for Ductile-Iron Pipe Systems.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 2 of 10
AWWA C111 Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe
and Fittings.
AWWA C151 Ductile Iron Pipe.
AWWA C153 Ductile-Iron Compact Fittings.
AWWA C509 Resilient-Seated Gate Valves for Water and Sewerage Systems.
AWWA C550 Protective Epoxy Interior Coatings for Valves and Hydrants.
AWWA C651 Disinfecting Water Mains.
NSF International (NSF)
NSF 61 (2013) Drinking Water System Components – Health Effects
City of Renton Public Works Design and Construction Standards
Washington Department of Transportation (WSDOT)
(2022) Standard Specifications – Standard Specifications for Road, Bridge, and
Municipal Construction.
SUBMITTALS
Product Data: All products in this section.
Quality Assurance / Control Submittals:
Company work experience list.
Superintendent work experience list.
Operation and maintenance data for gate valves and check valves.
Certification: Certification of accuracy for test gage.
Closeout Submittals: Record drawings.
Record actual locations of piping mains, valves, connections, and invert elevations.
Record location of utilities and structures encountered and not shown or not in
agreement with Drawings.
Record changes in soil conditions not noted on Drawings.
Prepare Record Drawings per City of Renton requirements.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 3 of 10
Testing and Disinfection Methods
Sequencing and planned outages
Maintenance and Operations manual for all pumping and booster pump systems.
Contractor shall schedule a walkthrough with the City maintenance staff to review
operation of the system and maintenance schedules.
QUALITY ASSURANCE
Qualifications:
Surveyor: Land Surveyor licensed in state of Washington with experience
surveying underground utilities.
Crew Foreman:
Minimum ten years’ working experience and six years’ experience as foreman
performing similar work.
Pre-Installation Meetings:
Schedule and attend meeting prior to beginning work.
Meeting to comply with City of Renton requirements.
Post Installation Meeting
Schedule and attend a meeting after the booster pump has been installed.
Demonstrate the pump and tank performing a minimum of one operating cycle.
DELIVERY, STORAGE, AND HANDLING
Handle pipe, fittings, and specials to ensure delivery to site and final installation in
undamaged condition. Do not damage pipe coating and lining. Keep pipe clean. Load
and unload pipe and fittings using hoists in a manner to avoid shock or damage. Do
not drop, skid, or roll pipe against another pipe. Repair any part of damaged coating
or lining. Separate rejected pipe immediately from undamaged pipe. Remove
rejected pipe from site within 24 hours.
SEQUENCING AND SCHEDULING
Provide the City with proposed work schedule prior to commencing construction.
Notify City and Engineer 72 hours prior to making connections to existing mains.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 4 of 10
Notify the City 48 hours prior to making connections to existing service line.
Notify City of service shutdown. Provide notification at least 48 hours prior to
discontinuation of service, including estimated duration of shutdown.
Advise Fire Marshal and the City of proposed water shutoff that will affect hydrants,
fire sprinkler systems, float fire protection systems, and alarm systems.
Maintain water systems in areas of site to be occupied and remain in operation during
construction.
PRODUCTS
GENERAL
Comply with City of Renton Standards.
Comply with WSDOT Standard Specifications.
All water pipe shall be clearly marked with the manufacturer's name, type, class,
and/or thickness as applicable. Lettering shall be legible and permanent under normal
conditions of handling and storage.
PIPE AND FITTINGS
Copper Pipe
Copper Pipe, soft copper tubing type K 2-inch diameter per City of Renton
standards and AWWA C800-89.
Copper Pipe, soft copper tubing type K 1-1/2-inch diameter per City of Renton
standards and AWWA C800-89.
CONNECTIONS
Per City of Renton standards and AWWA C800-89.
UNDERGROUND LOCATOR TAPE
Underground locator tape shall be blue, 6-inch-wide, 4-mil-thick, polyethylene tape
with black lettering with the following wording: "Caution: Water Line Buried Below".
Locator tape shall be installed 12 inches above the top of all water pipe.
VALVES AND APPURTENANCES
General: conform to AWWA and City of Renton Standards.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 5 of 10
POLYETHYLENE (PE) FILM
AWWA C105.
CONCRETE
Type III cement, minimum compressive strength of 3,000-psi. Design mix to achieve
strength prior to pressure testing.
MARKER TAPE
Detectable marking tape per Section 9-15.18 WSDOT Standard Specifications.
TRACER WIRE
TWHN or TWHH #10.
BOOSTER PUMP
Pump shall be a horizontal multistage centrifugal electric pump, GouldsTM e-HM Series
or approved equal.
NSF/ANSI 61 compliant.
For outdoor installation, pump shall be capable of operating in ambient temperatures
from 10-110 degrees Fahrenheit.
Pump shall be capable of being operated by an automatic pressure control switch.
Pump minimum recommended run time shall be 1 minute or less.
Motor: 0.75 Horsepower, 60 Hertz, 230V.
Maximum inlet pressure of 50 psi.
Inlet and outlet connections: 1” NPT threaded.
Minimum working pressure: 140 psi.
Flow rate: Pump shall provide a minimum of 10 GPM with a total head of 56 feet.
Pump shall be designed for operation at a maximum total head of 65 feet of head.
PRESSURE TANK
Pressure tank shall be rated for use in commercial booster pump systems. Pressure
tank shall be a Well-X-Trol WX-440C series or approved equal.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 6 of 10
Tank material: ASME approved steel.
Bladder: butyl.
Operating temperature: 32-150 degrees Fahrenheit.
Minimum drawdown volume: 8 gallons.
Minimum pressure rating: 125 psi.
Tank shall be sized such that the minimum pump run time shall be 1 minute or greater
when tank is configured with a cut-in pressure of 55 psi and cut-out pressure of 70 psi.
DIGITAL PUMP CONTROL
Pump controls shall be compatible with selected pump and pressure tank.
Pump control switch shall be rated for outdoor use.
Pressure controls shall be adjustable in one PSI increments with a maximum pressure
of 75 psi or greater and a minimum of 30 psi or less.
Maximum pressure differential between cut-in and cut-out pressures of 20 psi or
greater and minimum pressure differential of 10 psi or less.
EXECUTION
GENERAL
Comply with WSDOT Standard Specifications
Comply with City of Renton Standards
Contractor shall preserve and protect all existing utilities and other facilities including
but not limited to: telephone, television, electrical, water and sewer utilities, surface
or storm drainage, highway or street signs, mail boxes, or survey monuments. The
Contractor shall immediately repair or replace utilities or other facilities damaged
during construction. The Contractor shall support and protect any underground utility
conduits, pipes, or service lines where they cross the trench.
The Contractor shall give at least 48 hours’ notice to the Owner prior to:
Needing water or sewer main line locates;
Interruption of water service in any area; or
Use of water from any fire hydrant.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 7 of 10
Any water service disruption shall be restored as soon as possible. The Contractor
shall notify all local radio stations and any major customers that will be affected of a
planned water service disruption.
Contractor and Fabricator shall verify all fit-ups prior to order.
Contractor shall perform bent strap tests accordance with the PPI bent strap test by
cutting a 1-inch-wide section of the joint for at least 6 inches either side of the joint,
ASTM D2657. The joint will be bent until the ends meet per Performance Pipe Joint
Procedures of PPI. If a strap test fails, the problem in the processes shall be identified
and the operator will be retrained and required to make an additional set of test
joints. This process will be continued until a set of test joints passes the test.
EXAMINATION
Site Verification of Conditions:
Verify surfaces are ready to receive work.
Verify grades are at sub grade elevation.
Verify erosion control is installed and functioning.
Verify field measurements are as shown on drawings.
Verify location, size, and type of existing utilities at point of connection and at
points of crossing other utilities. Pothole, expose pipes, determine invert
elevations, verify with design, and inform Engineer of deviations affecting design
prior to mobilizing crews and beginning construction.
PREPARATION
Protection:
Protect surrounding Work from damage or disfiguration. Protect adjacent
pavement remaining in service from damage.
Protect existing utilities from damage and disturbance. Provide shoring to support
existing utilities and their support prism or remove and replace utilities where
shoring is not practical. Removing and replacing utilities to be performed per
utility owner’s standards.
Erect barriers and barricades to direct and protect adjacent traffic.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 8 of 10
Maintain water service to existing buildings and occupied building on site and for
services off site. Coordinate with City Inspectors and Owner to determine time
and duration of required water system shutdowns.
Field-locate and mark existing utilities, whether shown or not, prior to
construction, avoid damage or disturbance. Protect, maintain, and repair, where
damaged. For aid in utility location call 1-800-424-555, 48 hours (two working
days) prior to beginning construction.
Field stake alignment and grade. Comply with City requirements.
EXECUTION
Excavation and Backfill:
Comply with Section 31 23 16 Excavation. Provide extra width trench as necessary
where deflecting pipe. Excavate to depths required to provide minimum cover as
indicated on drawings. Excavate deeper as required to accommodate changes in
grade, vaults, connections, or to install pipe under existing pipelines or other
utilities. Adjust pipe profile to pass below conflicting utilities. Provide minimum
12-inch clearance. Depth Adjustments: 2 feet or less at no adjustment in cost.
Installation of Pipe and Fittings:
Inspect pipe for structural defects and defects in coating and lining before it is
placed in trench. Clean pipe fittings and valves of dirt and foreign material as they
are placed. Plug open ends of pipe and fittings with temporary watertight plug
whenever Work is stopped or when water in trench threatens to enter pipe. Keep
groundwater from entering pipe at all times. Lay and maintain pipe to required
lines with fittings and valves at required locations and valve stems plumb.
Construct pipelines to provide cover shown on Drawings. Slope need not be
constant, but install pipelines so no high or low points exist in finished line except
at locations of fire hydrants, blow offs, air / vacuum valves, or future pipe
extensions.
Alignment of Pipe: At conflicts with other utilities, such as telephone and existing
water mains, realign pipe subject to approval of Engineer.
Cutting Pipe: Cut pipe smooth, even, and square. Remove chips and cuttings from
interior of pipe. Bevel cut pipe ends to prevent damage to gaskets during
installation.
Contractor shall install water pipe in accordance with the manufacturer's printed
specifications and instructions, and in conformance with AWWA C151 and NSF 61.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 9 of 10
Contractor shall handle water pipe carefully to prevent damage to the pipe, pipe
lining, or coating. Water pipe and fittings shall be loaded and unloaded using
hoists and slings to avoid shock or damage, and under no circumstances shall they
be dropped, skidded, or rolled. If any part of the coating or lining is damaged,
repair thereof shall be made in a manner satisfactory to the Engineer at the
Contractor's expense. All water pipe and fittings shall be inspected for defects.
Damaged pipe will be rejected and the Contractor shall immediately place all
damaged pipe apart from the undamaged and shall remove the damaged pipe
from the site within 24 hours.
Whenever it becomes necessary to cut a length of water pipe, the Contractor shall
cut the pipe with abrasive saw or by special pipe cutter.
All pipe ends shall be square with the longitudinal axis of the water pipe and shall
be reamed and smoothed to assure a good connection.
The Contractor shall lay water pipe to the horizontal and vertical alignment shown
on the plans. A minimum four (4) foot cover shall be maintained from finish grade
to top of water pipe 12 inches in diameter or greater. For pipe diameters less
than 12 inches a minimum 3 feet of cover shall be maintained. Fittings shall be
installed at the location shown on the plans, or as required.
Contractor shall remove and/or control any water encountered during trenching
operations to prevent entry of water and other deleterious material into the pipe
and fittings.
To prevent dirt and other foreign material from entering the pipe and fittings
during handling and installation, Contractor shall protect the open end of the pipe
with a water tight plug at all times, except when jointing the next section of pipe.
Under no circumstances shall pipe deflections, either horizontal or vertical, exceed
the manufacturer's printed recommendations. Where deflections would exceed
the manufacturer's recommendations, Contractor shall use fittings.
Vertical deflections to avoid obstructions that exceed allowable water pipe joint
deflections shall be accomplished by the use of fittings, and either joint restraints
or vertical thrust blocking conforming to the plans. Additional fittings to those
indicated on the plans will be required to accomplish these vertical deflections.
All joints within 50 feet of tees, or bends greater than, or equal to 45 degrees,
shall be restrained.
Continuous water service shall be provided for all structures, except for
interruptions necessary for connection of temporary or new piping to the existing
service or mainline piping.
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 10 of 10
Interruption of water services, disconnected or interrupted as a part of this
Project, shall be limited to four (4) hours. Notification of the residents and
building managers affected by any water service interruptions shall be made a
minimum of 24 hours in advance of the interruption of service.
The Contractor shall maintain continuous water service at a volume and pressure
to match existing, to all structures, with either existing, temporary or new piping,
except as provided in this Section.
Installation of copper pipe shall comply with manufacturer printed specifications.
The Contractor shall ensure appropriate and proper fit up prior to installation.
Marker Tape and Tracer Wire:
Provide marker tape and tracer wire continuously along length of the pipe.
Tracer wire shall be continuous, unbroken wire without joints. Bring wire to
surface at valve box risers. Provide 3 feet extra wire in riser.
FIELD QUALITY CONTROL
City to employ special testing and inspection firm.
Comply with city of Renton Requirements.
Compaction Testing: Per Section 31 23 23.15.
Engineer Inspection: After completion of pipe, valves, fittings and bedding, but before
backfilling.
PRESSURE TESTS
Comply with City of Renton requirements.
FLUSHING, TESTING, AND DISINFECTING
Comply with all City of Renton standards
Comply with the following WSDOT procedures:
Disinfection of Water Mains
Before being placed into service, new water mains and repaired portions of, or
extensions to, existing mains shall be chlorinated, and a satisfactory bacteriological
report obtained. In the event two unsatisfactory bacteriological reports are obtained on
PHILIP ARNOLD PARK Bid Set
SECTION 33 11 00 WATER UTILITY DISTRIBUTION 4 May 2022
33 11 00 – Page 11 of 10
a section of pipe, the Contractor shall revise his method of disinfection and the form of
applied chlorine.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 1 of 7
SECTION 33 31 00
SANITARY SEWER UTILITY
GENERAL
DESCRIPTION OF WORK
The work in this section shall include all labor, materials, tools and equipment
necessary to furnish and install the following items and all other related WORK in
accordance with the requirements of the Contract Documents and as shown on the
Plans.
Sanitary side sewers (gravity).
Sanitary sewer clean-outs (for gravity lines).
Connection to existing sanitary sewer system.
This Work includes furnishings and installing connecting bands, branch connections, or
other fittings, testing and all appurtenances required to complete the sanitary sewer.
RELATED SECTIONS
SECTION 31 23 16 – EXCAVATION
SECTION 03 23 23.15 – TRENCH BACKFILL
SECTION 33 40 00 – STORM DRAINAGE UTILITY.
REFERENCES
ASTM International (ASTM)
ASTM C1773 (2013) Standard Test Method for Monotonic Axial Tensile
Behavior of Continuous Fiber-Reinforced Advanced Ceramic
Tubular Test Specimens at Ambient Temperature
ASTM D3034 (Er. 2006, 2014a) Standard Specification for Type PSM Poly (Vinyl
Chloride) (PVC) Sewer Pipe and Fittings
ASTM D3212 (Er. 2007, 2013) Standard Specification for Joints for Drain and
Sewer Plastic Pipes Using Flexible Elastomeric Seals
ASTM D5926 (2011) Standard Specification for Poly (Vinyl Chloride) (PVC)
Gaskets for Drain, Waste, and Vent (DWV), Sewer, Sanitary, and
Storm Plumbing Systems
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 2 of 7
ASTM F477 (2014) Standard Specification for Elastomeric Seals (Gaskets) for
Joining Plastic Pipe
ASTM F679 (2016) Standard Specification for Poly(Vinyl Chloride) (PVC)
Large-Diameter Plastic Gravity Sewer Pipe and Fittings
ASTM D2657 Practice for Heart Fusion Joining of Polyethylene Pipe and
Fittings.
ASTM D3261 Standard Specification for Butt Heat Fusion Polyethylene (PE)
Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing.
City of Renton Public Works Design and Construction Standards Plans (Current Edition)
Washington Department of Transportation (WSDOT) (2022) Standard
Specifications – Standard Specifications for Road, Bridge, and Municipal Construction.
SUBMITTALS
Product Data: Submit manufacturer’s literature and specifications for pipe, fittings,
castings, check valves, and manholes.
Manhole structures are to be designed in accordance with the live load factor
requirements in the most current version of AASHTO standard Specifications for
Highway Bridges.
Record Drawings:
Accurately record actual locations of pipe runs, connections, and invert elevations.
Identify and describe unexpected variations to subsoil conditions or discovery of
uncharted utilities.
Prepare Record Drawings per City of Renton requirements.
QUALITY ASSURANCE
Perform Work in accordance with the WSDOT Standard Specifications and City of
Renton Standards.
DELIVERY, STORAGE AND HANDLING
Handle pipe, fittings, and appurtenances in such a manner as to ensure delivery to the
project site and final installation in a sound, undamaged condition. Keep the pipe
clean. Load and unload pipe using hoists in a manner to avoid shock or damage, and
under no circumstances shall they be dropped, skidded, or rolled against other pipe.
Damaged items shall be rejected and removed from the site within 24 hours.
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 3 of 7
SEQUENCING AND SCHEDULING
Notify City of services shutdown. Provide notification at least one week prior to
discontinuation of service, including estimated duration of shutdown.
Outages must be scheduled in advance and be limited to no more than three, 48-hour
periods.
PRODUCTS
GENERAL
Comply with City of Renton Standards
Comply with WSDOT Standard Specifications
PRODUCTS
PVC Pipe:
Bell-and-spigot type with rubber gasket joints conforming to the requirements of
Section 9-05.12(1) of the WSDOT Standard Specifications. Schedule: SDR 35.
Lengths:
Manufactured and provided in nominal lengths of not less than 10 feet or
more than 20 feet. Use shorter pipe lengths to meet special conditions where
shown on the Drawings or as approved.
Pipe Condition:
No sun-yellowed pipe will be allowed.
Fittings compatible with pipe, injection molded, gasket type, and manufactured in
accordance with ASTM D3034. Do not use solvent welded joints.
NONPRESSURE-TYPE TRANSITION COUPLINGS
Comply with ASTM C1773, elastomeric, sleeve-type, reducing or transition coupling,
for joining underground non-pressure piping. Include ends of same sizes as piping to
be joined and corrosion-resistant-metal tension band and tightening mechanism on
each end.
Sleeve materials for plastic pipes shall be ASTM F477, elastomeric seal or ASTM D5926,
PVC.
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 4 of 7
Coupling for dissimilar sanitary sewer pipes shall be ROMAC INDUSTRIES SS1 sewer
clamp or approved equal. Gaskets shall be VIRGIN SBR compounded for water and
sewer service. Bolts, washers, nuts, lug and shell shall be stainless steel. Connected
pipes shall be cut perpendicular and inserted into coupling so that ends are flush.
CONCRETE
Concrete shall conform to WSDOT Standard Specification Section 6-02.3(27).
FRAMES AND GRATES
Castings are to be load rated as indicated on the drawings. If not indicated, load
ratings shall be HS-20.
WET TAP
Saddle type connection shall conform to City of Renton Standard Sewer Details.
CLEAN-OUT FRAME AND COVER
Frame and cover shall be locking type, Olympic Foundry #M 1025 or Engineer-
approved equal.
UNDERGROUND LOCATOR TAPE
Underground locator tape shall be green, at least 4 inches wide, four mil thick,
polyethylene tape, with a metallic backing capable of being traced with locators. The
tape shall have black letters with the following wording: “Caution: Sewer Line Buried
Below.” The locator tape shall be installed 12 inches above the top of all sewer mains
and services.
Tracer wire shall be TWHN or TWHH #10. Tape shall be sewer tracer tape or magnetic
sewer tracer tape.
EXECUTION
EXAMINATION
Site Verification of Conditions:
Verify excavation is ready to receive Work and excavations, dimensions, and
elevations as indicated on Drawings.
Verify existing utilities have been marked.
Verify erosion control is in place and operating properly.
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 5 of 7
Verify inverts at points of connection and verify minimum grade can be
maintained. Pothole, expose pipes, determine invert elevations, verify
dimensions, and inform the Engineer of deviations affecting design prior to
mobilizing crews and beginning construction.
Verify and coordinate location of existing pressure sewer on float and adjust
locations to match.
PREPARATION
Protection:
Protect elements surrounding Work of this section from damage or disfiguration.
Protect existing utilities from damage and disturbance. Provide shoring to support
existing utilities and their support prism or remove and replace utilities where
shoring is not practical. Removing and replacing to be performed per utility
owner’s standards.
Keep excavation free of standing water.
Protect finished Work, pipe, and bedding from damage or displacement until
backfilling operation is in progress.
Protect finished and backfilled work from damage.
INSTALLATION
Excavation, Foundation, and Bedding: In accordance with Sections:
SECTION 31 23 16 – EXCAVATION
SECTION 03 23 23.15 – TRENCH BACKFILL
Connection to Existing System:
Comply with City of Renton Standards.
Remove debris by screening flushing water prior to discharge to existing sewer
system.
Pipe Installation (Gravity Pipe):
Comply with City of Renton and WSDOT Standards.
Follow manufacturer’s installation procedures.
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 6 of 7
Lay pipe to line and grade indicated in Drawings.
Maintain line and grade for straight sections with laser beam operated by
qualified personnel. Check line and grade constantly. If they do not meet
specified limits, stop work immediately and remedy the cause before proceeding.
Provide equipment required to control flow and conveyance of sewage at
connections to existing manholes and at locations where construction disrupts
existing sewer mains.
All PVC and concrete pipe, including side sewer stubs, shall have tracer wire and
sewer tracer tape. Tracer shall be 18 inches below ground level.
SITE TOLERANCES
Variance from established line and grade for gravity sewers shall not be greater than
1/32 of an inch per inch of pipe diameter and or not to exceed ½-inch, provided that
such variation does not result in a level or reverse sloping invert.
Allowable deviation shall not be accumulative.
Sewer shall be constructed to provide the cover and direction of slope as shown.
The slope need not be constant but no high or low points shall exist in finished
installation except as shown.
FIELD QUALITY CONTROL
Tests:
Comply with City of Renton requirements.
Provide all test equipment and personnel to prepare for and perform test.
Perform test after backfilling is complete.
Plug wyes, tees, and stubs with flexible jointed plugs or acceptable alternate.
Fasten securely to withstand internal test pressure.
Perform pump station test with water and check pumping rate.
Inspection:
Comply with City of Renton requirements.
PHILIP ARNOLD PARK BID SET
SECTION 33 31 00 SANITARY SEWER UTILITY 4 May 2022
33 31 00 – Page 7 of 7
Provide for inspection by Engineer after completion of pipe, and bedding, and
prior to backfilling.
CLEANING
Comply with City of Renton and WSDOT requirements.
Prevent debris and foreign matter from entering sewer system. Provide screen at
downstream end of cleaning to trap debris. Remove and dispose of debris.
END OF SECTION
PHILIP ARNOLD PARK BID SET
SECTION 33 40 00 STORM DRAINAGE UTILITY 4 May 2022
33 40 00 – Page 1 of 6
SECTION 33 40 00
STORM DRAINAGE UTILITY
GENERAL
DESCRIPTION OF WORK
The work in this section shall include all labor, materials, tools and equipment
necessary to furnish and install the following storm drainage components and all other
related Work in accordance with the requirements of the Contract Documents and as
shown on the Plans.
Storm Drain Pipe
Catch Basins, Manholes and Area Drains
Underdrain Pipe
Clean Outs
RELATED SECTIONS
SECTION 31 23 16 – EXCAVATION
SECTION 03 30 00 – CAST-IN-PLACE CONCRETE
SECTION 03 21 00 – STEEL REINFORCEMENT
SECTION 31 23 23.15 – TRENCH BACKFILL
REFERENCES
ASTM International (ASTM)
ASTM D1557 (2012) Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort
City of Renton Public Works
Design and Construction Standards Plans (Current Edition)
Washington State Department of Transportation (WSDOT)
(2022) Standard Specifications for Road, Bridge, and Municipal Construction.
Standard Plans for Road and Bridge Construction
PHILIP ARNOLD PARK BID SET
SECTION 33 40 00 STORM DRAINAGE UTILITY 4 May 2022
33 40 00 – Page 2 of 6
SUBMITTALS
Product Data: Catalog cut sheets and specifications for pipe, fittings, manholes, catch
basins, trench drains, castings, treatment systems and accessories.
Manufacturer’s Installation Instructions: Indicate special procedures required to install
products specified.
Manholes and drainage structures to be designed in accordance with the live load
factor requirements in the most current version of ASHTO Standard Specifications for
Highway Bridges.
Where indicated on the drawings, the contractor shall provide information on the
location, elevation, size, and type of existing utilities and provide to the engineer.
Record Documents:
Provide field survey of all inverts and structure lid elevations.
Identify and describe unexpected variations to subsoil conditions not noted on
Drawings.
Identify and describe discovery of uncharted utilities not noted on drawings.
Prepare Record Drawings per City of Renton requirements.
QUALITY ASSURANCE
Qualifications:
Surveyor: Land Surveyor licensed in state of Washington with experience
surveying underground utilities.
Crew Foreman:
Minimum ten years’ working experience and six years’ experience as foreman
performing similar work.
Pre-Installation Meetings:
Schedule and attend meeting prior to beginning work.
Meeting to comply with City of Renton requirements.
Regulatory Requirements: Comply with City of Renton Standards.
PHILIP ARNOLD PARK BID SET
SECTION 33 40 00 STORM DRAINAGE UTILITY 4 May 2022
33 40 00 – Page 3 of 6
PRODUCTS
GENERAL
Comply with City of Renton Standards.
Comply with WSDOT Standard Specifications.
AGGREGATE
Bedding: per SECTION 31 23 23.15 – TRENCH BACKFILL.
Gravel Backfill for Drains: WSDOT 9-03.12(5).
STORM DRAIN PIPE
Pipe, Fittings and Coupling Bands: Per WSDOT Standard Specifications Section 9-05;
use water tight couplings for all pipes.
Acceptable Pipe Materials:
PVC: WSDOT Section 9-05.12.
PERFORATED UNDERAIN PIPE
Pipe, Fittings and Coupling Bands: Per WSDOT Standard Specifications Section 9-05;
use water tight couplings for all pipes.
Acceptable Pipe Materials:
PVC: WSDOT Section 9-05.2(6)
Perforated Corrugated Polyethylene Underdrain Pipe: WSDOT 9-05.2(7)
CATCH BASINS AND INLETS
Comply with City of Renton Standards.
Load rating: Structures to be load rated as indicated on drawings, if not indicated
minimum load rating shall be HS-20.
Catch Basins:
Catch Basin Type 1: City of Renton Standard Plan 200.
PHILIP ARNOLD PARK BID SET
SECTION 33 40 00 STORM DRAINAGE UTILITY 4 May 2022
33 40 00 – Page 4 of 6
METAL CASTINGS
Comply with City of Renton Standards.
Load rating: Castings to be load rated as indicated on drawings, if not indicated
minimum load rating shall be HS-20.
Frame and Cover: Lettering “STORM”.
Locking type.
Grates in pedestrian access areas comply with ADA requirements.
CONCRETE
Minimum f’c of 3,000 psi.
LEAN CONCRETE
WSDOT Standard Specifications Section 6-02.3(2)D.
Concrete Reinforcement: Per SECTION 03 21 00 – STEEL REINFORCEMENT.
AREA DRAINS
Manufacturer and model as indicated on the drawings.
CLEAN OUTS
Per City of Renton standards.
EXECUTION
EXAMINATION
Site Verification of Conditions, Contractor shall:
Verify excavation is ready to receive Work; and excavations, dimensions, and
elevations are as indicated on Drawings.
Verify existing utilities are marked.
Verify erosion control is in place and operating as specified.
PROTECTION
Protection, Contractor shall:
PHILIP ARNOLD PARK BID SET
SECTION 33 40 00 STORM DRAINAGE UTILITY 4 May 2022
33 40 00 – Page 5 of 6
Protect elements surrounding Work from damage or disfiguration.
Protect existing utilities from damage and disturbance. Provide shoring to support
existing utilities and their support prism or remove and replace utilities where
shoring is practical.
Field locate and mark existing utilities, whether shown or not, before construction
and avoid damage or disturbance. Protect, maintain, and repair, where damaged.
For aid in utility location call 811, 48 hours (two working days) before beginning
construction.
Field stake alignment and grade.
Maintain existing drainage during construction. Provide temporary ditches,
drains, pipe, sumps, and pumps as required.
CONSTRUCTION
Excavation, Contractor shall:
Comply with SECTION 31 23 16 – EXCAVATION
Remove stones larger than 2 inches or other hard matter which could damage
piping or impede consistent backfilling or compaction.
Pipe, Contractor shall:
Install per manufacturer’s recommended procedures, ASTM standards, and
WSDOT Standard Specifications.
Maintain line and grade per Drawings.
Join pipe per Manufacturer’s recommended procedures and WSDOT Standard
Specifications.
Catch Basins and Storm Drain Manholes, Contractor shall:
Comply with manufacturers recommendations.
Comply with WSDOT Section 7-05.
Form bottom of excavation clean and smooth to correct elevation.
Place base sections on 12-inch-thickness minimum compacted bedding. Smooth
and level to ensure uniform contact and support. Where sub grade cannot be
PHILIP ARNOLD PARK BID SET
SECTION 33 40 00 STORM DRAINAGE UTILITY 4 May 2022
33 40 00 – Page 6 of 6
compacted due to excess moisture, provide lean concrete pad with minimum 12
inches thick.
Extend bedding to limits of excavation.
Compact bedding to 95 percent of maximum density per ASTM D1557. Verify
alignment and elevation of entering pipes.
Construct structures plumb and level.
Make completed manhole rigid, true to dimensions, and water tight.
Backfill evenly around structure to prevent displacement and unequal stresses.
Ensure lift holes are wet and fill with mortar inside and out.
Smooth and point structure joints inside and out. Ensure water tightness.
Remove loops flush with inside wall surface after manhole is completed for pre-
cast manhole elements where steel loops are provided in lieu of lift holes.
Remove sharp cutoff protrusions. If concrete spalling occurs as a result of loop
removal, restore spalled area to a uniform smooth surface with cement mortar.
Backfilling, Contractor shall:
Comply with 03 23 23.15 – TRENCH BACKFILL.
FIELD QUALITY CONTROL
Compaction Testing: Per SECTION 31 20 00 – EARTHWORK.
Engineer Inspection: After completion of pipe, catch basins, area drains, manholes,
cleanouts, trench drains, and bedding, and before backfilling.
CLEANING
Before final acceptance, flush accumulated construction debris and remove other
foreign matter from storm drains. Do not allow flushed material to enter downstream
system.
END OF SECTION
PHILIP ARNOLD PARK
APPENDIX A
City of Renton Parks & Trails Sign Panel Memorandum
FONT SELECTION
CITY OF RENTON - PARKS & TRAILS SIGN PANEL MEMORANDUM
Arial Bold
Uppercase:
Uppercase:
Lowercase:
Lowercase:
Arial Regular
Letter Spacing:
Letter spacing (kerning) shall be automatic per the standard typeface; Kerning may be adjusted for best fit.
This memo provides design direction and guidance for uniform signage at City of Renton’s parks. Though it provides design
guidance it does not include all detailing. Contractor must submit shop drawing of each sign to show the sign panel, sign
graphics, sign text, sign post/support detail, footings, and connections of sign panel to post(s) for City of Renton approval.
These items should be adapted to each specific park’s context:
1. Design detailing that should be customized include: fastenings, post attachments, post sizing, footings, and
lighting for the entry sign. Double sided signs are shown.
2. Dependent on each park’s needs(location, orientation,visibility), signs may be single sided, in which case the
rear panel would not be included or the rear side could be left blank.
3. Based on the length of park names, entry sign dimensions may need to be adjusted for best fit.
4. Content for signs is shown for illustrative purposes only. Names, icons, text, rules, and all content is determined
by each project and should be verified and approved by the City of Renton.
ABCDEFGHIJKLMNOPQRSTUVWXYZ
ABCDEFGHIJKLMNOPQRSTUVWXYZ
abcdefghijklmnopqrstuvwxyz
abcdefghijklmnopqrstuvwxyz
SIGN PANEL DESIGN
City of Renton - Parks and Trails: Sign Panel Memorandum October 5, 2021 1 of 6
PARK ICONS
The following icons have been selected for City of Renton Park signs. Whenever possible, the icons should be accompanied by
the nomenclature shown below.
City of Renton - Parks and Trails: Sign Panel Memorandum October 5, 2021 2 of 6
PLAYGROUNDBASKETBALL
PATHWAY/TRAIL
RESTROOM
TENNIS COURT
PICNIC AREAPICNIC SHELTERBALLFIELD*A
*G *H
*B *C *D *E *F
* Refer to project contract drawings for placement of park icons
FONTS AND SYMBOLS
PARK ENTRY SIGN
Text/Symbol Font Size
Park Name Arial Bold, All Upper Case 4” Height
Park Address*Arial Regular, Sentence Case 3” Height
“City of Renton” Text Arial Regular, All Upper Case 3” Height
City of Renton Logo -8” Diameter
Park Amenity Symbols -6”x6” Square
MATERIALS
Material Paint Type Protective Finish
Main Panel High-Density-Urethane (HDU), Smooth Surface High Gloss Anti-graffiti, Clear Coat
per Paint Manufacturer
Accent Wave High-Density-Urethane (HDU), Smooth Surface High Gloss Anti-graffiti, Clear Coat
per Paint Manufacturer
City of Renton - Parks and Trails: Sign Panel Memorandum October 5, 2021 3 of 62’ - 4-1/2”3’ - 1”4”
1-1/2”, typ
5’-6”
4”Align left for front view
Min. 4-1/2”;
Verify minimum
clearance based
on site conditions
Post/supporting structure
detail, footing detail, and
connections to Entry Sign
Panel is by project.
Main panel color
HDU material
Accent Wave color
Align right for
rear view4”
2-1/2”, typ
2-1/2”
2”1/2”, typ2”
4”
2”
3-1/4”
1-3/4”
2-3/4”
4”
2”
FRONT ELEVATION
REAR ELEVATION
*Use standard Postal Service abbreviations
SIDE SECTION
Arc Radius: 6’-8”
Arc Length: 2’-8”
Arc Radius: 14’-6-1/2”
Arc Length: 1’-6-3/4”
Arc Radius: 6’-7”
Arc Length: 2’
Arc Radius: 2’-8”
Arc Length: 1’-10-3/4”
= End of Arc
Arc Radius: 19’-2”
Arc Length: 1’-7-3/4”
Arc Radius: 5’-2”
Arc Length: 1’-3-1/2”
ACCENT WAVE DETAIL
PANTONE 647 C Main panel color
PANTONE 11-0601 TCX
PANTONE 11-0601 TCX
PANTONE 4152 C
PANTONE 9 C
PANTONE 7753 C
PANTONE 730 C
PANTONE 7737 C Accent Wave color
Text and Icon color
COLOR PANEL COLORS RENTON CITY LOGO COLORS
City of Renton - Parks and Trails: Sign Panel Memorandum October 5, 2021 4 of 6
WAYFINDING SIGN
FONTS AND SYMBOLS
Text/Symbol Font Size
Park Amenity Text Arial Regular, All Upper Case 2” Height
Arrow Symbols -4”x4” Square
Park Amenity Symbols -4”x4” Square
MATERIALS
Material Size Paint Type Protective Finish
All panels Aluminum 6mm thickness High Gloss Anti-graffiti, Overlaminate
City of Renton - Parks and Trails: Sign Panel Memorandum October 5, 2021 5 of 6
3’, typ
80” Clear Floor & Ground Space, typPer ADAAG4”, typ
2”2”
4”
1-1/2”5-3/4”
1”
4”, typ
4”, typ3/8”, typ
1-1/2”, typ
47°, typ
1/2”, typ
4”, typ
FRONT ELEVATION REAR ELEVATIONSIDE ELEVATION ARROW SYMBOL DETAIL
TYPICAL WAYFINDING PANEL BOTTOM WAYFINDING PANEL (SINGLE PANEL)
2-1/2”EQEQ
1-3/8”, typ
1-1/2”
1-1/2”
1”1”
See Arrow Symbol Detail
Fastener
Location
Symbol
Location:
Full bleed
to 3 sides
Symbol
Location:
Full bleed
to 2 sides
Fastener Location
Arc Radius: 7’-3”
Arc Length: 1’-8-1/4”
Arc Radius: 8’-3”
Arc Length: 1’-8”
Arc Radius: 17’-4”
Arc Length: 1’-4”
Arc Radius: 18’-1/2”
Arc Length: 1’
Corner Radius: 3/8”
Corner
Radius: 3/8”
= End of Arc
Provide two points of attachment per
panel. Fasteners shall be stainless
steel. Sizing and detailing for fasteners
is by project and should be relative to
the post and footing design.
All fasteners shall be stainless steel. Any
nuts, bolt heads, or washers used shall
not damage the finish of the panels.
Post and footing
detail is by project.
Color of posts to
be black.
Accent Wave
PARK RULES SIGN
FONTS AND SYMBOLS
Text/Symbol Font Size Line Spacing
Park Name/Welcome Arial Regular, All Upper Case 3” Height -
Hours of Operation/Sunrise to Sunset/RMC Arial Bold, All Upper Case 1” Height -
Call 911 to report...Arial Bold, Sentence Case 1” Height 1/2”
Except for schedule activities/The following rules Arial Bold, All Upper Case 3/4” Height 1/2”
For more information Arial Bold, Sentence Case 3/4” Height 1/2”
Rules Text Arial Regular, Sentence Case 0.65” Height 0.325”
“City of Renton” Text Arial Regular, All Upper Case 1-1/2” Height 1”
City of Renton Logo -6” Diameter -
MATERIALS
Material Size Paint Type Protective Finish
All panels Aluminum 6mm thickness High Gloss Anti-graffiti, Overlaminate
City of Renton - Parks and Trails: Sign Panel Memorandum October 5, 2021 6 of 66’, typ4’-10”2-1/2”
2-1/2”2’4”8”
3’-0”
3”
1-3/4”
2-3/4”
2-1/2”1-1/2”, typ
3-1/4”1”
1-1/4”
1-3/4”
1-1/4”1”
1”2-1/2”1-1/2”
1’-2-5/8”
3/4”2-3/8”
1-3/4”
2”
1-1/2”
Align left for
front view
Post and footing
detail is by project.
Color of posts to
be black.
Text taken from
existing rule sign.
To be confirmed by
City of Renton
1. Provide minimum four points of
attachment per panel. Sizing
and detailing for fasteners is by
project and should be relative to
the post and footing design.
2. All fasteners shall be stainless
steel. Any nuts, bolt heads, or
washers used shall not damage
the finish of the panels.
Align right for
rear view
Arc Radius: 2’-4”
Arc Length: 11-1/4”
Accent
Wave
Arc Radius: 1’-6”
Arc Length: 7-3/4”
Arc Radius: 3’-6-1/2”
Arc Length: 5-3/4”
Arc Radius: 2’-7-1/4”
Arc Length: 2’-3”
Notes:
Arc Radius: 2’-5”
Arc Length: 1’-8-1/2”
ACCENT WAVE
FRONT ELEVATION REAR ELEVATION SIDE ELEVATION
= End of Arc
Min. 10-1/2”;
Verify minimum
clearance based
on site conditions
PHILIP ARNOLD PARK
APPENDIX B
Geotechnical Design Recommendations for Philip Arnold Park
GEOTECHNICAL ENGINEERING REPORT
PHILIP ARNOLD PARK IMPROVEMENTS
720 Jones Avenue South
Renton, Washington
Project No. 2294.01
27 October 2020
Prepared for:
City of Renton Parks Department and
Hough Beck & Baird, Inc.
Prepared by:
Geoprofessional Consultants
19019 36th Avenue W., Suite E
Lynnwood, WA 98036
TABLE OF CONTENTS
INTRODUCTION .................................................................................................................................1
PROJECT INFORMATION .....................................................................................................................1
Site Location ..................................................................................................................................1
Project Description .........................................................................................................................1
SITE HISTORY .....................................................................................................................................2
SITE CONDITIONS ...............................................................................................................................2
Surface Conditions .........................................................................................................................2
Subsurface Conditions ....................................................................................................................3
Groundwater .................................................................................................................................5
CONCLUSIONS AND RECOMMENDATIONS ..........................................................................................5
General Geotechnical Considerations ..............................................................................................5
Geologically Hazardous Areas .........................................................................................................6
Earthwork ......................................................................................................................................9
Site Preparation .............................................................................................................................9
Structural Fill Placement and Compaction ..................................................................................... 11
Utility Installation Recommendations ........................................................................................... 13
Shallow Foundation Design Recommendations and Considerations ............................................... 14
Retaining Walls ............................................................................................................................ 16
Light Pole Foundations ................................................................................................................. 17
Seismic Design Parameters ........................................................................................................... 17
Stormwater Infiltration Considerations ......................................................................................... 18
Erosion Control ............................................................................................................................ 21
Pavement ........................................................................................................................................ 21
CLOSURE .......................................................................................................................................... 22
FIGURES
Figure 1 – Site and Exploration Plan
APPENDICES
Appendix A – Subsurface Exploration Procedures and Logs
Appendix B – Laboratory Testing Procedures and Results
Page | 1
GEOTECHNICAL ENGINEERING REPORT
PHILIP ARNOLD PARK IMPROVEMENTS
720 JONES AVENUE SOUTH
RENTON, WASHINGTON
Project No. 2294.01
27 October 2020
INTRODUCTION
This geotechnical engineering exploration and analysis has been completed for the proposed improvements
at Philip Arnold Park in Renton, Washington. Seven borings and three test pit/infiltration test explorations
were completed to depths ranging from approximately 3.5 feet to 11.5 feet below the existing ground surface
to evaluate subsurface conditions. Three shallow hand auger borings were also completed extending to
depths of about six inches for the purpose of determining stripping depths near proposed basketball court
improvements. Descriptive logs of the explorations are included in Appendix A and Appendix B contains a
summary of laboratory testing procedures and results.
PROJECT INFORMATION
Site Location
The project site (Phillip Arnold Park) comprises two adjoining parcels (King County Parcel Nos. 202305-
9059 and 00072-0175) atop historic Renton Hill at 720 Jones Avenue South in Renton, Washington. The
site is located directly southeast of the Beacon Way South and Jones Avenue South intersection. The
triangular-shaped property encompasses 10.71 acres and is bordered by Jones Avenue South to the west,
Beacon Way South to the northeast, and by Puget Sound Energy powerline easements and undeveloped
land to the southeast. The project site is illustrated on the Site and Exploration Plan, Figure 1.
Project Description
Plans available at the time this report was prepared indicate that several improvements are proposed in
the western half of the property. Site improvements are expected to include:
• Looped ADA accessible walkways throughout the western site area and the possible installation
of two culverts below the proposed walkway;
• A short pedestrian bridge along the new trail as an alternative to the culverts;
• Several new retaining walls which are expected to be 2.25 feet tall in exposed height or less;
• Removal of the existing activity building and replacement with parent plaza, shelter, and Portland
loo restroom;
• Playground replacement;
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 2
• Basketball court renovation and installation of terraced seating;
• Parking lot pavement repairs;
• New park signage and new or relocated light poles, and;
• Upgraded utility services and improved site drainage and stormwater management including
infiltration features.
SITE HISTORY
The property was clear cut as part of initial park development and based on site topography, the site
appears to have been graded by performing cuts in the eastern site area and grading material toward the
west. The presence of fill material in the western site area was evidenced by fills up to approximately 4.5
feet deep encountered within two of our borings (B-1 and B-4).
The surrounding historic Renton Hill area supported coal mining operations and the main portal led to
associated shafts and adits extending below the park. The historic Renton hill coals were first discovered
in 1873, and coal mines were operated until 1920, resulting in 1.3 million tons of coal removed. As a result
of coal mining operations in the area, the site is located within a “moderate” coal mine hazard as defined
by the City of Renton. Further discussion regarding the associated coal mine hazard can be found in the
Geologically Hazardous Areas section of this report.
SITE CONDITIONS
Surface Conditions
The subject site includes irregular inclinations across the site ranging from relatively level conditions to
slopes inclined as high as 50 percent. The property includes approximately 63 feet of total elevation
change grading from about 436 feet in the eastern site margin to about 373 feet in the northwestern site
margin. The baseball field and surroundings in the east-central site area includes relatively level
conditions. Site topography west and southwest of the baseball field is relatively gentle ranging from
inclinations of about 3 percent to 26 percent, with the steepest slopes west of the baseball field being
located west and southwest of the existing playground. Site topography east and southeast of the baseball
field includes steeper slopes ranging from inclinations of about 26 to 50 percent. Some of the site slopes
are mapped by the City of Renton as meeting the City definition for regulated steep slopes and landslide
hazard areas; further discussion regarding site slopes can be found in the Geologically Hazardous Areas
section of this report.
The site surface is primarily covered by landscaped grass, with some brambles surrounding the existing
basketball court and northwestern park sign, and deciduous trees scattered across the western half of the
property. Existing trees on the property will remain in place as part of proposed improvements.
The site includes two asphalt paved parking lots, the main parking lot being located in the northern site
area with ingress and egress provided by Beacon Way South. A smaller four-vehicle hammerhead-shaped
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 3
asphalt paved parking lot is located in the west-central site area with ingress and egress provided by Jones
Avenue South.
The site also includes areas with concrete walkways extending from the main parking lot to the existing
activity building and playground, an asphalted basketball court, an asphalted tennis court, imported sand
material surfacing the baseball infield, and an existing playground surfaced with engineered wood fiber.
Subsurface Conditions
Local Geologic Conditions
The publication Geologic Map of the Renton Quadrangle, King County, Washington (USGS, GQ 405, 1965)
indicates that the subject site has been mapped as containing glacially consolidated ground moraine
deposits (Qgt) in the northern and eastern site areas, with recessional stratified kame deposits (Qik)
mapped in the central and western site areas. The ground moraine deposits are otherwise known as
glacial till, which are glacially consolidated and heterogenous soils consisting of a mixture of clay, silt, sand,
gravel, cobbles, and boulders in varying amounts. Glacial till is colloquially termed “hardpan” in western
Washington due to its compact and dense nature resulting from the deposit forming below the
overburden of historical glaciers. As a result of the soil density and high fines content, such deposits
typically include very low permeability potential. The recessional stratified kame deposits are outwash
sands consisting of pebbly sand and gravels which were deposited in high energy glaciofluvial
environments as the historic Puget glacial lobe receded. Granular outwash soils may have a relatively
high permeability due to their low fines content (the soil fraction passing the US No. 200 sieve). Such
deposits are major sources of construction materials in the Renton uplands east of the Green River Valley.
The above-referenced map delineates an irregular contact between the glacial till and recessional kame
deposits; in general the recessional kame deposits are mapped in the central and western site areas,
including the majority of the baseball field, playground area, and tennis courts. Glacial till is mapped in
the northern and eastern site areas including the areas east of the baseball field, the basketball court,
northern parking lot, and existing activity building.
We completed seven borings to approximately 11.5 feet, and three test pits between approximately 3.5
and 5 feet to characterize subsurface conditions on the property. Subsurface conditions disclosed by the
borings and test pits are generally consistent with the published mapping, except outwash sands were
encountered at the locations of B-4, B-5, B-6, and TP-2/IT-2, indicating that outwash sand and gravel
deposits extend further north than depicted on the published geologic mapping. The outwash sands are
a younger soil unit than the glacial till. Glacial till was not encountered in our explorations except for TP-
1/IT-1 and B-7 which were completed in the northeastern site area by the park sign. Seven of our
explorations also disclosed a limited amount of undocumented fill material above the native soils at the
subject site.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 4
The soil descriptions presented below have been generalized for ease of report interpretation. Please
refer to the exploration logs in Appendix A for detailed soil descriptions at the exploration locations.
Variations in subsurface conditions may exist between the exploration locations and the nature and extent
of variations between the explorations may not become evident until additional explorations are
completed or until construction. Subsurface conditions at specific locations are summarized below.
Fill: Seven of the borings and test pits disclosed undocumented fill material to depths of approximately
1.5 to 4.5 feet extending below the ground surface. Topsoil was not directly observed below sod, the
likely result of previous stripping during initial park development. In particular, the deepest fills were
encountered at the locations of borings B-1 and B-4. The fill material typically consisted of loose, moist,
brown, silty sand some gravel, with fine organic material, thin roots, and scattered materials such as glass,
concrete, and wood fragments, the origin of which is unknown. It should be noted that the composition
and depth of uncontrolled fill material may vary over relatively short distances. The following table
provides approximate depths and fill materials encountered at exploration locations:
Summary of Fill Material Observations
Exploration Approximate
depth of fill (feet)
Fill material description
B-1 4.5 Silty SAND some gravel, thin root intrusions, wood fragments
B-2 1.5 Silty SAND some gravel, thin root intrusions
B-3 1.5 Silty SAND some gravel, thin root intrusions
B-4 4.5 Silty SAND some gravel, thin root intrusions
B-7 1.5 Silty SAND some gravel, thin root intrusions
TP-1/IT-1 1.5 Silty SAND gravel, thin root intrusions, concrete and wood
fragments
TP-3/IT-3 2.5 SAND with silt and gravel, thin root intrusions, trace organics,
glass fragments
Outwash Deposits: Outwash soils were encountered at every exploration location besides B-7 and
TP-1/IT-1, which were conducted in the north site corner. Such soils were encountered to the terminus
of each exploration below fill material where present. The outwash typically consisted of medium dense
to dense, moist, brown, sand with varying amounts of silt and gravel. Based on the low fines content of
these soils and our in situ infiltration testing, the outwash has a moderate permeability.
Glacial Till: Glacial till was only encountered in explorations TP-1/IT-1 and B-7, which were conducted in
the northwestern site corner by the existing park sign. Glacial till was encountered below fill material at
the exploration locations and extended to the terminus of exploration. The glacial till consisted of medium
dense to dense, brownish gray, silty sand with gravel including weak cementation and light soil mottling
throughout. Glacial till is located stratigraphically below the outwash sand deposits.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 5
Groundwater
Groundwater was observed while drilling two of the seven borings (B-2 and B-6). We observed
groundwater at a depth of about 6.5 feet below existing grades while advancing B-2 and at a depth of
about 9 feet below existing grades while advancing B-6. The groundwater was encountered within the
relatively permeable outwash soils. Groundwater was not encountered within the lowest elevation boring
B-7 where impermeable glacial till soils were encountered. Because the outwash is stratigraphy above the
glacial till soils, the groundwater encountered during exploration is interpreted to represent a perched
groundwater condition which may be occurring within the permeable sands due to the presence of
hydraulically restrictive soils at greater depth.
Based on our review of the Department of Ecology’s well report map, it does not appear that active public
or private wells are located within one-quarter mile of the property.
It should be noted that groundwater conditions will likely vary seasonally and in response to precipitation
events, land use, and other factors, and its occurrence will be influenced by the composition and
density/consistency of native material, in particular. In general, seasonal high groundwater in western
Washington occurs toward the end of the local wet season, typically around the end of May. Groundwater
will also be influenced by landscape irrigation which was occurring at the time the field exploration took
place.
CONCLUSIONS AND RECOMMENDATIONS
General Geotechnical Considerations
Based on information gathered during the field exploration, laboratory testing, and analysis, we conclude
that construction of the proposed improvements is feasible from a geotechnical perspective provided
that the recommendations presented herein are followed during design and construction. Selected
aspects of the site conditions that should be considered during design and construction are summarized
below.
• The relatively clean nature of the native outwash sand soils may be considered favorable from
the stormwater management perspective in that the soils have a moderate permeability.
• Existing grass and sod should be stripped below proposed improvements, as well as loose or
unsuitable fills encountered during grading.
• It will be feasible to use the native granular outwash soils with a low fines content as structural
fill, negating the need to import these materials. Glacial till may be used as structural fill, although
the material should be considered highly moisture-sensitive.
• Some of the existing fill material and the native glacial till has a relatively high fines content and
should be considered highly moisture sensitive. Attempting to grade soils with a high fines
content will be difficult, if not impossible, during wet weather.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 6
Geotechnical engineering recommendations for site grading, drainage, foundations, and other
geotechnically-related aspects of the project are presented in the following sections. The
recommendations contained in this report are based upon the results of and the field exploration,
laboratory testing, engineering analyses, review of historical documents, and our current understanding
of the proposed project design. ASTM and WSDOT specification codes cited herein refer to the current
manual published by the American Society for Testing & Materials and the 2018 edition of the WSDOT
Standard Specifications for Road, Bridge, and Municipal Construction (Publication M41-10).
Geologically Hazardous Areas
In general accordance with Chapter 4-3-050E.1 of the Renton Municipal Code (RMC), we utilized existing
site plans, City maps, and online mapping applications to determine the presence of regulated geologically
hazardous areas in the project vicinity. The maps are utilized as a general guide and the actual presence
or absence and classification of critical areas on a specified site is determined in the field by qualified
consultants. Our conclusions regarding geologically relevant hazardous areas are presented below, with
italics indicating code definitions and our response:
Steep Slopes Areas
The City of Renton characterizes regulated steep slope areas into two categories, sensitive slopes and
protected slopes. These categories are defined in the RMC as shown below:
• Sensitive Slopes: A hillside, or portion thereof, characterized by:
(a) an average slope of twenty five percent to less than forty percent as identified in the City of
Renton Steep Slope Atlas or in a method approved by the City;
(b) an average slope of forty percent or greater with a vertical rise of less than fifteen feet as
identified in the City of Renton Steep Slope Atlas or in a method approved by the City, or;
(c) abutting an average slope of twenty five percent to forty percent as identified in the City of
Renton Steep Slope Atlas or in a method approved by the City. This definition excludes engineered
retaining walls.
• Protected Slopes: A hillside, or portion thereof, characterized by an average slope of forty percent
or greater grade and having a minimum vertical rise of fifteen feet as identified in the City of
Renton Steep Slope Atlas or in a method approved by the City.
Based on our review of City mapping, several areas on the site are mapped as including steep slope areas.
In particular, the slope complex south/southwest of the existing playground and east/southeast of the
baseball field are mapped as regulated slopes.
Based on our review of site topography, the slopes south/southwest of the existing playground area
include average slopes of approximately 26 percent with vertical rise up to approximately 14 feet, but the
majority of the slope includes 10 feet or less of total vertical rise. As such, the slope complex meets criteria
A for sensitive slopes due to including average slopes of 25 percent to less than 40 percent. In accordance
with RMC 4-5-050.G.2, sensitive slope do not include mandated buffers and the buffers and setbacks are
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 7
determined based upon the results of a geotechnical report. Proposed improvements near the slope
includes a reflexology path offset approximately 15 feet from the top of slope, a concrete pathway
extending through the slope complex, two culverts below the proposed concrete pathway or a small
pedestrian bridge in lieu of culverts, and retaining walls approximately 2 or less feet in exposed vertical
height. The proposed improvements will require removal of grass and sod, limited excavation to establish
grades, and shallow fills to establish final grades.
Two retaining walls are proposed within the south/southwestern steep slope complex. One retaining wall
is proposed north of the existing tennis court, the other retaining wall located north of the hammerhead
parking lot adjacent to Jones Avenue South. Both retaining walls are positioned along the downgradient
side of the proposed concrete pathway and will likely require shallow cuts followed by backfill behind the
walls to establish grades for the concrete pathway. Both walls will be 2 or less feet in exposed vertical
height and include some embedment. Two culverts are proposed below the concrete pathway in
proximity to the mentioned retaining walls. The culverts are positioned on or near the steep slope
complex. The culverts will likely require shallow cuts to prepare subgrade and fills along the exterior to
establish final grades for the concrete pathway. If the pedestrian bridge alternative is selected, there will
be no culvert installation, just shallow foundations for the bridge.
Provided proper erosion control measures are in place during construction along the sensitive slope, it is
our opinion that the proposed construction can be undertaken safely without adversely affecting slope
stability. In accordance with RMC 4-5-050.F.2, the proposed improvements will not increase the threat of
the geologic hazard to adjacent properties, will not adversely impact other critical areas on the site, and
proposed development can be safely accommodated on the site. In accordance with RMC 4-5-050.G.5.g,
ZGA anticipates that we will provide on-site inspection during construction on or near the sensitive slope
complex.
Based on review of site topography, the slope complex east/southeast of the existing baseball field include
average slopes of approximately 34 percent with vertical rise up to approximately 16 feet, several isolated
areas include slope inclinations up to about 50 percent. As such, the slope complex meets criteria A and
C for sensitive slopes due to including average slopes of 25 percent to less than 40 percent, and including
limited steeper areas which abut slopes that average between 25 percent and 40 percent. This slope
appears to have been created via previous grading, in our opinion. The nearest proposed improvements
to the sensitive slope include parking lot pavement repairs in the limits of the northern asphalted parking
lot. The proposed work will not disturb any material along the sensitive slope and the sensitive slope area
will remain in its existing condition during and after construction. In accordance with RMC 4-5-050.F.2,
the proposed improvements will not increase the threat of the geologic hazard to adjacent properties,
will not adversely impact other critical areas, and proposed development can be safely accommodated
on the site, in our opinion.
Landslide Hazard Areas
The City of Renton characterizes landslide hazard areas into four distinct categories, as defined below:
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 8
• Low Landslide Hazard: Areas with slopes less than fifteen percent.
• Medium Landslide Hazard: Areas with slopes between fifteen percent and forty percent and
underlain by soils that consist largely of sand, gravel or glacial till.
• High Landslide Hazards: Areas with slopes greater than forty percent, and areas with slopes
between fifteen percent and forty percent and underlain by soils consisting largely of silt and clay.
• Very High Landslide Hazards: Areas of known mapped or identified landslide
Based on our review of on-line City mapping, the slope complex east/southeast of the southeast portion
of the baseball field is mapped as including a landslide hazard. As discussed in the previous section, the
slope has average inclinations of approximately 34 percent with a vertical rise up to approximately 16
feet, with isolated areas include inclinations up to about 50 percent. Based on our subsurface exploration
and geologic mapping, the area likely includes sand, gravel, or glacial till soils. Therefore, the slopes meet
the definition of a medium landslide hazard due to including areas within slopes between 15 and 40
percent which are underlain by soils that consist of sand, gravel, or glacial till. In accordance with RMC 4-
5-050.G.2, medium landslide hazard areas do not include mandated buffers and the buffers and setbacks
are provided based upon the results of a geotechnical report. The nearest proposed improvements to the
slope include parking lot pavement repairs to the northern parking lot. The proposed work will not disturb
the landslide hazard area during construction, and the slope will remain in its current state throughout
and following construction. In accordance with RMC 4-5-050.F.2, the proposed improvements will not
increase the threat of the geologic hazard to adjacent properties, will not adversely impact other critical
areas, and proposed development can be safely accommodated on the site, in our opinion.
Coal Mine Hazard Areas
The City of Renton characterizes coal mine hazard areas into three distinct categories, as defined below:
• Low Coal Mine Hazards: Areas with no known mine workings and no predicted subsidence. While
no mines are known in these areas, undocumented mining is known to have occurred.
• Medium Coal Mine Hazards: Areas where mine workings are deeper than two hundred feet for
steeply dipping seams, or deeper than fifteen times the thickness of the seam or workings for
gently dipping seams. These areas may be affected by subsidence.
• High Coal Mine Hazard: Areas with abandoned and improperly sealed mine openings and areas
underlain by mine workings shallower than two hundred feet in depth for steeply dipping seams,
or shallower than fifteen times the thickness of the seam or workings for gently dipping seams.
These areas may be affected by collapse or other subsidence.
Based on our review of City mapping, the entirety of the subject site is mapped within a medium coal
mine hazard resulting from historical coal mine activities occurring in historic Renton hill. Based on our
review of coal mine mapping of historic Renton Hill, the subject site is located approximately 2,150 feet
east of the main coal mine entry near what is now I-405. The main slope extends at an approximate 10-
degree slope into Renton Hill. Based on the elevations of the site and the approximate elevation of the
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 9
portal, we estimate that coal mine activities were occurring at depths of approximately 720 feet and
greater below the existing ground site surface. As such, the subject site meets the City definition for
medium coal mine hazard areas due to including mine workings deeper than fifteen times the thickness
of the seam or workings for gently dipping seams.
Given the depth of coal mine workings, it is our opinion that the risk of trough subsidence affecting the
site is low. Based on our review of LiDAR imagery utilizing the King County online iMap tool, subsidence
features such as sinkholes or ground cracking were unidentifiable on the site or surrounding area. Given
the minimal extent of site improvements, distance from coal mine workings, lack of evidence for known
coal mine workings near surface, and lightly loaded nature of improvements, it is our opinion that
mitigation for coal mine hazards is unnecessary.
In accordance with RMC 4-5-050.G.2, medium coal mine hazard areas do not include mandated buffers
and the buffers and setbacks are provided based upon the results of a geotechnical report. In accordance
with RMC 4-5-050.F.2, the proposed improvements will not increase the threat of the geologic hazard to
adjacent properties, will not adversely impact other critical areas, and proposed development can be
safely accommodated on the site, in our opinion. In accordance with RMC 4-5-050.G.5.i.ii, any coal mine
hazards found during any development activities shall be immediately reported and coal mine hazards
shall be mitigated prior to recommencing reconstruction.
Earthwork
The following sections present recommendations for site preparation, subgrade preparation and
placement of engineered fills on the project. The recommendations presented in this report for design
and construction of foundations and slabs are contingent upon following the recommendations outlined
in this section.
Earthwork on the project should be observed and evaluated by a ZGA representative. Evaluation of
earthwork should include observation and testing of structural fill, subgrade preparation, foundation
bearing soils, and subsurface drainage installations.
Site Preparation
Existing Structure Removal: The site includes a community center and restroom building which will be
demolished. We recommend that any existing foundation elements or other below grade structures that
may be present be removed from the building footprint. Void spaces remaining from demolition and
foundation element removal should be filled in accordance with the recommendations in the Structural
Fill Placement and Compaction section of this report.
Stripping: In preparation for grading we recommend removal of all existing surficial vegetation (brambles
and grasses) from the limits of proposed improvements. Based on our subsurface exploration, we
estimate that grass and sod stripping will be limited to approximately three to five inches. Our subsurface
exploration did not encounter highly organic topsoil-like material below sod, the likely result of previously
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 10
completed stripping during initial park development. Please note that the depth of surficial organics soils
is likely to vary across the site.
As part of park improvements, the basketball court will be renovated, and nearby brambles will be
removed, and grass sod stripped. As part of our subsurface exploration we performed three hand auger
borings to determine stripping depths in the proximity of the basketball court where the scramble is
proposed. Based on our subsurface exploration, we estimate that grass and sod stripping in the area will
be limited to approximately three to five inches. Subgrades for the new bleachers planned near the
basketball court should be verified by a ZGA representative to verify that at least medium dense properly
prepared fill or native soil is present.
Existing Fill Removal: Site preparation may include selective removal of existing undocumented fill
material containing organics or deleterious debris at the proposed retaining walls, plaza, shelter, Portland
loo, pedestrian bridge foundations, and walkways. The presence and depth of fill across the site varies
from approximately 1.5 to 4.5 feet below existing grades. The fill material typically consisted of loose,
moist, brown, silty sand some gravel, with fine organic material, thin roots, and scattered materials such
as glass, concrete, and wood fragments. The deepest fills were observed at B-1 and B-4 which disclosed
fill to approximately 4.5 feet. B-1 was performed near a proposed culvert in the southern site area directly
north of the tennis courts, and B-4 was completed near the proposed plaza. As such, these areas may
require the most fill removal if necessary. A ZGA representative should verify the condition of subgrade
soils to ensure that at least medium dense properly prepared fill or native soil are present.
Variation in the fill depth and composition, and the depth of organics possibly below the fill, should be
expected. These materials should be evaluated during construction and removed as necessary under the
observation of a ZGA representative. Our representative will identify unsuitable materials that should be
removed and those that may be re-used as structural fill. The resultant excavations should be backfilled
in accordance with the subsequent recommendations for Structural Fill Placement and Compaction.
Specific recommendations regarding removal of existing fill material at foundation and slab locations are
provided subsequently in association with foundation design and construction recommendations.
Site Preparation Scheduling: We understand that construction is anticipated to begin in 2021. We
recommend that site preparation activities take place in the drier summer months if possible. Operating
wheeled and tracked equipment when the existing moisture-sensitive surficial soils are wet will result in
significant disturbance of the soil and this may require its removal and increase construction costs.
Completion of site preparation and grading under dry site and weather conditions will reduce the
potential for disturbance of the moisture-sensitive soils and reduce the likelihood of subgrade disturbance
and the need to replace disturbed soils with other granular fill material.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 11
Structural Fill Placement and Compaction
Construction of proposed retaining walls, pathways, culverts, and structures will require placing limited
structural fills to establish final grades. All fill material should be placed in accordance with the
recommendations herein for structural fill. Prior to placement, the surfaces to receive structural fill should
be observed by a ZGA representative to verify that at least medium dense properly prepared fill or native
soil is present. In the event that soft or loose soils are present at the subgrade elevation, the soils should
be compacted to a firm and non-yielding condition and to at least 95 percent of the modified Proctor
maximum dry density (ASTM D 1557) prior to placing structural fill. This may require partial to complete
removal of existing material and replacing it as compacted structural fill. In the event that the soil cannot
be adequately compacted, they should be removed as necessary and replaced with granular fill material
at a moisture content that allows its compaction to the recommended density.
The suitability of soil for use as structural fill depends primarily on the gradation and moisture content of
the soil when it is placed. As the amount of fines (that soil fraction passing the US No. 200 sieve) increases,
soil becomes increasingly sensitive to small changes in moisture content and adequate compaction
becomes more difficult, or impossible, to achieve. Generally, soils containing more than about 5 percent
fines by weight (based on that soil fraction passing the US No. 4 sieve) cannot be compacted to a firm,
non-yielding condition when the moisture content is more than a few percent from optimum. The
optimum moisture content is that which yields the greatest soil density under a given compactive effort.
Re-use of On-site Soils: Soils expected to be encountered in excavations across the site include native
glacial till, outwash, and existing fill material. The materials typically consist of sand with a variable silt
and gravel content, with the outwash including the least amount fines and the glacial till including the
most. We anticipate that it will be feasible to re-use the outwash with a lower fines content under a
relatively wide variety of weather conditions, but use of soils with more than about 5 percent fines will
depend on the weather conditions at the time of placement and compaction. The native outwash is well-
suited for use as structural fill. Please note that native glacial till and existing fill material may contain a
relatively high silt content. Unless grading takes place during relatively dry weathers, using these materials
as structural fill could be difficult due to the high fines content and moisture sensitivity. Re-using over-
optimum soils during periods of wetter, cooler weather would likely require stabilization with Portland
cement.
We recommend that site soils used as structural fill have less than 4 percent organics by weight and have
no woody debris greater than ½ inch in diameter. We recommend that all pieces of organic material
greater than ½ inch in diameter be picked out of the fill before it is compacted. Organic-rich soil derived
from earthwork activities should be used in landscaping areas or be wasted from the site.
Imported Structural Fill: Imported structural fill may be required due to weather, wet soil conditions, or
other reasons. The appropriate type of imported structural fill will depend on the prevailing weather
conditions. During extended periods of dry weather when soil moisture can be controlled, we recommend
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 12
that imported fill meet the requirements of Common Borrow, Options 1 or 2, as specified in Section 9 -
03.14(3) of the Washington State Department of Transportation, Standard Specifications. During wet
weather, higher-quality (lower fines content) structural fill might be required, as Common Borrow may
contain sufficient fines to be moisture sensitive. During wet weather we recommend that imported
structural fill meet the general requirements of Gravel Borrow as specified in Section 9-03.14(1) of the
WSDOT Standard Specifications although we recommend that the fines content be limited to 5 percent
based on the soil fraction passing the ¾-inch sieve.
Compaction Recommendations: Structural fill should be placed in horizontal lifts and compacted to a firm
and non-yielding condition using equipment and procedures that will produce the recommended
moisture content and densities throughout the fill. Fill lifts should generally not exceed 10 inches in loose
thickness, although the nature of the compaction equipment in use and its effectiveness will influence
functional fill lift thicknesses. Recommended compaction criteria for structural fill materials, are as
follows:
Soil Compaction Recommendations
Location Minimum Percent Compaction*
Below foundations and slabs 95
Under pavements and sidewalks 95
Fill sections of the site 95
Trenches, foundation, slab, and retaining wall backfill 95
All other non-structural areas 90
* ASTM D 1557 Modified Proctor Maximum Dry Density
Earthwork may be difficult or impossible during periods of elevated soil moisture and wet weather . If
soils are stockpiled for future use and wet weather is anticipated, the stockpile should be protected with
plastic sheeting that is securely anchored.
Subgrade soils that become disturbed due to elevated moisture conditions should be overexcavated to
expose firm, non-yielding, non-organic soils and backfilled with compacted structural fill. We recommend
that the earthwork portion of this project be completed during extended periods of dry weather if
possible. If earthwork is completed during the wet season (typically November through May) it will be
necessary to take extra precautionary measures to protect subgrade soils. Wet season earthwork may
require additional mitigative measures beyond that which would be expected during the drier summer
and fall months. This could include diversion of surface runoff around exposed soils and draining of
ponded water. Once subgrades are established, it will be necessary to protect the exposed subgrade soils
from construction traffic during wet weather. Placing quarry spalls or crushed recycled concrete over
these areas would further protect the soils from construction traffic. Protection of subgrades should be
expected in the portions of the site where native glacial till and existing fill with higher fines content are
present at shallow depths.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 13
If earthwork takes place during freezing conditions, we recommend allowing the exposed subgrade to
thaw and then recompacting the subgrade prior to placing subsequent lifts of engineered fill. Frozen soil
should not be used as structural fill.
Drainage: Positive drainage should be provided during construction and maintained throughout the life
of the project. Uncontrolled movement of water into trenches or foundation and slab excavations during
construction should be prevented. Final site grades should be sloped to carry surface water away from
the building and other drainage-sensitive areas. Additionally, site grades should be designed such that
concentrated runoff on softscape surfaces is avoided.
Utility Installation Recommendations
Below-grade utilities are expected to include conduits and storm drain piping and structures. We
recommend that utility trenching conform to all applicable federal, state, and local regulations, such as
OSHA and WISHA, for open excavations. The existing native soils in the park footprint are generally
expected to be adequate for support of utilities.
All trenches should be wide enough to allow for compaction around the haunches of the pipe. If water is
encountered in the excavations, it should be removed prior to fill placement. Materials, placement and
compaction of utility trench backfill exclusive of CDF should be in accordance with the recommendations
presented in the Structural Fill section of this report. In our opinion, the initial lift thickness should not
exceed one foot unless recommended by the manufacturer to protect utilities from damage by
compacting equipment. Light, hand operated compaction equipment may be utilized directly above
utilities if damage resulting from heavier compaction equipment is of concern.
Dewatering: Depending upon the time of year that the work takes place and the depth of the utilities,
excavations may encounter perched groundwater. The contractor should be prepared to pump water
from excavations as necessary to maintain a relatively dry trench condition. We anticipate that the
likelihood of encountering water in excavations will be highest in in proximity to the locations of B-2 and
B-6, where groundwater was encountered at depths of approximately 6.5 feet and 9 feet, respectively,
during our subsurface exploration conducted during the dry season.
Temporary and Permanent Slopes: We recommend that utility trenching, installation, and backfilling
conform to all applicable Federal, State, and local regulations such as WISHA and OSHA regulations for
open excavations. In order to maintain the function of any existing utilities that may be located near
excavations, we recommend that temporary excavations not encroach upon the bearing splay of existing
utilities, foundations, or slabs. The bearing splay of structures and utilities should be considered to begin
at the edge of the utility, foundation, or slab and extend downward at a 1H:1V (Horizontal:Vertical) slope.
If, due to space constraints, an open excavation cannot be completed without encroaching on a utility,
we recommend shoring the new utility excavation with a slip box or other suitable means that provide for
protection of workers and that maintain excavation sidewall integrity to the depth of the excavation.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 14
Temporary slope stability is a function of many factors, including the following:
• The presence and abundance of groundwater;
• The type and density of the various soil strata;
• The depth of cut;
• Surcharge loadings adjacent to the excavation;
• The length of time the excavation remains open.
It is exceedingly difficult to pre-establish a safe and “maintenance-free” temporary cut slope angle.
Therefore, it should be the responsibility of the contractor to maintain safe slope configurations since the
contractor is continuously at the job site, able to observe the nature and condition of the cut slopes, and
able to monitor the subsurface materials and groundwater conditions encountered. It may be necessary
to drape temporary slopes with plastic or to otherwise protect the slopes from the elements and minimize
sloughing and erosion. We do not recommend vertical slopes or cuts deeper than 4 feet if worker access
is necessary. The cuts should be adequately sloped or supported to prevent injury to personnel from local
sloughing and spalling. The excavation should conform to applicable Federal, State, and local regulations.
Based upon our review of WAC Chapter 296-155-66401 (Appendix A – Soil Classification), we have
interpreted the existing fill and outwash soils disclosed by the explorations and likely to be present in most
excavations as consistent with the Type C definition. We interpret the native glacial till only encountered
in the northwestern site area as consistent with the Type A definition. The contractor should be
responsible for determining soil types in all excavations at the time of construction and should be
prepared to adequately shore or slope all excavations. Please note that some of the granular soils have a
low fines content and that unsupported excavation sidewalls in these soils may slough or cave.
We recommend that all permanent cut or fill slopes constructed in native or properly compacted fill soils
be designed at a 2H:1V (Horizontal:Vertical) inclination or flatter. All permanent cut and fill slopes should
be adequately protected from erosion both temporarily and permanently.
Shallow Foundation Design Recommendations and Considerations
We anticipate that new structures (shelter, plaza, retaining walls, and pedestrian bridge) may be
supported by conventional shallow spread footings. Native granular soils, existing fill soils with no more
than about 3 percent organics and lacking deleterious debris that are at least medium dense, and properly
compacted structural fill are adequate for support of shallow foundations.
Based on conditions observed at the locations of borings completed at or near the proposed shelter and
plaza locations, we anticipate that foundation subgrade soils for the shelter will largely consist of dense
native sand with a variable silt and gravel content. We anticipate that foundation subgrade soils for the
proposed plaza may encounter loose silty sand with a variable gravel content fill soils. B-4 was completed
at the proposed plaza location and disclosed approximately 4.5 feet of loose fill soils above dense native
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 15
soil. Boring B-1 was completed near the proposed location of culverts or pedestrian bridge and disclosed
approximately 4.5 feet of loose fill soils above dense native soil.
In the event that loose fill soils or soils containing organics material or deleterious debris are encountered
at foundation subgrade elevation, the excavations should be extended deeper to adequate bearing soils.
The footings could bear directly on suitable soils at the lower level, on lean concrete or CDF backfill placed
in the excavations, or the footings may bear on properly compacted backfill extending down to the denser
soils.
Overexcavation of inadequate soils below footings should extend laterally beyond all edges of the footings
a distance of 2 feet per 3 feet of overexcavation depth below footing base elevation. The overexcavation
should then be backfilled up to the footing base elevation with the excavated material or other granular
material placed in lifts of 10 inches or less in loose thickness and compacted to at least 95 percent of the
material's modified Proctor maximum dry density (ASTM D 1557). If excavations are backfilled with lean
mix concrete or CDF, we recommend the material have a minimum compressive strength of 125 psi.
When using CDF, the overexcavation need only be 1 foot wider than the foundation on all sides.
Provided the recommendations in this report are adhered to, we recommend the following criteria for
shallow foundations:
• Net allowable bearing pressure: 2,500 psf for at least medium dense soils, or 4,000 psf for at least
dense native glacial till soils. These values incorporates a factor of safety of 3. A one-third
increase may be applied for short-term wind or seismic loading.
• Minimum dimensions: 12 inches
• Minimum embedment for frost protection: 18 inches
• Estimated total settlement: ½ inch
• Estimated differential settlement: One half of total settlement
• Ultimate passive resistance: 425 pcf. This value assumes that foundations are backfilled with
granular backfill compacted to 95 percent density and does not include a factor of safety. Neglect
the upper 18 inches of embedment when calculating passive resistance.
• Ultimate coefficient of base friction: 0.45
The base of all foundation excavations should be free of water, loose soil, or debris prior to placing
concrete and should be compacted as recommended in this report. Concrete should be placed soon after
excavating and compaction to reduce bearing soil disturbance. Should the soils at bearing level become
excessively dry, disturbed, saturated, or frozen, the affected soil should be removed prior to placing
concrete. A 6-inch thick lift of compacted crushed rock or a lean concrete mud mat should be placed over
the bearing soils if the excavations must remain open for an extended period of time. It is recommended
that a ZGA representative evaluate foundation subgrades prior to placing the crushed rock and prior to
form and reinforcing steel placement.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 16
Slab Base: We anticipate that proposed structures (shelter, plaza, and Portland loo) will incorporate slabs.
To provide a uniform slab bearing surface, capillary break, and even working surface, we recommend the
on-grade slabs be underlain by a 6-inch thick layer of compacted crushed rock meeting the requirements
of Crushed Surfacing Top Course as specified in Section 9-03.9(3) of the WSDOT Standard Specifications
with the modification that a maximum of 7 percent of the material pass the U.S. No 200 sieve.
Vapor Barrier: Where potential slab moisture is a concern or where moisture sensitive floor coverings are
planned, we recommend using a 15-mil, puncture-resistant proprietary product such as Stego Wrap, or
an approved equivalent that is classified as a Class A vapor retarder in accordance with ASTM E 1745.
Overlap lengths and the appropriate tape used to seal the laps should be in accordance the vapor retarder
manufacturer’s recommendations. When conditions warrant the use of a vapor retarder, the slab
designer and slab contractor should refer to ACI 302 and ACI 360 for procedures and cautions regarding
the use and placement of a vapor retarder/barrier.
Retaining Walls
Several retaining walls approximately 2.25 feet tall or less in exposed vertical height will be installed along
the proposed concrete pathway which will be constructed in the western half of the park. We anticipate
that the retaining walls will require cuts of approximately 1 foot to establish the wall subgrade elevation,
followed by fills of 3 feet or less for backfill. Additional recommendations for these structures are provided
below.
Lateral Earth Pressures: The lateral soil pressures acting on backfilled retaining walls will depend on the
nature and density of the soil behind the wall, and the ability of the wall to yield in response to the earth
loads. Yielding walls (i.e. walls that are free to translate or rotate) that are able to displace laterally at
least 0.02H, where H is the height of the wall, may be designed for active earth pressures. Non-yielding
walls (i.e. walls that are not free to translate or rotate) should be designed for at-rest earth pressures.
Non-yielding walls include walls that are braced to another wall or structure, and wall corners.
Assuming that walls are backfilled and drained as described in the following paragraphs, we recommend
that yielding walls supporting horizontal backfill be designed using an equivalent fluid density of 35 pcf
(active earth pressure). Non-yielding walls should be designed using an equivalent fluid density of 50 pcf
(at-rest earth pressure).
The above-recommended lateral earth pressures do not include the effects of sloping backfill surfaces. If
such conditions exist, we should be consulted to provide revised earth pressure recommendations.
Drainage: Backfilled retaining walls must be provided with adequate drainage measures installed to
collect and direct subsurface water away from the walls and prevent the build-up of hydrostatic pressures.
All backfilled walls should include a drainage aggregate zone extending one foot from the back of wall to
within 6 inches of the top of the wall. The granular backfill should be covered with a geotextile fabric,
such as Mirafi 140N, or equivalent. Topsoil may be placed above the fabric. The drainage aggregate
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 17
should consist of material meeting the requirements of WSDOT 9-03.12(2) Gravel Backfill for Walls.
Footing drains should consist of a minimum 4-inch diameter, Schedule 40, rigid, perforated PVC pipe
placed at the base of the heel of the footing with the perforations facing down. The pipe should be
surrounded by a minimum of 6 inches of clean free-draining granular material conforming to WSDOT
Standard Specification 9-03.12(4), Gravel Backfill for Drains. A non-woven filter fabric such as Mirafi 140N,
or equivalent, should envelope the free-draining granular material. At appropriate intervals such that
water backup does not occur, the drainpipe should be connected to a tightline system leading to a suitable
discharge. Cleanouts should be provided for future maintenance. Alternatively, the walls may be
equipped with weepholes.
Light Pole Foundations
Proposed site improvements include new or replaced light poles, which may include cast-in-place or pre-
cast foundations. Vertical and lateral support for pole or post foundations will primarily be obtained
primarily from medium dense to dense sandy soils typically encountered within the anticipated
embedment depth of the foundations. Drilled shafts may require casing due to the caving of the native
soils. If water is present in the bottom of the excavation, we recommend the concrete be tremied to the
bottom to displace the water and not dilute the concrete.
Light pole foundations supported in the native medium dense soils may be designed for a maximum
allowable end bearing pressure of 2,500 psf. This value may be increased by 1/3 to resist short-term
transient loads such as wind and seismic loads.
An allowable lateral bearing pressure of 2,500 psf may be used for design completed in accordance with
procedures described in Chapter 17 of the WSDOT Geotechnical Design Manual.
If the pole foundations are constructed with permanent casing, we recommend that the annular space
between the casing and the native soil be backfilled with CDF unless there is sufficient space to place and
compact structural fill around the form.
Seismic Design Parameters
Category Designation or Value
2012/2015 International Building Code (IBC) 1 Site Class D
Ss Spectral Acceleration for a Short Period 1.419g (Site Class B)
S1 Spectral Acceleration for a 1-Second Period 0.53g (Site Class B)
SMs Spectral Acceleration for a Short Period 1.419g (Site Class D)
SM1 Spectral Acceleration for a 1-Second Period 0.795g (Site Class D)
1. In general accordance with ASCE 7, Table 20.3-1.
2. The 2012/2015 International Building Code, and by reference ASCE 7, considers a site soil profile
determination extending a depth of 100 feet for seismic site classification. The current authorized
scope did not include the required 100-foot soil profile determination. The explorations advanced
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 18
as part of our evaluation extended to a maximum depth of approximately 11-1/2 feet and this seismic
site class definition considers that medium dense to dense and stiff soils as noted on the published
geologic mapping exist below the maximum depth of the subsurface exploration. Additional
exploration to greater depths could be considered to confirm the conditions below the current depth
of exploration, if necessary.
Stormwater Infiltration Considerations
Field Testing: We performed three Small-Scale Pilot Infiltration Tests in general accordance with the 2016
King County Surface Water Design Manual (2016 Manual). The infiltration tests were completed by
methods described in Appendix A. Soils disclosed at the elevations of the field infiltration tests consisted
of native glacial till within TP-1/IT-1, and native outwash sand and gravel within TP-2/IT-2 and TP-3/IT-3.
Testing data are summarized in the table below.
Field Infiltration Testing Summary
Infiltration Test
Number
Approx. Ground
Surface Elevation
(feet)
Approx. Test
Depth/Elevation (feet)
Observed Unfactored
Infiltration Rate
(inches/hour)
TP-1/IT-1 376 3 / 373 0.0625
TP-2/IT-2 384 4 / 380 21.4
TP-3/IT-3 382 4.5/388.5 1.24
Test IT-1 was completed at the far north end of the site near the park sign. We encountered medium
dense to dense silty fine to medium sand with gravel (glacial till) at this location. IT-1 was completed at a
depth of approximately 3 feet and we observed a water level drop of only approximately 1/8th inch over
two hours and from the practical perspective this area should not be considered suitable for conventional
infiltration.
Test IT-2 was completed in medium dense granular outwash sands with a relatively low fines content at a
depth of approximately 4 feet and was located downslope of the main parking lot accessed from Beacon
Way South. We observed an unfactored infiltration rate of 21.4 inches/hour. We observed groundwater
at approximately 9 feet while advancing boring B-6 (located adjacent to the infiltration test), so it appears
that there should be at least 3 feet of separation between an infiltration BMP 4 to 5 feet deep and the
seasonal high groundwater condition. We tested two soil samples from below the infiltration test depth
for Cation Exchange Capacity (CEC) and organic content. Both samples had CEC values exceeding 5
meq/100g and organic matter contents exceeding 1 percent, so the material may be useful in terms of
providing some treatment for groundwater protection outside of a groundwater protection area per the
2016 Manual.
Test IT-3 was completed in the low area adjacent to Jones Avenue South and east of the intersection with
South 9th Street. Boring B-2 disclosed medium dense granular outwash sands with a relatively low fines
content, but groundwater was encountered at approximately 6.5 feet while drilling B-2 (located adjacent
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 19
to the infiltration test). Consequently, we completed the infiltration test at a depth of 3 feet. We
observed an unfactored infiltration rate of 1.24 inches/hour. Two soil samples from below the infiltration
test depth were evaluated for CEC and organic content and offered mixed results. Both samples included
CEC values less than 5 meq/100g. However, the organic matter contents exceeded 1 percent.
Design Infiltration Rate: The 2016 Manual provides the following methodology for determining a design
infiltration rate based on field testing results and site conditions. The equation for determining the design
infiltration is shown below:
IDesign = IMeasured X FTesting X FGeometry X FPlugging, where:
IDesign is the design infiltration rate.
IMeasured is the observed field infiltration test rate in inches/hour.
FTesting is a factor to account for uncertainties in the field testing methodology. The 2016 Manual calls for
using a value of 0.5 for the small-scale Pilot Infiltration Test Method.
FGeometry is a factor that accounts for the influence of infiltration feature geometry and the depth to the
water table or impervious strata. FGeometry is defined as 4D/W +0.05 where D = the depth from the bottom
of the infiltration feature to the maximum wet season groundwater table or nearest impervious strata,
whichever is less, and W is the width of the infiltration feature. FGeometry must be between 0.25 and 1.0.
FGeometry is a factor that is most applicable to pond-type infiltration features that have a relatively large
width, W, relative to D, and is not particularly useful when assessing long and narrow features, such as
ditches or swales. We considered an FGeometry value of 1.0 in our analysis.
FPlugging accounts for reductions in infiltration rates over the long term due to plugging of the receptor soils.
The Manual requires using the following values for FPlugging as a function of soil type: 0.7 for loams and
sandy loams, 0.8 for fine sands and loamy sands, 0.9 for medium sands, and 1.0 for coarse sands or
cobbles. We considered a value of 0.8 in our analysis based on our laboratory testing of soil samples.
Based on the results of our field testing and considering the recommended factors provided in the 2016
Manual, we recommend utilizing a design infiltration rate of 8 inches per hour for infiltration facilities
proposed in the location of IT-2 between depths of approximately 4 and 5 feet, and a design infiltration
rate of 0.5 inches per hour for infiltration facilities proposed in the location of IT-3 at an approximate
depth of 3 feet. We do not recommend utilizing conventional infiltration techniques in the location of
IT-1 due to the observed very low infiltration testing results and high fines content of the glacially
consolidated soil.
USDA Soil Classification: We completed grain size distribution tests per the USDA testing procedure that
considers the soil fraction passing the US No. 10 sieve (soil particles less than 2 millimeters) on select
samples from borings conducted at the approximate locations of the proposed infiltration facilities. The
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 20
selected samples represent soil grain size distribution at and below proposed infiltration facility locations.
The test results are summarized in the table below and grain size distribution curves are presented in
Appendix B. Based on USDA sieve methodology, the tested soil samples generally meet the classification
of Loamy Sand at the IT-1 location and Sand at the IT-2 and IT-3 locations.
Groundwater Considerations: Groundwater was observed while drilling two borings in proximity to the
location of proposed infiltration facilities. Boring B-2 was performed near IT-3 and extended to 11.5 feet
below grade. We observed groundwater at a depth of about 6.5 feet below existing grade while advancing
B-2. Boring B-6 was performed near IT-2 and extended to 11.5 feet below grade. We observed
groundwater at a depth of about 9 feet below existing grade while advancing B-6. It should be noted that
the site was being actively irrigated at the time we completed our explorations. We did not observe soil
coloration mottling in the recovered samples that may suggest a seasonally higher groundwater condition.
A better-defined extent of seasonal groundwater fluctuation would require monitoring groundwater
conditions over at least one year (this was not included in our approved scope of services).
Groundwater was encountered within the relatively permeable outwash soils. Groundwater was not
encountered within the lowest elevation boring (B-7) where relatively impermeable glacial till soils were
encountered. As such, the groundwater encountered during exploration is interpreted to represent a
perched groundwater condition which may be occurring within the permeable outwash soils due to the
presence of hydraulically restrictive soils at greater depth.
Temporary Sedimentation Facility Considerations: The infiltration rate of the receptor soils will be
reduced in the event that fine sediment or organic materials are allowed to accumulate on and within the
exposed receptor soils. The use of an infiltration facility as a temporary sedimentation control feature
during construction has the potential to substantially alter the infiltration rate of the soils. Use of an
infiltration facility as a temporary construction phase sedimentation feature is not recommended. If site
conditions are such that this cannot be avoided, it will likely be necessary to excavate the soils below the
sedimentation pond bottom that have been contaminated with sediment, organic materials, or other
deleterious materials that may reduce the permeability of the granular receptor soils prior to operation
of the facility for infiltration purposes. Field testing may be necessary as well in order to verify that the
USDA Grain Size Distribution Testing Results
Exploration and Sample Percent Passing per US Standard Sieve
20 40 60 100 200 325
B-2, S-2 85 63 45 32 20 11
B-2, S-3 81 44 21 12 8 4
B-2, S-4 97 71 21 7 4 2
B-6, S-2 85 53 37 26 16 9
B-6, S-3 77 46 31 22 13 7
B-6, S-4 88 25 10 5 3 1
B-7, S-3 77 60 45 32 21 13
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 21
restoration activity has been successful and that the infiltration rate of the receptor soils is consistent with
that considered in the analysis.
Erosion Control
Construction phase erosion control activities are recommended to include measures intended to reduce
erosion and subsequent sediment transport. We recommend that the project incorporate the following
erosion and sedimentation control measures during construction:
• Capturing water from low permeability surfaces and directing it away from bare soil exposures,
keeping runoff velocities as low as possible.
• Erosion control BMP inspection and maintenance: The contractor should be aware that
inspection and maintenance of erosion control BMPs is critical toward their satisfactory
performance. Repair and/or replacement of dysfunctional erosion control elements should be
anticipated.
• Undertake site preparation, excavation, and filling during periods of little or no rainfall.
• Cover excavation surfaces with anchored plastic sheeting if surfaces will be left exposed during
wet weather.
• Minimize extent of exposed soil at one time.
• Retain sediment within working areas.
• Cover soil stockpiles with anchored plastic sheeting.
• Provide an all-weather quarry spall construction site entrance.
• Provide for street cleaning on an as-needed basis.
• Protect exposed soil surfaces that will be subject to vehicle traffic with crushed rock or crushed
recycled concrete to reduce the likelihood of subgrade disturbance and sediment generation
during wet weather or wet site conditions.
• Install perimeter siltation control fencing on the lower perimeter of work areas.
Pavement
Asphalt Pavements: The following pavement sections represent our minimum recommendations for an
average level of performance during a 20-year design life; therefore, an average level of maintenance will
likely be required. A 20-year pavement life typically assumes that an overlay will be placed after about 12
years. Thicker asphalt, base, and subbase courses would offer better long-term performance, but would
cost more initially. Conversely, thinner courses would be more susceptible to “alligator” cracking and
other failure modes. As such, pavement design can be considered a compromise between a high initial
cost and low maintenance costs versus a low initial cost and higher maintenance costs.
The native subgrade soils are anticipated to consist primarily of sand with variable silt and gravel content.
Based on our experience with similar soils, we have estimated a California Bearing Ration (CBR) value of
15 percent for this project.
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 22
We recommend that the upper 12 inches of pavement subgrades be prepared in accordance with the
recommendations presented in the Subgrade Preparation section of this report.
We recommend that the crushed aggregate base course conform to Section 9-03.9(3) of the WSDOT
Standard Specifications. All base material should be compacted to at least 95 percent of the maximum
dry density determined in accordance with ASTM: D 1557.
Asphalt Recommendations: The following asphalt pavement sections have been developed to be placed
and compacted in one lift. For light duty pavements (parking stall areas), we recommend 2½ inches of
asphalt concrete over 4 inches of crushed rock base course. For heavy duty pavements (main access
roads, truck delivery routes, etc.), we recommend 3½ inches of asphalt concrete over 6 inches of crushed
rock base course. We recommend that the asphalt concrete conform to Section 9-02.1(4) for PG 58-22 or
PG 64-22, Performance Graded Asphalt Binder as presented in the WSDOT Standard Specifications. We
also recommend that the gradation of the asphalt aggregate conform to the aggregate gradation control
points for ½-inch mixes as presented in Section 9-03.8(6), HMA Proportions of Materials. We recommend
that asphalt be compacted to a minimum of 92 percent and a maximum of 96 percent of the Rice
(theoretical maximum) density.
Concrete Pavements: Concrete pavement design recommendations are based on an assumed modulus of
rupture of 600 psi and a minimum compressive strength of 4,000 psi for the concrete. For light duty
pavements, we recommend 5 inches of concrete over 4 inches of crushed aggregate base. For heavy duty
pavements, we recommend 6 inches of concrete over 4 inches of crushed aggregate base. We
recommend that concrete pavements be lightly reinforced with 6x6-W2.0xW2.0 welded wire fabric or
equivalent to control cracking and have relatively closely spaced control joints on the order of 10 to 15
feet. We further recommend that loading dock and trash enclosure pavements be reinforced with #4 bars
at 15 inches on center each direction.
CLOSURE
The analysis and recommendations presented in this report are based, in part, on the explorations
completed for this study. The number, location, and depth of the explorations were completed within
the constraints of budget and site access so as to yield the information to formulate our
recommendations. Project plans were in the preliminary stage at the time this report was prepared. We
therefore recommend we be provided an opportunity to review the final plans and specifications when
they become available in order to assess that the recommendations and design considerations presented
in this report have been properly interpreted and implemented into the project design.
The performance of earthwork, structural fill, foundations, and slabs depends greatly on proper site
preparation and construction procedures. We recommend that Zipper Geo Associates, LLC be retained
to provide geotechnical engineering services during the earthwork-related construction phases of the
project. If variations in subsurface conditions are observed at that time, a qualified geotechnical engineer
Philip Arnold Park Improvements
Project 2294.01
27 October 2020
Page | 23
could provide additional geotechnical recommendations to the contractor and design team in a timely
manner as the project construction progresses.
This report has been prepared for the exclusive use of the City of Renton Parks Department, Hough, Beck,
and Baird, Inc. and their agents, for specific application to the project discussed and has been prepared in
accordance with generally accepted geotechnical engineering practices. No warranties, express or
implied, are intended or made. Site safety, excavation support, and dewatering requirements are the
responsibility of others. In the event that changes in the nature, design, or location of the project as
outlined in this report are planned, the conclusions and recommendations contained in this report shall
not be considered valid unless ZGA reviews the changes and either verifies or modifies the conclusions of
this report in writing.
B-1
B-3
B-2
B-4
B-5
B-7
B-6
TP-3/IT-3
TP-2/IT-2
TP-1/IT-1
HA-1
HA-2
HA-3
APPROXIMATE SCALE IN FEET
080 8040
REFERENCE: URBAN DESIGN PLAN AND NOTES PROVIDED BY HBB, DATED AUGUST 17, 2020
FIGURE
Job No.
Zipper Geo Associates, LLC
19019 36th Ave. W.,Suite E
Lynnwood, WA, 98036 SHT. of 11
SITE AND EXPLORATION PLAN
2294.01OCTOBER 2020
1
Phillip Arnold Park
720 Jones Avenue South
Renton, Washington
LEGEND
BORING NUMBER AND
APPROXIMATE LOCATION
HAND AUGER NUMBER AND
APPROXIMATE LOCATION
TEST PIT AND INFILTRATION
TEST NUMBER AND
APPROXIMATE LOCATION
APPENDIX A
FIELD EXPLORATION AND TESTING PROCEDURES AND LOGS
FIELD EXPLORATION AND TESTING PROCEDURES AND LOGS
Our field exploration program for this project included completing a visual reconnaissance of the site,
advancing seven borings (B-1 through B-7), excavating three test pits and performing three infiltration
tests (TP-1/IT-1 through TP-3/IT-3), and completing three hand auger borings (HA-1 through HA-3). The
approximate exploration and infiltration test locations are presented on Figure 1, the Site and Exploration
Plan. Exploration locations were determined in the field using steel and fiberglass tapes by measuring
distances from existing site features shown on a preliminary site plan, dated August 17, 2020, provided
by HBB. The ground surface elevation at each exploration location was interpolated from the topography
shown on a survey, dated 4 February 2020, prepared by Bush, Roed, & Hitchings, Inc. As such, the
exploration and field test locations should be considered accurate to the degree implied by the
measurement method. The following sections describe our procedures associated with the explorations.
Descriptive logs of the explorations are enclosed in this appendix.
Boring Procedures
The borings were advanced using a track-mounted drill rig operated by an independent drilling company
working under subcontract to ZGA (Geologic Drill Partners). The borings were advanced using hollow
stem auger drilling methods. A geologist from our firm continuously observed the borings, logged the
subsurface conditions encountered, and obtained representative soil samples. All samples were stored
in moisture-tight containers and transported to our laboratory for further evaluation and testing. Samples
were generally obtained by means of the Standard Penetration Test at 2.5-foot to 5-foot intervals
throughout the drilling operation.
The Standard Penetration Test (ASTM D 1586) procedure consists of driving a standard 2 -inch outside
diameter steel split spoon sampler 18 inches into the soil with a 140-pound hammer free falling 30 inches.
The number of blows required to drive the sampler through each 6-inch interval is recorded, and the total
number of blows struck during the final 12 inches is recorded as the Standard Penetration Resistance, or
“blow count” (N value). If a total of 50 blows are struck within any 6-inch interval, the driving is stopped
and the blow count is recorded as 50 blows for the actual penetration distance. The resulting Standard
Penetration Resistance values indicate the relative density of granular soils and the relative consistency
of cohesive soils.
The enclosed boring logs describe the vertical sequence of soils and materials encountered in each boring,
based primarily upon our field classifications. Where a soil contact was observed to be gradational, our
logs indicate the average contact depth. Where a soil type changed between sample intervals, we inferred
the contact depth. Our logs also graphically indicate the blow count, sample type, sample number, and
approximate depth of each soil sample obtained from the boring. If groundwater was encountered in a
borehole, the approximate groundwater depth and date of observation are depicted on the log.
Test Pit Procedures
An independent contractor working under subcontract to ZGA (NW Excavating and Trucking, LLC)
excavated the test pits through the use of a small tracked excavator. Three geologists from ZGA
continuously observed the test pit excavations, logged the subsurface conditions, and obtained
representative soil samples. The samples were stored in moisture tight containers and transported to our
laboratory for further visual classification and testing.
The enclosed test pit logs indicate the vertical sequence of soils and materials encountered in each test
pit, based primarily on our field classifications and supported by our subsequent laboratory testing.
Where a soil contact was observed to be gradational or undulating, our logs indicate the average contact
depth. We estimated the relative density and consistency of in situ soils by means of the excavation
characteristics and by the sidewall stability. Our logs also indicate the approximate depths of any sidewall
caving or groundwater seepage observed in the test pits, as well as all sample numbers and sampling
locations.
Hand Auger Procedures
A geologist from our firm advanced a 3.5-inch diameter auger by hand, continuously observing the soil
cuttings as they were retrieved. The enclosed hand auger logs indicate the vertical sequence of soils and
materials encountered in the explorations, based primarily on our field classifications. Where a soil
contact was observed to be gradational or undulating, our log indicates the average contact depth. The
hand auger borings were performed near the proposed basketball court renovations and bleachers for
the primary purpose of determining stripping depth.
Field Infiltration Testing Procedures
Three field infiltration tests were completed at the locations of test pits IT-1 through IT-3 on 27 August
and 28 August 2020 by ZGA geologists working with a local subcontractor with a small tracked excavator
(NW Excavating and Trucking, LLC). Water was sourced from the park’s irrigation system. The
approximate infiltration test locations are illustrated on Figure 1. The field infiltration testing procedures
were completed in general accordance with the Small-scale Pilot Infiltration Test (PIT) method as
described in Reference 6A Infiltration Test Methods in the King County 2016 Surface Water Design Manual
(KC Manual). The field infiltration testing procedures are summarized below. Test results are discussed
in the report text.
The excavator was used to excavate to a depth at or below the invert elevation of proposed infiltration
systems. The test excavations typically had minimum dimensions of approximately 4 feet by 3 feet,
extending 3 to 4 feet deep.
Pea gravel was placed within the test pits to prevent siltation a length of slotted PVC pipe was placed on
the excavation bottom, and water was introduced into the slotted PVC pipe by hose. An in-line flow meter
and five-gallon buckets allowed measuring the rate at which water was introduced into the excavations
as well as the total volume used for each test.
Soils were pre-soaked for a minimum of 6 hours on 27 August 2020 and water utilized during the pre-soak
was left in the infiltration test pits overnight. Constant head testing was completed for one hour at each
infiltration test location on 28 August 2020. Once constant head testing was completed at each infiltration
test pit, falling head tests with at least 6-inch water depth were completed.
Following completion of the tests, the trackhoe was used to excavate below the test surface in order to
observe soil conditions immediately below the test elevation and to determine whether perching layers
were present or whether some other condition that could affect the infiltration rate was present. The
excavations were then backfilled with bucket-tamped excavation spoils.
Borings performed near the infiltration test locations and extended at least 5 feet below proposed
infiltration facility bottoms. The borings were performed to verify groundwater and soil conditions below
infiltration facility grades, and to minimize the amount of soil disturbance during test pit excavation.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Hand Auger Boring HA-1
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 389 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: 8/28/20
Depth
(ft)
Material Description
Sample
NC
%M
Testing
1
Approximately 3 inches of grass and sod over loose, moist,
brown, silty SAND, some gravel, thin root intrus ions
Hand auger terminated at approximately 6 inches below
existing site grades following verification of sod depth.
Groundwater was not observed at time of drilling.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75 inch interval measured in accordance with ASTM
Special Technical Publication #399.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Hand Auger Boring HA-2
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 390 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: 8/28/20
Depth
(ft)
Material Description
Sample
NC
%M
Testing
1
Approximately 3 inches of grass and sod over loose, moist,
brown, silty SAND, some gravel, thin root intrus ions
Hand auger terminated at approximately 6 inches below
existing site grades following verification of sod depth.
Groundwater was not observed at time of drilling.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75 inch interval measured in accordance with ASTM
Special Technical Publication #399.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Hand Auger Boring HA-3
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 386 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: 8/28/20
Depth
(ft)
Material Description
Sample
NC
%M
Testing
1
Approximately 5 inches of grass and sod over loose, moist,
brown, silty SAND, some gravel, thin root intrus ions
Hand auger terminated at approximately 6 inches below
existing site grades following verification of sod depth.
Groundwater was not observed at time of drilling.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75 inch interval measured in accordance with ASTM
Special Technical Publication #399.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Test Pit TP-1/IT-1
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 376 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: August 27, 2020
Depth
(ft)
Material Description
Sample
NC
%M
Testing
1
Approximately 4 inches of grass and sod over loose, damp to
moist, brown silty SAND with gravel, concrete and wood
fragments, thin root intrusions (Fill)
Medium dense, moist, brownish gray, silty SAND with gravel,
soil mottling, weakly cemented (Loam per USDA)
Infiltration test performed at approximately 4.5 feet
Test pit completed to approximately 5 feet.
No groundwater observed at time of excavation.
2
3
S-1 @
3 feet
4
S-2 @4.5
feet
5
6
7
8
9
10
11
12
13
14
15
16
17
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75-inch interval measured in accordance with ASTM
Special Technical Publication #399.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Test Pit TP-2/IT-2
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 384 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: August 27, 2020
Depth
(ft)
Material Description
Sample
NC
%M
Testing
1
Approximately 4 inches of grass and sod over loose to
medium dense, moist, brown SAND some silt and gravel,
thin root intrusions in upper two feet (Loamy Sand per
USDA)
Infiltration test performed at approximately 4 feet
CEC 1-A: 5.4 meq/100g, OM 1-A: 2.0%
CEC 1-B: 5.2 meq/100g, OM 1-B: 1.8%
Test pit completed to approximately 4.5 feet.
No groundwater observed at time of excavation.
2
3
4
S-1 @ 4
feet
CEC/OM
5
6
7
8
9
10
11
12
13
14
15
16
17
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75-inch interval measured in accordance with ASTM
Special Technical Publication #399.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Test Pit TP-3/IT-3
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 382 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: August 27, 2020
Depth
(ft)
Material Description
Sample
NC
%M
Testing
1
Approximately 4 inches of grass and sod over loose to
medium dense, moist, dark brown SAND with silt and gravel,
thin root intrusions, trace organics, glass fragments (Fill)
Medium dense, moist, gray, SAND with silt and gravel
Infiltration test performed at approximately 3 feet (Loamy
Sand per USDA)
CEC 1-A: 3.7 meq/100g, OM: 1.3%
CEC 1-B: 4.2 meq/100g, OM: 1.5%
Test pit completed to approximately 3.5 feet.
No groundwater observed at time of excavation.
2
3
S-1 @ 3
feet CEC/OM
4
5
6
7
8
9
10
11
12
13
14
15
16
17
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75-inch interval measured in accordance with ASTM
Special Technical Publication #399.
APPENDIX B
LABORATORY TESTING PROCEDURES AND RESULTS
LABORATORY PROCEDURES AND RESULTS
A series of laboratory tests were performed during the course of this study to evaluate the index and
geotechnical engineering properties of the subsurface soils. Descriptions of the types of tests performed
are given below.
Visual Classification
Samples recovered from the exploration locations were visually classified in the field during the
exploration program. Representative portions of the samples were carefully packaged in moisture tight
containers and transported to our laboratory where the field classifications were verified or modified as
required. Visual classification was generally done in accordance with ASTM D 2488. Visual soil
classification includes evaluation of color, relative moisture content, soil type based upon grain size, and
accessory soil types included in the sample. Soil classifications are presented on the exploration logs in
Appendix A.
Moisture Content Determinations
Moisture content determinations were performed on representative samples obtained from the
explorations in order to aid in identification and correlation of soil types. The determinations were made
in general accordance with the test procedures described in ASTM D 2216. The results are shown on the
exploration logs in Appendix A.
Grain Size Analysis
A grain size analysis indicates the range in diameter of soil particles included in a particular sample. Grain
size analyses were performed on representative samples in general accordance with ASTM D 6913. The
results of the grain size determinations for the samples were used in classification of the soils, and are
presented in this appendix.
Cation Exchange Capacity
Selected samples were tested for Cation Exchange Capacity (CEC) by a subcontract analytical testing
laboratory (AmTest Laboratories of Kirkland, Washington). The tests were completed in general accordance
with the EPA Laboratory Method 9081 testing procedure. The test results are presented in this appendix and
discussed in the report text.
Organic Content
Selected samples were tested for Organic Matter testing by a subcontract analytical testing laboratory
(AmTest Laboratories of Kirkland, Washington). The organic content of selected samples was determined
in general accordance with ASTM D 2974. The results of the tests are discussed in the report text.
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-2 2.5 4.8 SANDS-2 10.8
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-2 5.0 14.8 SANDS-3 3.6
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-2 7.5 26.7 SANDS-4 2.0
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-6 2.5 7.4 SANDS-2 9.0
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-6 5.0 4.4 SANDS-3 7.0
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-6 7.5 14.8 SANDS-4 1.4
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
0
10
20
30
40
50
60
70
80
90
100
0.0010.0100.1001.00010.000100.0001000.000PERCENT FINER BY WEIGHTPARTICLE SIZE IN MILLIMETERS
GRAIN SIZE ANALYSIS
Comments: ASTM D 2487 Classification
36"12"6"3"1 1/2"3/4"3/8"4 10 20 40 60 140 200
Coarse Medium Fine Silt ClayFineCoarse
COBBLESBOULDERS GRAVEL SAND FINE GRAINED
SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER
Project No.:PROJECT NAME:
Philip Arnold ParkDATE OF TESTING:
Exploration Sample Depth (feet)Moisture (%)Fines (%)Description
B-7 5.0 16.8 Loamy SANDS-3 13.3
2294.01
9/1/2020
ASTM D 422, USDATest Results Summary
Zipper Geo Associates, LLC
Geotechnical and Environmental Consultants
Am Test Inc.
13600 NE 126TH PL
Suite C
Kirkland, WA 98034
(425) 885-1664
www.amtestlab.com
Professional
Analytical
Services
ANALYSIS REPORT
ZIPPER GEO ASSOCIATES, LLC Date Received: 09/01/20
19019 36TH AVENUE W Date Reported: 9/15/20
LYNNWOOD, WA 98036
Attention: DAVE WILLIAMS
Project Name: PHILIP ARNOLD PARK
Project #: 2294.01
All results reported on an as received basis.
_________________________________________________________________________________________________
AMTEST Identification Number 20-A013873
Client Identification TP-2, S-1A
Sampling Date 08/27/20, 09:15
Conventionals
PARAMETER RESULT UNITS Q D.L.METHOD ANALYST DATE
Cation Exchange Capacity 5.4 meq/100g 0.5 SW-846 9081 JDR 09/14/20
Miscellaneous
PARAMETER RESULT UNITS Q D.L.METHOD ANLST DATE
Organic Matter 2.0 %SM 2540G DM 09/08/20
_________________________________________________________________________________________________
AMTEST Identification Number 20-A013874
Client Identification TP-2, S-1B
Sampling Date 08/27/20, 09:20
Conventionals
PARAMETER RESULT UNITS Q D.L.METHOD ANALYST DATE
Cation Exchange Capacity 5.2 meq/100g 0.5 SW-846 9081 JDR 09/14/20
ZIPPER GEO ASSOCIATES, LLC
Project Name: PHILIP ARNOLD PARK
AmTest ID: 20-A013874
Miscellaneous
PARAMETER RESULT UNITS Q D.L.METHOD ANLST DATE
Organic Matter 1.8 %SM 2540G DM 09/08/20
_________________________________________________________________________________________________
AMTEST Identification Number 20-A013875
Client Identification TP-3, S-1A
Sampling Date 08/27/20, 09:50
Conventionals
PARAMETER RESULT UNITS Q D.L.METHOD ANALYST DATE
Cation Exchange Capacity 3.7 meq/100g 0.5 SW-846 9081 JDR 09/14/20
Miscellaneous
PARAMETER RESULT UNITS Q D.L.METHOD ANLST DATE
Organic Matter 1.3 %SM 2540G DM 09/08/20
_________________________________________________________________________________________________
AMTEST Identification Number 20-A013876
Client Identification TP-3, S-1B
Sampling Date 08/27/20, 09:50
Conventionals
PARAMETER RESULT UNITS Q D.L.METHOD ANALYST DATE
Cation Exchange Capacity 4.2 meq/100g 0.5 SW-846 9081 JDR 09/14/20
Miscellaneous
PARAMETER RESULT UNITS Q D.L.METHOD ANLST DATE
Organic Matter 1.5 %SM 2540G DM 09/08/20
_________________________________
Kathy Fugiel
President
19019 - 36th Ave West, Suite E | Lynnwood, WA 98036 | Phone: 425.582.9928 | zippergeo.com
25 May 2021
Project No. 2294.01
Hough Beck & Baird, Inc.
215 Westlake Avenue North
Seattle, Washington 98109
Attention: Ms. Rachel Dotson, WRPA, CPSI, Principal
Subject: Supplemental Geotechnical Recommendations
Boardwalk Foundation Support Alternatives
Philip Arnold Park Improvements
720 Jones Avenue
Renton, Washington
Dear Rachel:
This letter supplements our geotechnical engineering report, dated 27 October 2020 and our
memorandum dated 14 April 2021 for the proposed improvements to Philip Arnold Park in Renton,
Washington. Current plans indicate that approximately 140 feet of boardwalk with a maximum height of
4 feet above existing grade will be incorporated into a new pedestrian trial planned for the southwestern
portion of the park. The portion of the trail to include the boardwalk will extend from near the northwest
corner of the tennis courts northward toward the small parking area adjacent to the Jones Avenue South
and South 9th Street intersection as shown on the Site and Exploration Plan, Figure 1. The boardwalk will
aid in establishing an ADA-compliant trail through the undulating topography in this portion of the park.
This portion of the park has been graded in the past and fill material overlies the native granular
recessional kame deposit soils.
We understand that the boardwalk will incorporate the PermaTrak system of pre-cast concrete
components. We also understand that due to concerns about disturbing tree roots, the use of helical pier
foundations are being considered as their installation typically involves less ground disturbance than the
use of conventional shallow foundations or cast-in-place reinforced concrete pier foundations. Based
upon our recent conversation with a Permatrak representative, the foundations will have a vertical
compressive load of 17 kips and a lateral load of 1 kip.
Subsurface Conditions
Borings B-1, B-2, and hand auger borings HA-4 and HA-5 were advanced along or very near the proposed
boardwalk location as illustrated on Figure 1. The explorations disclosed between approximately 1.5 and
4.5 feet of very loose to loose fill material consisting of silty sand with a variable gravel content and
Project No. 2294.01
Philip Arnold Park Improvements, Boardwalk Foundation Alternatives
25 May 2021
Page | 2
scattered wood and roots. The fill material was underlain by medium dense silty sand with gravel,
characteristic of the outwash kame soils. Groundwater was not observed while advancing the
explorations.
Helical Anchors
It would be feasible from the geotechnical perspective to use helical anchors (or piers) to support the
foundations. Helical anchors consist of a high-strength hollow steel shaft to which helixes of varied
diameter are attached. The anchors are screwed into the ground until sufficient resistance is provided by
the soil to achieve the target axial compressive and uplift capacities. In our analysis we considered the
helical anchors manufactured by the AB Chance Company. Helical anchor systems provided by other
manufacturers would be acceptable provided that they meet the performance criteria described herein.
We recommend using the SS5 shafts in combination with a 6-inch diameter helix at the tip and 14-inch
diameter helix located 3 feet above the 6-inch helix at the tip. We recommend installing the anchors using
a rotary driver that meets the AB Chance Company criteria for an installation driver by a contractor
experienced with helical anchor installation. We recommend installing the anchors to a lower tip depth
of approximately 12 feet below the adjacent grade based on conditions observed at borings B-1 and B-2.
It should be recognized that actual installed helical anchor depths are likely to vary along the boardwalk
alignment.
Helical anchors meeting the above criteria are expected to develop an allowable axial compressive
capacity of 9 kips. These values incorporate a factor of safety of 2. Consequently, two piers of the above-
recommended configuration would be required for each foundation. We recommend that the installation
be observed by a ZGA representative. The helical anchors may be installed below the foundations in either
a plumb or battered orientation, depending on structural requirements. We recommend considering a
batter no steeper than 1H:3V (Horizontal:Vertical). We anticipate that settlement of the boardwalk
foundations supported by helical anchors installed as described above will be less than one inch.
For verification of installed helical anchor compressive capacities, we recommend the contractor use the
“installation torque” method as generally described in helical anchor supplier literature. Based on the
equipment used, the contractor should determine the required hydraulic pressure to achieve an
installation torque commensurate with the ultimate axial compressive capacity (i.e., the allowable
compressive capacity multiplied by 2), or 18 kips for the above-recommended helical configuration.
Driven Pin Piles
We have included recommendations for the use of driven pin piles as an alternative to helical piers as
they would be well-suited for the application and we suspect that they may be less expensive. As with
helical piers, the purpose of installing driven pin piles is to transmit the boardwalk loads through load-
Project No. 2294.01
Philip Arnold Park Improvements, Boardwalk Foundation Alternatives
25 May 2021
Page | 3
sensitive and compressible soils into underlying denser soils. There is some vibration associated with pin
pile installation and the operation is generally quite noisy. Helical pier installation, in contrast, is a
relatively quiet operation compared to pin pile installation.
Pin piles comprise relatively small diameter steel pipes which are driven into the ground with a pneumatic
or hydraulic jackhammer or percussion drivers to a designated “refusal” criterion. Pile lengths of about 5
to 11 feet are commonly used. Successive pile lengths are either compression coupled or welded. Once
the piles are installed, they are cut off to a pre-determined elevation, and lengths of reinforcing steel or
top plates are generally welded to the top for incorporation into a foundation, or the drive piles are
attached to brackets that are attached to existing foundations.
Allowable axial compressive loads for commonly used 2-inch, 3-inch, and 4-inch inside-diameter pin piles
are listed in the table below along with pertinent hammer and refusal criteria. This axial compressive
capacities incorporate a factor of safety of at least 2. As is the case with helical anchors, obstructions
within the shallow soils may prevent pile penetration to the necessary depths, and may require relocating
some piles or removal of obstructions. A lateral capacity should not be assigned to the plumb piles.
Lateral loads should be accommodated by batter piles or some form of tieback anchor.
Driven Pin Pile Recommendations
Description 2-inch ID Schedule 80 Pin Piles
Allowable axial compressive capacity1 6 kips
Anticipated settlement <1/2 inch
Minimum percussion driver weight (pounds) 90
”Refusal” 2 Maximum 1 inch penetration over 60 seconds of
sustained driving
Description 3-inch ID Schedule 40 Pin Piles
Allowable axial compressive capacity1 12 kips
Anticipated settlement <1/2 inch
Minimum percussion driver weight (pounds) 650
”Refusal” 2 Maximum 1 inch penetration over 15 seconds of
sustained driving
Project No. 2294.01
Philip Arnold Park Improvements, Boardwalk Foundation Alternatives
25 May 2021
Page | 4
Driven Pin Pile Recommendations
Description 4-inch ID Schedule 40 Pin Piles
Allowable axial compressive capacity1 20 kips
Anticipated settlement <1/2 inch
Minimum percussion driver weight (pounds) 850
”Refusal” 2 Maximum 1 inch penetration over 16 seconds of
sustained driving
1. The recommended allowable axial pile capacity incorporates a minimum Factor of Safety of 2.
2. ”Refusal” recommendation is based upon the specific listed minimum driver weight. Heavier
drivers will necessitate load testing in order to determine an appropriate refusal time.
We recommend that the pin pile foundation underpinning design be prepared by a licensed structural
engineer familiar with the use of driven pin piles. We also recommend engaging the services of a
contractor experienced with the installation of pin piles.
We recommend that a ZGA representative observe the pile installation and refusal criteria achievement.
Closure
We hope this letter meets you current needs. Please contact us should you have any questions.
Respectfully submitted,
Zipper Geo Associates, LLC
Signed 5.25.21 Signed 5.25.21
Project No. 2294.01
Philip Arnold Park Improvements, Boardwalk Foundation Alternatives
25 May 2021
Page | 5
Attachments: Figure 1 – Site and Exploration Plan (updated)
Descriptive logs of borings B-1 and B-2 and hand auger borings HA-4 and HA-5
Distribution: Addressee (1 pdf)
Permatrak, Attention: Mr. Kyle Stanton (1 pdf)
B-1B-3B-2B-4B-5B-7B-6TP-3/IT-3TP-2/IT-2TP-1/IT-1HA-1HA-2HA-3HA-4HA-5APPROXIMATE SCALE IN FEET0808040REFERENCE: HARDSCAPE PLAN AND NOTES, DATED OCTOBER 20, 2020, PROVIDED BY HBB.FIGUREJob No.Zipper Geo Associates, LLC19019 36th Ave. W.,Suite ELynnwood, WA, 98036SHT. of11SITE AND EXPLORATION PLAN2294.01APRIL 20211Phillip Arnold Park720 Jones Avenue SouthRenton, WashingtonLEGENDBORING NUMBER ANDAPPROXIMATE LOCATIONHAND AUGER NUMBER ANDAPPROXIMATE LOCATIONTEST PIT AND INFILTRATIONTEST NUMBER ANDAPPROXIMATE LOCATION
Drilling Company:Bore Hole Dia.:
Top Elevation:Drilling Method:Hammer Type:
Drill Rig:Logged by:
Standard Penetration Test
Hammer Weight and Drop:
SAMPLE LEGEND GROUNDWATER LEGEND % Fines (<0.075 mm)
2-inch O.D. split spoon sample Clean Sand % Water (Moisture) Content
3-inch I.D. Shelby tube sample Bentonite Liquid Limit
Grout/Concrete
Screened Casing
TESTING KEY Blank Casing
GSA = Grain Size Analysis
200W = 200 Wash Analysis Project No.:
Consol. = Consolidation Test
Att. = Atterberg Limits
Boring Location:Sample Number SAMPLES Recovery (In.)Depth (ft)SOIL DESCRIPTION
Date Drilled:
The stratification lines represent the approximate boundaries
between soil types. The transition may be gradual. Refer to
report text and appendices for additional information.GroundwaterPENETRATION RESISTANCE (blows/foot)
B-1
B-1
2294.01BlowcountsPhillip Arnold Park
720 Jones Ave. S.
19019 36th Ave. W, Suite E
Lynnwood, WA
Renton, WA
Page 1 of 1
BORING
LOG:TestingPlastic Limit
Groundwater level at
time of drilling (ATD) or
on date of
measurement.
Natural Water Content
0 20 40 60
24
4
4
10
8
S-1
S-2
S-3
S-4
S-5
0
5
10
15
20
25
See Figure 1, Site and Exploration Plan
394 Feet
8/24/2020
Geologic Drill
Hollow Stem Auger
CAT track
8-inch
Cathead
11/2/120
4
33
17
15
BST
Approximately 4 inches of grass and sod over loose, damp to
moist, brown, silty SAND some gravel, thin root intrusions,
grab sample (Fill)
Loose, damp to moist, silty SAND some gravel, wood
fragments (Fill)
Dense, moist, brown, silty SAND with gravel, blowcounts
overstated (sampler tip on rock)
Medium dense, moist, brown SAND, some gravel, trace silt
Medium dense, moist, brown, SAND, trace silt
Boring completed at approximately 11.5 feet. No groundwater
encountered at time of drilling
Drilling Company:Bore Hole Dia.:
Top Elevation:Drilling Method:Hammer Type:
Drill Rig:Logged by:
Standard Penetration Test
Hammer Weight and Drop:
SAMPLE LEGEND GROUNDWATER LEGEND % Fines (<0.075 mm)
2-inch O.D. split spoon sample Clean Sand % Water (Moisture) Content
3-inch I.D. Shelby tube sample Bentonite Liquid Limit
Grout/Concrete
Screened Casing
TESTING KEY Blank Casing
GSA = Grain Size Analysis
200W = 200 Wash Analysis Project No.:
Consol. = Consolidation Test
Att. = Atterberg Limits
Boring Location:Sample Number SAMPLES Recovery (In.)Depth (ft)SOIL DESCRIPTION
Date Drilled:
The stratification lines represent the approximate boundaries
between soil types. The transition may be gradual. Refer to
report text and appendices for additional information.GroundwaterPENETRATION RESISTANCE (blows/foot)
B-2
B-2
2294.01BlowcountsPhillip Arnold Park
720 Jones Ave. S.
19019 36th Ave. W, Suite E
Lynnwood, WA
Renton, WA
Page 1 of 1
BORING
LOG:TestingPlastic Limit
Groundwater level at
time of drilling (ATD) or
on date of
measurement.
Natural Water Content
0 20 40 60
24
14
8
18
12
S-1
S-2
S-3
S-4
S-5
0
5
10
15
20
25
See Figure 1, Site and Exploration Plan
383 Feet
8/24/2020
Geologic Drill
Hollow Stem Auger
CAT track
8-inch
Cathead
11/2/120
25
10
13
22
GSA
GSA
GSA
BST
8/24/20Approximately 4 inches of grass and sod over loose, damp to
moist, brown, silty SAND some gravel, thin root intrusions,
grab sample (Fill)Medium dense, moist, brownish gray, SAND some silt and
gravel
Medium dense, moist to wet, brown, SAND with gravel, some
silt
Medium dense, saturated, brown, SAND some gravel, trace
silt
Medium dense, saturated, brown, SAND, trace silt
Boring completed at approximately 11.5 feet. Groundwater
encountered at approximately 6.5 feet below grades at time of
drilling
USDA: SAND
USDA: SAND
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Hand Auger Boring HA-4
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 390 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: 4/2/21
Depth
(ft)
Material Description
Sample
NC
%M
Testing
Moist, dark brown, fine SAND with silt, trace gravel, and
trace roots (Topsoil).
Moist, brown, fine to medium SAND, some silt, trace gravel,
and occasional charcoal and roots (Fill).
Moist, olive-gray, medium SAND, some gravel, and trace silt
(Qvr).
Boring terminated at approximately 4 feet. Groundwater
was not observed at time of drilling.
1
S-1 @
0.5 feet
2
S-2 @
2 feet
3
4
S-3 @
3.5 feet
5
6
7
8
9
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75 inch interval measured in accordance with ASTM
Special Technical Publication #399.
ZIPPER GEO ASSOCIATES, LLC
19019 36th Avenue West, Suite E, Lynnwood, Washington 98036
Hand Auger Boring HA-5
Location: See Site and Exploration Plan, Figure 1
Approx. Ground Surface Elevation: 390 Feet
Project: Phillip Arnold Park
Project No: 2294.01
Date Excavated: 4/2/21
Depth
(ft)
Material Description
Sample
NC
%M
Testing
Moist, dark brown, fine SAND with silt, trace to some gravel,
and trace roots (Topsoil).
Moist, dark brown, fine to medium SAND, some cobbles,
trace silt, and occasional 0.5-inch roots (Fill).
Moist, brown, fine to medium SAND, some silt, and trace
gravel (Fill).
Moist, olive-gray, medium SAND, some gravel, and trace silt
(Qvr).
Boring terminated at approximately 6 feet. Groundwater
was not observed at time of drilling.
1
S-1 @
0.5 feet
2
S-2 @
1.5 feet
3
4
S-3 @
3.5 feet
5
6
S-4 @
5.5 feet
7
8
9
Note: NC is the Dynamic Cone Penetrometer blow count per
1.75 inch interval measured in accordance with ASTM
Special Technical Publication #399.
PHILIP ARNOLD PARK
APPENDIX C
Building Asbestos and Lead Assessment Report
Asbestos and Lead Assessment
Report
Philip Arnold Park
720 Jones Avenue
Renton, King, Washington
March 18, 2020
Terracon Project No. 81207090
Prepared for:
PND Engineers, Inc.
Seattle, Washington
Prepared by:
Terracon Consultants, Inc.
Mountlake Terrace, Washington
Terracon Consultants, Inc. 21905 64 th Avenue West, Suite 100 Mountlake Terrace, WA 98043
P [425] 771-3304 F [425] 771-3549 terracon.com
March 18, 2020
PND Engineers, Inc.
1736 Fourth Avenue S, Suite A
Seattle, Washington 98134
Attn: Mr. Chris Fornace
Project Manager
P: (206) 624.1387
E:cfornace@pndengineers.com
Re:Asbestos and Lead Assessment Report
Philip Arnold Park
720 Jones Avenue
Renton, King, Washington 98239
Terracon Project No. 81207090
Dear Mr. Fornace:
The purpose of this report is to present the results of an asbestos and lead-containing paint (LCP)
assessment performed on February 17, 2020 at the above referenced building in Renton,
Washington. This assessment was conducted in accordance with Terracon proposal P81207090
dated February 11, 2020. We understand that the purpose of this assessment is to assist the Client
with identifying asbestos and lead in the building that may require special handling, removal or
abatement prior to demolishing.
Asbestos was identified in samples collected from the subject building. Lead-containing paint (LCP)
was identified in samples collected from the subject building. Please refer to the attached report for
details.
We appreciate the opportunity to be of service to you on this project. If there are any questions
regarding this report or if we may be of further assistance, please do not hesitate to contact us.
Sincerely,
Terracon Consultants, Inc.
Jacob Lindberg Scott Parker
Environmental Technician Department Manager
for
TABLE OF CONTENTS
1.0 INTRODUCTION ..............................................................................................................1
1.1 Project Objective ...........................................................................................................1
2.0 BUILDING DESCRIPTION ...............................................................................................2
3.0 ASBESTOS FIELD ACTIVITIES .......................................................................................2
3.1 Visual Assessment ........................................................................................................2
3.2 Physical Assessment ....................................................................................................2
3.3 Sample Collection .........................................................................................................2
3.4 Sample Analysis ...........................................................................................................3
4.0 ASBESTOS REGULATORY OVERVIEW .........................................................................3
5.0 LEAD-CONTAINING PAINT FIELD ACTIVITIES ..............................................................4
6.0 LEAD-CONTAINING PAINT REGULATORY OVERVIEW ................................................4
7.0 FINDINGS AND RECOMMENDATIONS ..........................................................................5
8.0 GENERAL COMMENTS ..................................................................................................6
APPENDICES
APPENDIX A
TABLE 1.0: ASBESTOS SURVEY SAMPLE SUMMARY
TABLE 2.0: ASBESTOS-CONTAINING MATERIALS
TABLE 3.0: LCP SURVEY SAMPLE SUMMARY
APPENDIX B
ANALYTICAL REPORTS AND CHAIN-OF-CUSTODY DOCUMENTS
APPENDIX C
SAMPLE LOCATION PLANS
APPENDIX D
INSPECTOR CERTIFICATIONS
APPENDIX E
MATERIAL PHOTOGRAPHS
Responsive ■Resourceful ■Reliable 1
ASBESTOS AND LEAD ASSESSMENT REPORT
Philip Arnold Park
720 Jones Avenue
Renton, Washington 98239
Terracon Project No. 81207090
March 18, 2020
1.0 INTRODUCTION
Terracon conducted an asbestos and LCP assessment of the building located at 720 Jones Avenue
in Renton, King, Washington. The assessment was conducted on February 17, 2020 by an
Asbestos Hazard Emergency Response Act (AHERA)-accredited asbestos inspector in general
accordance with our proposal dated February 11, 2020. Interior building components in the building
(project area) were assessed and homogeneous areas of suspect asbestos-containing materials
(ACM) and LCP were visually identified and documented. This assessment included interior,
exterior, and roof of the building.
Although reasonable effort was made to survey inaccessible suspect materials, additional suspect
but unsampled ACM and LCP could be located in walls, in voids, or in other concealed areas.
Suspect ACM samples were collected in general accordance with the sampling protocols outlined
in the Environmental Protection Agency (EPA) regulation 40 CFR 763.86 (AHERA). Samples were
delivered to an accredited laboratory for analysis by polarized light microscopy (PLM).
1.1 Project Objective
The purpose of this assessment was to provide the client with information about suspected ACM
and LCP prior to demolition of the building.
EPA regulation 40 CFR 61, Subpart M, National Emission Standards for Hazardous Air Pollutants
(NESHAP), prohibits the release of asbestos fibers to the atmosphere during renovation or
demolition activities. The asbestos NESHAP requires that potentially regulated asbestos-containing
building materials be identified, classified and quantified prior to planned disturbances or demolition
activities. The NESHAP authority for King County is the Puget Sound Clean Air Agency (PSCAA).
The Department of Labor and Industries (L&I) enforces the Washington Industrial Safety and Health
(WISHA)Standard for Lead in Construction, Washington Administrative Code (WAC) 296-155-176,
which defines the lead exposure limits for all construction workers performing demolition and/or
renovation activities. Should lead be detected at any concentration, WAC 296-155-176 provides the
appropriate methods of compliance to ensure worker safety from potential lead exposure.
The State of Washington Hazardous Waste and Toxics Reduction (HWTR) Program affects
persons who generate, transport, transfer, recycle, treat, store, or dispose of regulated dangerous
Asbestos and Lead Assessment Report
Philip Arnold Park
720 Jones Avenue ■ Renton, Washington
March 18, 2020 ■ Terracon Project No. 81207090
Responsive ■Resourceful ■Reliable 2
wastes, as defined in the Dangerous Waste Regulations (173-303 WAC).Solid wastes, including
demolition debris, must be evaluated to determine if the waste designates as lead-containing
dangerous waste prior to disposal.
2.0 BUILDING DESCRIPTION
The project area consists of one building that is approximately 1,500 sf. The structure is a single-
story building with public restrooms and a meeting/storage room. Heating in the building is
provided by a central air system heated via a furnace in the storage room. Interior horizontal
finishes in the building consist of carpet, vinyl floor tiles, vinyl floor sheeting, ceramic floor tiles,
gypsum wallboard, and suspended wood paneling. Interior vertical finishes in the building consist
of gypsum wallboard, concrete masonry unit (CMU), and ceramic wall tiles. Exterior finishes
consist of CMU and painted wood. Roofing for this structure is asphaltic torch-down roofing.
3.0 ASBESTOS FIELD ACTIVITIES
The survey was conducted by Mr. John McCaslin, an AHERA-accredited asbestos inspector.A
copy of Mr. McCaslin’s asbestos inspector training certificate is attached as Appendix E. The
survey was conducted in general accordance with the sample collection protocols established in
EPA regulation 40 CFR 763, the Asbestos Hazard Emergency Response Act (AHERA). A
summary of survey activities is provided below.
3.1 Visual Assessment
Assessment activities began with visual observation of the interior project area of the building in
order to locate and identify homogeneous areas of suspect ACM. A homogeneous area consists of
building materials that appear similar throughout in terms of color and texture. The assessment was
conducted throughout visually accessible areas of the building components in the project area.
Building materials identified as concrete, fiberglass insulation, plastic, glass, wood, masonry, foam,
metal or rubber were not considered suspect ACM.
3.2 Physical Assessment
A physical assessment of each homogeneous area of suspect ACM was conducted to assess the
friability and condition of the materials. A friable material is defined by the EPA as a material which
can be crumbled, pulverized or reduced to powder by hand pressure when dry. Friability was
assessed by physically touching suspect materials.
3.3 Sample Collection
Asbestos and Lead Assessment Report
Philip Arnold Park
720 Jones Avenue ■ Renton, Washington
March 18, 2020 ■ Terracon Project No. 81207090
Responsive ■Resourceful ■Reliable 3
Based on results of the visual observation, bulk samples of suspect ACM were collected in general
accordance with AHERA sampling protocols. Random samples of suspect materials were collected
in each homogeneous area. The surveyor collected bulk samples using wet methods, as
applicable, to reduce the potential for fiber release. Samples were placed in sealable containers
and labeled with unique sample numbers using an indelible marker.
Terracon collected a total of 27 bulk samples from 10 homogeneous areas of suspect ACM. A
summary of all samples collected is included as Appendix A.
3.4 Sample Analysis
Bulk ACM samples were submitted under chain of custody to NVL Laboratories of Seattle,
Washington for analysis by polarized light microscopy (PLM) with dispersion staining techniques
per EPA methodology (600/R-93/116). The percentage of asbestos, where applicable, was
determined by microscopic visual estimation or by the more accurate point count method (wall
system sample). NVL Laboratories is accredited under the National Voluntary Laboratory
Accreditation Program (NVLAP Accreditation No. 102063-0).
4.0 ASBESTOS REGULATORY OVERVIEW
The NESHAP regulation for asbestos regulates asbestos fiber emissions and asbestos waste
disposal practices. It requires the identification of existing asbestos-containing materials (ACM)
according to friability prior to demolition or renovation activity. Friable ACM is a material containing
more than 1% asbestos that, when dry, may be crumbled, pulverized or reduced to powder by hand
pressure.
Washington Administrative Code (WAC) 173 400 075 adopts the federal NESHAP rule by
reference. In the State of Washington, authority to administer NESHAP requirements is delegated
to the regional air pollution authorities (e.g., the local Clean Air Agency or the Washington State
Department of Ecology). In King County, the NESHAP requirements are administered by the Puget
Sound Clean Air Authority (PSCAA). PSCAA must be notified at least 10 working days prior to the
demolition of any structure with a projected roof area greater than 120 square feet, regardless of
whether any asbestos was identified. Notification is not required for renovation projects, unless the
project involves the disturbance of friable asbestos containing materials. The owner or operator
must also provide the Washington State Department of Labor and Industry (L&I) with written
notification at least 10 working days prior to the commencement of asbestos removal projects
involving at least 10 linear feet or 48 square feet of ACM. Removal of ACM must be conducted by
a State of Washington-certified asbestos abatement contractor.
Asbestos and Lead Assessment Report
Philip Arnold Park
720 Jones Avenue ■ Renton, Washington
March 18, 2020 ■ Terracon Project No. 81207090
Responsive ■Resourceful ■Reliable 4
In the State of Washington, worker exposures to asbestos are governed by L&I’s DOSH. The
administrative rule WAC 296-62-07705 requires that employee exposure to airborne asbestos fibers
be maintained below 0.1 asbestos fibers per cubic centimeter of air (0.1 f/cc) as an eight-hour time
weighted average. State of Washington Occupational Safety and Health rules also classify
construction and maintenance activities which could disturb ACM and specify work practices and
precautions which employers must follow when their employees engage in each class of regulated
work.
5.0 LEAD-CONTAINING PAINT FIELD ACTIVITIES
In conjunction with the asbestos assessment Terracon personnel visually assessed the interior
and exterior portions of the building and performed LCP sampling that consisted of collecting 6
paint chip samples from various painted components. All lead samples were submitted under
chain of custody to NVL Laboratories in Seattle, Washington. The LCP samples were analyzed
by flame atomic absorption spectrometry per EPA 7000B.
6.0 LEAD-CONTAINING PAINT REGULATORY OVERVIEW
Lead is regulated by the EPA, the Washington State Department of Ecology (Ecology), the
Occupation Safety and Health Administration (OSHA) and WISHA (enforced by L&I). The EPA
regulates lead use, while both the EPA and Ecology regulate removal, and disposal. OSHA and
WISHA both regulate lead exposure to workers. For the purpose of the OSHA lead standard, lead
includes metallic lead, all inorganic lead compounds, and organic lead soaps. A synopsis of the
OSHA regulations (29 CFR 1926.62) and the applicability are as follows:
§The OSHA Lead Standard for Construction (29 CFR 1926.62) applies to all construction
work where an employee may be occupationally exposed to lead. All work related to
construction, alteration, or repair (including painting and decorating) is included. The lead-
in-construction standard applies to any detectable concentration of lead in paint, as even
small concentrations of lead can result in unacceptable employee exposures depending
upon on the method of removal and other workplace conditions.
Similar to the OSHA standard, the WISHA Construction Safety requirements for lead, states that
if lead is present in the workplace in any detectable quantity WISHA requires that demolition
activities be conducted in accordance with the worker protection requirements of WAC 296-155-
176,Lead.
In accordance with Ecology’s Dangerous Waste Regulations, solid wastes must be designated to
see if they are dangerous wastes before disposal unless they are exempted or removed from the
Asbestos and Lead Assessment Report
Philip Arnold Park
720 Jones Avenue ■ Renton, Washington
March 18, 2020 ■ Terracon Project No. 81207090
Responsive ■Resourceful ■Reliable 5
dangerous waste regulations. If any of the samples are reported with leachable lead concentration
of 5.0 mg/L or more, then the waste must be classified and disposed of as dangerous waste.
7.0 FINDINGS AND RECOMMENDATIONS
Asbestos
Asbestos was identified in samples collected from the subject building.
Appendix A identifies the homogeneous areas sampled, sample identification numbers, material
descriptions, and analytical results. Laboratory analytical reports and chains of custody are
included in Appendix B. In addition, Appendix C contains sample location plans and Appendix D
contains inspector certifications.
This assessment was conducted for the purpose of evaluating interior of buildings involved in
commercial real estate transactions, including, but not limited to, acquisitions, sales, leasing and
financing. If activities are planned that may disturb ACM or suspect ACM (including maintenance,
repair, renovation and demolition), the owner must conduct a more comprehensive assessment.
Lead-Containing Paint
Based on a review of the analytical results, the paint on 2of the 6 sampled components were
identified to contain detectable concentrations of lead.
Table 3.0 in Appendix A identifies the color sampled, substrate, building component, sample
identification numbers, location, and analytical results. Laboratory analytical reports and chains
of custody are included in Appendix B. In addition, Appendix C contains the sample location plans.
This LCP survey was limited to readily observable and accessible surfaces. Terracon cannot
guarantee a building or property to be LCP free as the possibility exists that LCP coated surfaces
may be hidden from sight or in inaccessible locations, or the homogeneous construction areas
identified may not be truly homogeneous. This LCP survey is not considered to be comprehensive
in nature, and the results are not intended to be used to determine lead hazards, develop
abatement plans, or prepare detailed cost estimates for abatement.
Removal of LCP is not required prior to demolition. However, Terracon recommends that the
results of this sampling be provided to contractors, who should subsequently be responsible for
determining and controlling lead hazards.
Asbestos and Lead Assessment Report
Philip Arnold Park
720 Jones Avenue ■ Renton, Washington
March 18, 2020 ■ Terracon Project No. 81207090
Responsive ■Resourceful ■Reliable 6
In accordance with Ecology’s Dangerous Waste Regulations, solid wastes must be designated to
see if they are dangerous wastes before disposal unless they are exempted or removed from the
dangerous waste regulations. Therefore, Terracon recommends that representative samples of
the building demolition waste stream be tested through laboratory analyses in order to determine
if the waste is hazardous. Specifically, toxicity characteristics leaching procedure (TCLP)
sampling should be performed and samples analyzed for leachable lead. If the samples are
reported with a leachable lead concentration of 5.0 mg/L or more, then the waste must be
classified and disposed of as hazardous waste.
8.0 GENERAL COMMENTS
This asbestos and LCP assessment was conducted in a manner consistent with the level of care
and skill ordinarily exercised by members of the profession currently practicing under similar
conditions in the same locale. The results, findings, conclusions and recommendations expressed
in this report are based on conditions observed during our survey of the building. The information
contained in this report is relevant to the date on which this survey was performed and should not
be relied upon to represent conditions at a later date. This report has been prepared on behalf of
and exclusively for use by PND Engineers, Inc. for specific application to their project as discussed.
This report is not a bidding document. Contractors or consultants reviewing this report must draw
their own conclusions regarding further investigation or remediation deemed necessary. Terracon
does not warrant the work of regulatory agencies, laboratories or other third parties supplying
information which may have been used in the preparation of this report. No warranty, express or
implied is made.
APPENDIX A
TABLE 1.0 – ASBESTOS ASSESSMENT SAMPLE SUMMARY
720 Jones Avenue
Renton, Washington 98239
HOMOGENEOUS
AREA
SAMPLE
NO.DESCRIPTION MATERIAL LOCATION
1
01A Gypsum wall board (ND) with joint
compound (2% Chrysotile)
Joint compound positive result
form HA2
Interior walls and restroom
ceilings
01B
01C
01D
01E
2
02A 6” black rubber cove base (ND) and
white mastic (ND) with brown
residual mastic (ND) and residual
joint compound (2% Chrysotile).
Joint compound same as HA 1
Base of interior walls
throughout02B
02C
3
03A Residual black asphaltic mastic
(4% Chrysotile) below tan mastic
(ND) under carpet squares
Main Room
Office03B
03C
4
04A Black vinyl floor sheeting (ND) and
fibrous backing (ND) with leveling
compound (ND) and residual black
mastic (4% Chrysotile)
South end of main room04B
04C
5 05A Black sink undercoat (ND) with yellow
mastic (ND)South end of main room
6
06A White ceramic tile and white mastic
with residual tan mastic and white
grout and residual joint compound
Restroom walls06B
7
07A White ceramic tile and white mastic
with residual tan mastic and white
grout and residual joint compound
Restroom floors07B
8
08A Cement masonry units and grey
mortar Exterior walls08B
08C
9 09A White sealant with residual cement
granules Exterior restroom doors09B
10
10A Black asphaltic fibrous built up roofing
with granules and wood flakes Throughout roof10B
10C
11 ASSUMED Asphaltic sealant at roof
penetrations Throughout roof
APPENDIX A
TABLE 2.0 – ASBESTOS-CONTAINING-MATERIALS
720 Jones Avenue
Renton, Washington 98239
SAMPLE
NO.DESCRIPTION MATERIAL
LOCATION
PERCENT/
TYPE
ASBESTOS
FRIABILITY CONDITION EST
QUANTITY
01A
01B
01C
01D
01E
Gypsum wall
board with
joint
compound
Interior walls
and restroom
ceilings
Gypsum wall
board: ND
with joint
compound
(2%
Chrysotile)
Friable Intact 2,000 SF
02A
02B
02C
6” black
rubber cove
base and
white mastic
with brown
residual
mastic and
residual joint
compound
Base of interior
walls
throughout
Cove base:
ND
White Mastic:
ND
Brown Mastic:
ND
Residual Joint
Compound:
2% Chrysotile
Non-Friable Intact 200 LF
03A
03B
03C
Tan mastic
beneath
carpet tiles
with residual
black
asphaltic
mastic
Main Room
Office
Tan Mastic:
ND
Black Mastic:
4% Chrysotile
Non-Friable Intact 740 SF
04A
04B
04C
Black vinyl
floor sheeting
and fibrous
backing with
leveling
compound
and residual
black mastic
In places in
main room
Vinyl: ND
Fiber Backing:
ND
Compound:
ND
Black Mastic:
4% Chrysotile
Non-Friable Intact 110 SF
ASSUMED
Asphaltic
sealant at roof
penetrations
Roof
Penetrations ASSUMED Non-Friable Good 10 SF
ND – non-detect, LF – Linear Feet, SF – Square Feet,
APPENDIX A
TABLE 3.0 – LCP ASSESSMENT SAMPLE SUMMARY
720 Jones Avenue
Renton, Washington 98239
SAMPLE NO.DESCRIPTION PAINT LOCATION RESULTS
(PPM)
Pb-01 White paint on gypsum wall
board Interior walls throughout office <0.0061
Pb-02 Yellow paint on wood Interior doors and frames throughout
office <0.012
Pb-03 Brown paint on metal Interior doors and frames throughout
main room <0.0085
Pb-04 Yellow paint on metal Exterior doors and frames
throughout <0.0054
Pb-05 Grey paint on cement masonry
units Exterior walls throughout 0.015
Pb-06 Yellow paint on wood Exterior trim throughout 0.053
<: below reporting limit
APPENDIX B
ANALYTICAL REPORTS AND CHAIN-OF-CUSTODY DOCUMENTS
Matt Macfarlane, Asbestos Lab Supervisor
Client Project: 81207090
Location: Philip Arnold Park - Restroom Building
Dear Mr. Parker,
Enclosed please find test results for the 27 sample(s)submitted to our laboratory for analysis on
2/17/2020.
Examination of these samples was conducted for the presence of identifiable asbestos fibers using
polarized light microscopy (PLM)with dispersion staining in accordance with both EPA 600/M4-82-020,
Interim Method for the Determination of Asbestos in Bulk Insulation Samples and EPA 600/R-93/116
Method for the Determination of Asbestos in Bulk Building Materials.
For samples containing more than one separable layer of materials,the report will include findings for
each layer (labeled Layer 1 and Layer 2,etc.for each individual layer).The asbestos concentration in
the sample is determined by calibrated visual estimation.
For those samples with asbestos concentrations between 1 and 10 percent based on visual estimation,
the EPA recommends a procedure known as point counting (NESHAPS,40 CFR Part 61).Point
counting is a statistically more accurate means of quantification for samples with low concentrations of
asbestos.
The detection limit for the calibrated visual estimation is <1%,400 point counts is 0.25%and 1000 point
counts is 0.1%
Samples are archived for two weeks following analysis.Samples that are not retrieved by the client are
discarded after two weeks.
Thank you for using our laboratory services.Please do not hesitate to call if there is anything further we
can assist you with.
Sincerely,
Enc.: Sample Results
February 24, 2020
Scott Parker
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
RE: Bulk Asbestos Fiber Analysis; NVL Batch # 2003553.00
page 1 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
20033147Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
01A
Layer 1 of 2 Description:White compacted powdery material with white paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles, Paint NDNone Detected None Detected ND
Perlite
Layer 2 of 2 Description:White compacted powdery material with white paper
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles, Paint 20%Cellulose None Detected ND
Perlite
20033148Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
01B
Layer 1 of 3 Description:White thin compacted powdery material with white paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles, Paint NDNone Detected None Detected ND
Perlite
Layer 2 of 3 Description:White thin fibrous material with light gray mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Mastic/Binder 35%Glass fibers None Detected ND
3%Wollastonite
Layer 3 of 3 Description:Off-white chalky material with paper
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Gypsum/Binder 2%Glass fibers None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 2 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
20033149Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
01C
Layer 1 of 3 Description:White thin compacted powdery material with white paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles, Paint NDNone Detected None Detected ND
Perlite
Layer 2 of 3 Description:White thin fibrous material with light gray mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Mastic/Binder 28%Glass fibers None Detected ND
3%Wollastonite
Layer 3 of 3 Description:Off-white chalky material with paper
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Gypsum/Binder 2%Glass fibers None Detected ND
20033150Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
01D
Layer 1 of 2 Description:Beige thin fibrous material with cream paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Paint 17%Cellulose None Detected ND
Layer 2 of 2 Description:Off-white chalky material with paper
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Gypsum/Binder 25%Cellulose None Detected ND
20033151Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
01E
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 3 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 1 of 4 Description:White compacted powdery material with multi-colored paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles, Fine particles NDNone Detected None Detected ND
Mica, Paint
Layer 2 of 4 Description:White thin compacted powdery material with white paper
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Mica 19%Cellulose None Detected ND
Layer 3 of 4 Description:Beige thin fibrous material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler 16%Cellulose None Detected ND
Layer 4 of 4 Description:Off-white chalky material with paper
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Gypsum/Binder 26%Cellulose None Detected ND
20033152Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
02A
Layer 1 of 4 Description:Black rubbery material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Rubber/Binder <1%Spider silk None Detected ND
Layer 2 of 4 Description:Cream soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Mastic/Binder NDNone Detected None Detected ND
Layer 3 of 4 Description:Brown brittle mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Mastic/Binder 2%Wollastonite None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 4 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 4 of 4 Description:White compacted powdery material with paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles, Fine particles <1%Cellulose Chrysotile 2%
Mica, Paint
20033153Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
02B
Layer 1 of 3 Description:Black rubbery material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Rubber/Binder NDNone Detected None Detected ND
Layer 2 of 3 Description:Off-white soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Mastic/Binder, Starch grains NDNone Detected None Detected ND
Layer 3 of 3 Description:Brown brittle mastic with white paint and trace debris
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Debris, Fine particles, Insect parts 2%Wollastonite None Detected ND
Mastic/Binder, Paint <1%Spider silk
20033154Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
02C
Layer 1 of 2 Description:Black rubbery material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Rubber/Binder NDNone Detected None Detected ND
Layer 2 of 2 Description:Cream soft mastic with trace debris
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Debris, Fine particles, Insect parts <1%Spider silk None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 5 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Starch grains, Mastic/Binder <1%Wood fibers
20033155Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
03A
Layer 1 of 2 Description:Tan thin soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Mastic/Binder NDNone Detected None Detected ND
Layer 2 of 2 Description:Black asphaltic mastic with trace thin compacted powdery material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Fine particles 2%Cellulose Chrysotile 4%
20033156Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
03B
Layer 1 of 2 Description:Gray crumbly material with tan soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles, Mastic/Binder 5%Cellulose None Detected ND
3%Synthetic fibers
Layer 2 of 2 Description:Black asphaltic mastic with trace thin compacted powdery
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Fine particles 2%Cellulose Chrysotile 4%
20033157Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
03C
Layer 1 of 2 Description:Tan soft mastic with trace white powdery material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Mastic/Binder 2%Synthetic fibers None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 6 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 2 of 2 Description:Black asphaltic mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Fine particles 2%Cellulose Chrysotile 3%
20033158Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
04A
Layer 1 of 4 Description:Black/gray linoleum
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Adhesive/Binder, Calcareous particles, Linoleum/Binder 12%Wood fibers None Detected ND
Layer 2 of 4 Description:Tan woven fibrous mesh with yellow mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mastic/Binder 29%Wood fibers None Detected ND
Layer 3 of 4 Description:Gray crumbly material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles 8%Cellulose None Detected ND
Layer 4 of 4 Description:Black asphaltic mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder 2%Cellulose Chrysotile 4%
20033159Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
04B
Layer 1 of 4 Description:Black/gray linoleum
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Adhesive/Binder, Calcareous particles, Linoleum/Binder 13%Wood fibers None Detected ND
Layer 2 of 4 Description:Tan woven fibrous mesh with yellow mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mastic/Binder 25%Wood fibers None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 7 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 3 of 4 Description:Gray crumbly material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles 6%Cellulose None Detected ND
Layer 4 of 4 Description:Black asphaltic mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder 2%Cellulose Chrysotile 4%
20033160Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
04C
Layer 1 of 4 Description:Black/gray linoleum
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Adhesive/Binder, Calcareous particles, Linoleum/Binder 13%Wood fibers None Detected ND
Layer 2 of 4 Description:Tan woven fibrous mesh with yellow mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mastic/Binder 25%Wood fibers None Detected ND
Layer 3 of 4 Description:Gray crumbly material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles 4%Cellulose None Detected ND
Layer 4 of 4 Description:Black asphaltic mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder 2%Cellulose Chrysotile 3%
20033161Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
05A
Layer 1 of 2 Description:Black asphaltic mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Fine particles <1%Wood fibers None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 8 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Insect parts
Layer 2 of 2 Description:Trace thin yellow soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Mastic/Binder NDNone Detected None Detected ND
20033162Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
06A
Layer 1 of 5 Description:Off-white ceramic tile
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Ceramic/Binder, Quartz NDNone Detected None Detected ND
Layer 2 of 5 Description:Cream soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Mastic/Binder NDNone Detected None Detected ND
Layer 3 of 5 Description:Tan/gray brittle/soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Mastic/Binder NDNone Detected None Detected ND
Layer 4 of 5 Description:White brittle material with paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mineral grains, Paint NDNone Detected None Detected ND
Layer 5 of 5 Description:White thin compacted powdery material with paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous binder, Calcareous particles, Paint NDNone Detected None Detected ND
Perlite
20033163Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
06B
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 9 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 1 of 4 Description:Off-white ceramic tile
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Ceramic/Binder, Quartz NDNone Detected None Detected ND
Layer 2 of 4 Description:Cream soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Mastic/Binder NDNone Detected None Detected ND
Layer 3 of 4 Description:Tan brittle/soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Calcareous particles, Mastic/Binder NDNone Detected None Detected ND
Layer 4 of 4 Description:White brittle material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Mineral grains NDNone Detected None Detected ND
20033164Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
07A
Layer 1 of 4 Description:Gary ceramic tile
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Ceramic/Binder, Quartz NDNone Detected None Detected ND
Layer 2 of 4 Description:Tan soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Mastic/Binder NDNone Detected None Detected ND
Layer 3 of 4 Description:Gray crumbly material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles 3%Cellulose None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 10 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 4 of 4 Description:White/gray brittle material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Mineral grains NDNone Detected None Detected ND
20033165Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
Comments:Qualitative analysis was conducted for the presence of asbestos fibers in layer 5 of this sample.
07B
Layer 1 of 5 Description:Gary ceramic tile
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Ceramic/Binder, Quartz NDNone Detected None Detected ND
Layer 2 of 5 Description:Tan soft mastic
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Fine particles, Mastic/Binder NDNone Detected None Detected ND
Layer 3 of 5 Description:Gray crumbly material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles 3%Cellulose None Detected ND
Layer 4 of 5 Description:White/gray brittle material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Mineral grains NDNone Detected None Detected ND
Sand
Layer 5 of 5 Description:Beige brittle material with trace debris
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Debris, Fine particles Cellulose None Detected ND
Insect parts, Mineral grains, Sand Synthetic fibers
Wood flakes Spider silk
Wood fibers
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 11 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
20033166Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
08A
Layer 1 of 2 Description:Brown crunchy/brittle material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine grains, Paint NDNone Detected None Detected ND
Layer 2 of 2 Description:Gray sandy/brittle material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mineral grains, Paint NDNone Detected None Detected ND
Sand
20033167Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
08B
Layer 1 of 2 Description:Brown crunchy/brittle material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine grains, Paint NDNone Detected None Detected ND
Layer 2 of 2 Description:Gray sandy/brittle material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mineral grains, Paint NDNone Detected None Detected ND
Sand
20033168Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
08C
Layer 1 of 2 Description:Brown crunchy/brittle material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine grains, Paint NDNone Detected None Detected ND
Organic/binder
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 12 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 2 of 2 Description:Gray sandy/brittle material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mineral grains, Paint NDNone Detected None Detected ND
Sand
20033169Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
09A
Layer 1 of 2 Description:White soft material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles, Fine particles NDNone Detected None Detected ND
Paint
Layer 2 of 2 Description:Trace off-white sandy material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mineral grains, Sand NDNone Detected None Detected ND
20033170Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
09B
Layer 1 of 3 Description:White soft material with gray paint
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Calcareous particles, Fine particles NDNone Detected None Detected ND
Paint
Layer 2 of 3 Description:Trace brown brittle material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Fine particles, Fine grains NDNone Detected None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 13 of 18
<Client:
Address:
Attention:Mr. Scott Parker
Philip Arnold Park - Restroom Building
Client Project #: 81207090
Samples Received: 27
By Polarized Light Microscopy
Bulk Asbestos Fibers Analysis
Terracon - Mountlake Terrace
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Method: EPA/600/R-93/116
& EPA/600/M4-82-020
Samples Analyzed: 27
Project Location:
Batch #: 2003553.00
Date Received: 2/17/2020
Layer 3 of 3 Description:Trace off-white sandy material
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Binder/Filler, Mineral grains, Sand NDNone Detected None Detected ND
20033171Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
10A
Layer 1 of 1 Description:Black asphaltic fibrous built-up material with granules with wood flakes
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Wood flakes 28%Glass fibers None Detected ND
20033172Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
10B
Layer 1 of 1 Description:Black asphaltic fibrous built-up material with granules with wood flakes
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Wood flakes 30%Glass fibers None Detected ND
20033173Lab ID:Client Sample #:
Location:Philip Arnold Park - Restroom Building
10C
Layer 1 of 1 Description:Black asphaltic fibrous built-up material with granules with wood flakes
Non-Fibrous Materials:Other Fibrous Materials:%Asbestos Type: %
Asphalt/Binder, Calcareous particles, Wood flakes 28%Glass fibers None Detected ND
Note:If samples are not homogeneous,then subsamples of the components were analyzed separately.All bulk samples are analyzed using both EPA
600/R-93/116 and 600/M4-82-020 Methods with the following measurement uncertainties for the reported %Asbestos (1%=0-3%,5%=1-9%,10%=5-15%,
20%=10-30%,50%=40-60%).This report relates only to the items tested.If sample was not collected by NVL personnel,then the accuracy of the results is
limited by the methodology and acuity of the sample collector.This report shall not be reproduced except in full,without written approval of NVL
Laboratories, Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government
Client
Alla PrysyazhnyukAnalyzed by:
Matt MacfarlaneReviewed by:
02/24/2020 Date:
02/24/2020Date:
Sampled by:
Matt Macfarlane, Asbestos Lab Supervisor
ASB-02
page 14 of 18
Terracon - Mountlake Terrace 2003553.00
27
Company NVL Batch Number
Total Number of Samples
Philip Arnold Park - Restroom Building
5 DaysTAT
2/24/2020Due Date 2:40 PMTime
(425) 771-3549Fax
scott.parker@terracon.comEmail
Project Manager Mr. Scott Parker
(425) 771-3304
(206) 714-7152Cell
Phone
Rush Samples
Rush TAT
NoAH
81207090Project Name/Number:Project Location:
Sample ID Description A/RLab ID
ASBESTOS LABORATORY SERVICES
Subcategory
Item Code
PLM Bulk
Metals
ASB-02 EPA 600/R-93-116 Asbestos by PLM <bulk>
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Address
01A1 A20033147
01B2 A20033148
01C3 A20033149
01D4 A20033150
01E5 A20033151
02A6 A20033152
02B7 A20033153
02C8 A20033154
03A9 A20033155
03B10 A20033156
03C11 A20033157
04A12 A20033158
04B13 A20033159
04C14 A20033160
05A15 A20033161
06A16 A20033162
06B17 A20033163
07A18 A20033164
Office Use Only Print Name Company Date TimeSignature
Faxed Emailed
Company Date TimeSignature
ClientSampled by
Emily SchubertReceived by
ClientRelinquished by
Alla PrysyazhnyukAnalyzed by
Results Called by
NVL
NVL
2/17/20
2/24/20
1440
Print Name
Entered By: Kelly AuVu
Date: 2/17/2020
Time: 4:02 PM
Special
Instructions:
page 15 of 18
Terracon - Mountlake Terrace 2003553.00
27
Company NVL Batch Number
Total Number of Samples
Philip Arnold Park - Restroom Building
5 DaysTAT
2/24/2020Due Date 2:40 PMTime
(425) 771-3549Fax
scott.parker@terracon.comEmail
Project Manager Mr. Scott Parker
(425) 771-3304
(206) 714-7152Cell
Phone
Rush Samples
Rush TAT
NoAH
81207090Project Name/Number:Project Location:
Sample ID Description A/RLab ID
ASBESTOS LABORATORY SERVICES
Subcategory
Item Code
PLM Bulk
Metals
ASB-02 EPA 600/R-93-116 Asbestos by PLM <bulk>
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Address
07B19 A20033165
08A20 A20033166
08B21 A20033167
08C22 A20033168
09A23 A20033169
09B24 A20033170
10A25 A20033171
10B26 A20033172
10C27 A20033173
Office Use Only Print Name Company Date TimeSignature
Faxed Emailed
Company Date TimeSignature
ClientSampled by
Emily SchubertReceived by
ClientRelinquished by
Alla PrysyazhnyukAnalyzed by
Results Called by
NVL
NVL
2/17/20
2/24/20
1440
Print Name
Entered By: Kelly AuVu
Date: 2/17/2020
Time: 4:02 PM
Special
Instructions:
page 16 of 18
page 17 of 18
page 18 of 18
Sincerely,
Shalini Patel, Lab Supervisor
RE:Total Metal Analysis
Method: EPA 7000B Lead by FAA <paint>
Item Code: FAA-02
February 18, 2020
Terracon - Mountlake Terrace
Scott Parker
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Enc.: Sample results
NVL Batch # 2003554.00
Client Project: 81207090
Location: Philip Arnold Park
Dear Mr. Parker,
NVL Labs received 6 sample(s) for the said project on 2/17/2020. Preparation of these samples
was conducted following protocol outlined in EPA 3051/7000B , unless stated otherwise.
Analysis of these samples was performed using analytical instruments in accordance with EPA
7000B Lead by FAA <paint>. The results are usually expressed in mg/Kg and percentage (%).
Test results are not blank corrected.
For recent regulation updates pertaining to current regulatory levels or permissible exposure
levels, please call your local regulatory agencies for more detail.
At NVL Labs all analyses are performed under strict guidelines of the Quality Assurance
Program. This report is considered highly confidential and will not be released without your
approval. Samples are archived after two weeks from the analysis date. Please feel free to
contact us at 206-547-0100, in case you have any questions or concerns.
page 1 of 4
Analysis Report
Total Lead (Pb)
Philip Arnold Park
Terracon - Mountlake TerraceClient:
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Mr. Scott ParkerAttention:
Address:
Project Location:Samples Received: 6
Samples Analyzed: 6
Client Project #: 81207090
Batch #: 2003554.00
Date Received: 2/17/2020
Lab ID Client Sample #
Sample
Weight (g)
Results
in mg/Kg
Results in
percent
RL in
mg/Kg
Matrix: Paint
Method: EPA 3051/7000B
20033174 Pb-01 0.1641 61 <61 0.0061<
20033175 Pb-02 0.0425 120 <120 0.012<
20033176 Pb-03 0.1174 85 <85 0.0085<
20033177 Pb-04 0.1854 54 <54 0.0054<
20033178 Pb-05 0.1210 83 150 0.015
20033179 Pb-06 0.1973 51 530 0.053
FAA-02
ClientSampled by:
Yasuyuki HidaAnalyzed by:
Shalini PatelReviewed by:
02/18/2020Date Analyzed:
02/18/2020Date Issued:
Small sample size (<0.05g) for Pb-02.Comments:
Bench Run No:2020-0218-3
mg/ Kg =Milligrams per kilogram RL = Reporting Limit
Percent = Milligrams per kilogram / 10000 '<' = Below the reporting Limit
Note : Method QC results are acceptable unless stated otherwise.
Unless otherwise indicated, the condition of all samples was acceptable at time of receipt.
Shalini Patel, Lab Supervisor
page 2 of 4
Terracon - Mountlake Terrace 2003554.00
6
Company NVL Batch Number
Total Number of Samples
Philip Arnold Park
5 DaysTAT
2/24/2020Due Date 2:40 PMTime
(425) 771-3549Fax
scott.parker@terracon.comEmail
Project Manager Mr. Scott Parker
(425) 771-3304
(206) 714-7152Cell
Phone
Rush Samples
Rush TAT
NoAH
81207090Project Name/Number:Project Location:
Sample ID Description A/RLab ID
LEAD LABORATORY SERVICES
Subcategory
Item Code
Flame AA (FAA)
Metals
FAA-02 EPA 7000B Lead by FAA <paint>
21905 64th Ave. W #100
Mountlake Terrace, WA 98043
Address
Pb-011 A20033174
Pb-022 A20033175
Pb-033 A20033176
Pb-044 A20033177
Pb-055 A20033178
Pb-066 A20033179
Office Use Only Print Name Company Date TimeSignature
Faxed Emailed
Company Date TimeSignature
ClientSampled by
Emily SchubertReceived by
ClientRelinquished by
Yasuyuki HidaAnalyzed by
Results Called by
NVL
NVL
2/17/20
2/18/20
1440
Print Name
Entered By: Kelly AuVu
Date: 2/17/2020
Time: 4:09 PM
Special
Instructions:
page 3 of 4
page 4 of 4
APPENDIX C
SAMPLE LOCATION MAPS
BULK SAMPLE LOCATIONS
Philip Arnold Park - Renton, WA
720 Jones Avenue
Renton, WA
21905 64th Ave W, Ste 100
Mountlake Terrace, WA 98043-2251
81207090
Project Manager:
Drawn by:
Checked by:
Approved by:
JAL
CAA
SRP
Not to Scale
Feb 2020
Project No.
Scale:
File Name:
Date: 1
Figure SRP
N/A
08A
10A (roof)
Pb-06
03C
Pb-04 Pb-03
Pb-05
01A
10B (roof)
01C
06A
07A
09A
09B
07B
01B
06B
02A
03A
Pb-01
Pb-02
01E
02C
03B
08C
10C (roof)
01D
04C
04B
05A
02B
04A
08B
JMc
APPENDIX D
TRAINING CERTIFICATES
APPENDIX E
MATERIAL PHOTOGRAPHS
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
Philip Arnold Park, Renton, WA – Restroom Building
HA No. 1. – Gypsum wallboard with joint compound
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
HA No. 2. – 6” Brown vinyl covebase with mastic
HA No. 3. – Mastic beneath carpet squares
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
HA No. 4. – Black vinyl floor sheeting with mastic
HA No. 5. – Black sink undercoating
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
HA No. 6. – Ceramic wall tile with grout and mastic
HA No. 7. – Ceramic floor tile with grout and mortar
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
HA No. 8. – Concrete masonry unit with mortar
HA No. 9. – Sealant at exterior restroom doors
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
HA No. 10. – Asphaltic roofing material
HA No. 11 – Asphaltic sealant at roof penetrations (assumed)
Pb-01 – White paint on GWB
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
Pb-02 – Yellow paint on wood – interior
Pb-03 – Brown paint on metal
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
Pb-04 – Yellow paint on metal
Pb-05 – Gray paint on CMU
Asbestos and Lead Assessment Report
Philip Arnold Park March 18, 2020
PND Engineers, Inc.Terracon Consultants, Inc. #81207090
Pb-06 – Yellow paint on wood – exterior
PHILIP ARNOLD PARK
APPENDIX D
Boardwalk Plans & Details
PHILLIP ARNOLD PARKPROJECT COMPONENTSSUPPLIED BY PERMATRAKPRECAST CONCRETE TREADSPRECAST CONCRETE BEAMSRUBBER LEVELING PADS3/4" DIAMETER THREADED BARS WITH NUTS AND WASHERS (BEAM TO PIER CONNECTION)PROJECT COMPONENTSPROJECT COMPONENTSPROJECT COMPONENTSPROJECT COMPONENTSSUPPLIED BY CONTRACTORHILTI HY-200 EPOXY ADHESIVE (ANCHORING SYSTEM CONNECTION)SHIMS AND NON-SHRINK GROUT (LEVELING FOR PRECAST COMPONENTS)RAILING AND CONNECTION HARDWAREHELICAL PIERS AND CONNECTION HARDWARECLIP ANGLES WITH 3/4" DIAMETER RODS, WASHERS AND NUTS(6x6x3/8x0'-4")CAST-IN-PLACE CONCRETEEXPANSION JOINT MATERIALPRECAST CONCRETE CURBS 3/4" x 10" LONG THREADED RODS WITH NUTS AND OVERSIZED WASHERS (ALL GALVANIZED) (CURB TO TREAD CONNECTION) 2. Piers shall be designed for lateral earth pressure, live load surcharge and structureloads.Applied Pier Loads:Compression: 17 kips (Service)Lateral: 1 kip (Service)3. Railing shall be designed in accordance with AASHTO specifications. The railingsupplier is responsible for the engineering of the detailed railing in accordance with theproject specifications.4. All geotechnical recommendations contained in the report of subsurface investigationshall be followed. Report "SUPPLEMENTAL GEOTECHNICAL RECOMMENDATIONS -BOARDWALK FOUNDATION SUPPORT ALTERNATIVES - PHILLIP ARNOLD PARKIMPROVEMENTS" was dated 05/25/21 and produced by ZIPPERGEOGEOPROFESSIONAL CONSULTANTS.5. PermaTrak is not responsible for the design of the helical piers. Helical pierfoundations to be designed by the helical pier supplier.2. All reinforcing shall be Grade 60 conforming to ASTM A615.1. All bolts, nuts, washers, and hardware shall meet ASTM A307 Grade A, and shall behot dipped galvanized after fabrication in accordance with ASTM A153. MATERIALGENERAL NOTES1. This structure has been designed in accordance with the project architects plan layoutand guidelines. Suitability for access and intended usage shall be the responsibility of thearchitect.2. Vehicular access larger than the design live load shall be limited by permanentphysical means.3. Prior to construction the contractor shall verify all elevations through the projectarchitect.4. Only PermaTrak North America may provide the precast structure shown on theseplans.1. Boardwalk shall be designed in accordance with the AASHTO LRFD bridge designspecifications and the LRFD guide specification for the design of pedestrian bridges.Design Live Load:Pedestrian Loading - 90 psf UniformVehicular Loading - H-5 Truck (10,000 lb. Vehicle Load)DESIGN DATAFOR REVIEW& APPROVALRailing By Others (Typ.)PROJECT TITLE:654321LOUISIANAOHIOTEXASNORTH CAROLINASHEET NO.CHECKED BY:DRAWN BY:DESIGNED BY:DATE:JOB NUMBER:PREPARED FOR:©2014 by PermaTrak®thisdrawing contains informationthat is proprietary to andproperty of PermaTrak® andshall be kept confidential. Noduplication or distribution of thisdrawing may be made withoutthe express written consent ofPermaTrak® except for thelimited purposes set forth in thecontract between PermaTrak®and party for whom thisdrawing was made.NO.DATEBY:DESCRIPTIONwww.permatrak.com TEL: 877-332-78622021-155609/01/2021KASKASRPUPHILLIP ARNOLD PARKRENTON, WAHBB LANDSCAPEARCHITECTUREOFFICE LOCATIONSFLORIDAPatented Product: U.S. Patent #5,906,084 #8,302,362 #8,522,505 #8,839,588 #9,096,975PT01APPROXIMATE NUMBER OF COMPONENTS REQUIRED - PIERSTRUCTURES*:BOARDWALKLENGTH# HELICALPIERS# BEAMS# CLIP ANGLES# CURBSRAILING LF144.00 FT +-2018584264.00 FT +-
BOARDWALK PLANScale = 1/4" = 1'-0"5 1/2" Thick x Varies Wide x 8-0" LongPrecast Concrete PermaTrak TreadsPlus Joints @ 1/8"+- Per JointC BoardwalkLNOTE:1. Boardwalk Plan View Does Not Show Curved Alignment. For Curved Alignment Detail See Typical Skew Detail on PT05. 144'-0"8'-0"4'-0"4'-0"PermaTrakBeam (Typ.)HelicalPier (Typ.)C RailingBy Others (Typ.)LPermaTrak Curb (Typ.)1/8" Rubber Leveling Pad(Supplied By PermaTrak)PermaTrakTread (Typ.)PermaTrakBeamTYPICAL TREAD SPACING DETAILScale: Not To Scale 1/2" Max.Spacing1/8" Min.1/8" Rubber Leveling Pad(Supplied By PermaTrak)*Shim & Non-ShrinkGrout As RequiredPermaTrakTread (Typ.)TYPICAL SECTION - WITH RAILINGScale = 1/2" = 1'-0"8'-0"ApproximateGrade Line5 1/2" ThickPermaTrak TreadVariesVariesDETAILAPT047'-0" ClearPermaTrakBeam*Note:Due to tolerances and variance in precast production and installationaccuracy, shimming and grouting may be required. Where requiredthe entire bearing area and void shall be shim and grouted withnon-shrink grout.TYPICAL SHIM/GROUT DETAILScale: Not To Scale (UNDER TREAD)Helical Pier(By Others) (Typ.)Varies
See Site PlansBattered Helical Pier & BracingAs Required By Helical Designer(By Others) (Typ.)TYPICAL SECTION -WITH CURBScale = 1/2" = 1'-0"8'-0"ApproximateGrade Line5 1/2" ThickPermaTrak TreadVariesVaries6'-9" ClearHelical Pier(By Others) (Typ.)VariesSee Site PlansBattered Helical Pier & BracingAs Required By Helical Designer(By Others) (Typ.)DETAILPT03A2'-6" Max.Railing(By Others)FOR REVIEW& APPROVALRailing By Others (Typ.)PROJECT TITLE:654321LOUISIANAOHIOTEXASNORTH CAROLINASHEET NO.CHECKED BY:DRAWN BY:DESIGNED BY:DATE:JOB NUMBER:PREPARED FOR:©2014 by PermaTrak®thisdrawing contains informationthat is proprietary to andproperty of PermaTrak® andshall be kept confidential. Noduplication or distribution of thisdrawing may be made withoutthe express written consent ofPermaTrak® except for thelimited purposes set forth in thecontract between PermaTrak®and party for whom thisdrawing was made.NO.DATEBY:DESCRIPTIONwww.permatrak.com TEL: 877-332-78622021-155609/01/2021KASKASRPUPHILLIP ARNOLD PARKRENTON, WAHBB LANDSCAPEARCHITECTUREOFFICE LOCATIONSFLORIDAPatented Product: U.S. Patent #5,906,084 #8,302,362 #8,522,505 #8,839,588 #9,096,975PT02
FOR REVIEW& APPROVALRailing By Others (Typ.)PermaTrakTread (Typ.)1/4" Minimum Shim & Non-ShrinkGrout As Required For Uniform BearingC 3/4" Dia. x 1'-6 ThreadedBar With Nut & WasherL1/2" ExpansionJoint MaterialBeginning Or Ending Of BoardwalkConcrete Approach Slab8"**45°TYPICAL APPROACH DETAILScale: 1" = 1'-0"Flat PlateHelical PierPermaTrakBeam* See Site Drawings For Dimensioning, Reinforcement, And Concrete Material Requirements Of Approach Slab.Note: Curb And/Or Railing Not Shown For Clarity.4"2" Clr.(Typ. All Around)#4 Hook Bar @ 18" o.c.Each Face(2) Rows of 2-#4 Bars2 - #4 BarsApproximateGround LineNotes:1. Nut Shall Be Securely Fastened Below HelicalFlat Plate. Use Locking Nut Or Deform ThreadsBelow To Prevent Loosening.2. Completely Cover The Threaded Bar, Nut &Washer At The Beam Connection And Fill TheVoid With Epoxy Adhesive Or Non-Shrink Grout.1/8" Rubber Leveling Pad(Supplied By PermaTrak)C 3/4" Dia. x 1'-6" ThreadedBar With Nut & WasherLPermaTrakTread (Typ.)1/8" Rubber Leveling Pad(Supplied By PermaTrak)PermaTrakBeam (Typ.)Flat PlateHelical Pier1/4" Minimum Shim & Non-ShrinkGrout As Required For Uniform BearingTYPICAL PIER CONNECTION DETAILScale: 1" = 1'-0"1/2"±Note: Curb And/Or Railing Not Shown For Clarity.Notes:1. Nut Shall Be Securely Fastened Below HelicalFlat Plate. Use Locking Nut Or Deform ThreadsBelow To Prevent Loosening.2. Completely Cover The Threaded Bar, Nut &Washer At The Beam Connection And Fill TheVoid With Epoxy Adhesive Or Non-Shrink Grout.8 1/2"Beam Bearing Requirement: Beam Shall Bear AMinimum Of 6" On Foundation System. ContactPermaTrak Engineering If This Bearing DistanceIs Not Achieved.Note:The Designs Shown Are Minimums.Modifications Are Permitted But ShallBe Supported By An EngineeredStamped Design And Submittal.1'-4"1'-4"3 3/4"3 3/4"8 1/2"8"8"2 1/2"x1 1/4"Slotted Hole (Typ.)1/2" Thick Gusset PlateStiffeners (Galv.) (Typ.)LC Thru Bolts1'-4"4"4"1/2"
10"3 1/4"I.D.3 3/4"O.D.HELICAL PIER FLAT PLATE DETAILScale: Not To Scale1'-4" x 1'-4" Min.Flat PlateThru BoltsHelical Pier Notes:1.Minimum Design Loads Are Noted On PT012.Helical Pier, Flat Plate Assembly, Gusset Plates, And Hardware Shall Be Hot-Dipped Galv. Flat Plate Assembly Shall Have (2) Slotted (2" x 1 1/4") Holes For Beam Connection.3.Depth Of Helical Pier To Be Designed ByThe Helical Pier Engineer.4.Cross Bracing Of Helical Piers May BeRequired For Stability And Shall Be DetailedBy Helical Pier Engineer.Helical PierSlottedHolePlate AssemblyDesigned ByHelical PierEngineerGusset PlateStiffeners AsRequiredTYPICAL HELICAL PIER FLAT PLATE DETAILScale: Not To ScalePROJECT TITLE:654321LOUISIANAOHIOTEXASNORTH CAROLINASHEET NO.CHECKED BY:DRAWN BY:DESIGNED BY:DATE:JOB NUMBER:PREPARED FOR:©2014 by PermaTrak®thisdrawing contains informationthat is proprietary to andproperty of PermaTrak® andshall be kept confidential. Noduplication or distribution of thisdrawing may be made withoutthe express written consent ofPermaTrak® except for thelimited purposes set forth in thecontract between PermaTrak®and party for whom thisdrawing was made.NO.DATEBY:DESCRIPTIONwww.permatrak.com TEL: 877-332-78622021-155609/01/2021KASKASRPUPHILLIP ARNOLD PARKRENTON, WAHBB LANDSCAPEARCHITECTUREOFFICE LOCATIONSFLORIDAPatented Product: U.S. Patent #5,906,084 #8,302,362 #8,522,505 #8,839,588 #9,096,975PT03
FOR REVIEW& APPROVALRailing By Others (Typ.)PT042SECTIONScale: 3" = 1'-0"LPL (Aluminum) 6 x 0'-6"2 1/2" x 2 1/2" PostWelded To Base PlateC 3/8" Dia.Hole (Typ.)1"(Typ.)6"3"3"
6"6"PT02ADETAILScale: 1 1/2" = 1'-0"LC RailingThru Bolt W/Washer & Nut (Typ.)PL (Aluminum) 6 x 0'-6"PT042Notes:1. All holes shall be drilled by contractor.2. One (1) Clip Angle is required on each end of any tread with a handrail post attachment. Two (2) Clip Angles total per individual tread U.N.O. in plan view.3. Anchors shall meet the requirements of ACI 355.4.4. Installation of anchors must occur a minimum of 14days after delivery of concrete material.C 3/4"Ø Threaded Rod,Secured With HIT-HY-200Epoxy Adhesive AnchoringSystem Or Equal.Embedment 2 3/4" Into Tread.Two Anchors Req. Per Angle.L3/8x6x6x0'-4"Clip Angle (Galv.)PermaTrak Tread*PermaTrak Beam*4"Varies* Indicates Supplied ByBoardwalk Manufacturerand Installed by contractorPT041SECTIONScale: 1 1/2" = 1'-0"4"4"Scale: Not To ScaleTREAD TO BEAM CONNECTIONPT041PT02ADETAILScale: 1 1/2" = 1'-0"PT043SECTIONScale: 1 1/2" = 1'-0"PT043PermaTrak Curb4 1/2"C PermaTrak CurbL2"± Gap3"6"5 1/2"
5 1/2"3/4" Dia. x 10" Coiled Rodw/ Nut and Oversized Washer(Galvanized) (See Notes)Sikaflex -11 FCExpansive FillerMaterial (Typ.)Notes:1. 2" diameter preformed holessupplied by PermaTrak.2. Connection hardware suppliedby PermaTrak.3. Fill oversized dowel holes withSikaflex-11 FC or approved equal.4. After tightening nut, deform threadson rod to prevent loosening.5. Threaded rod shall be galvanizedand have Coarse Coiled Threads to fita Meadow Burke CX-28 Coil WingnutInsert.TYPICAL CURVED ALIGNMENT DETAILNote: Curb And/Or Railing Not Shown For Clarity.PROJECT TITLE:654321LOUISIANAOHIOTEXASNORTH CAROLINASHEET NO.CHECKED BY:DRAWN BY:DESIGNED BY:DATE:JOB NUMBER:PREPARED FOR:©2014 by PermaTrak®thisdrawing contains informationthat is proprietary to andproperty of PermaTrak® andshall be kept confidential. Noduplication or distribution of thisdrawing may be made withoutthe express written consent ofPermaTrak® except for thelimited purposes set forth in thecontract between PermaTrak®and party for whom thisdrawing was made.NO.DATEBY:DESCRIPTIONwww.permatrak.com TEL: 877-332-78622021-155609/01/2021KASKASRPUPHILLIP ARNOLD PARKRENTON, WAHBB LANDSCAPEARCHITECTUREOFFICE LOCATIONSFLORIDAPatented Product: U.S. Patent #5,906,084 #8,302,362 #8,522,505 #8,839,588 #9,096,975PT04
FOR REVIEW& APPROVALRailing By Others (Typ.)HELICAL PIER/ANCHOR NOTES V2.4 LAST MODIFIED AUGUST 20211.Design and Performance RequirementsA.Helical piers shall be designed to support the nominal compression and lateral load(s) as shown on the project plans. The overall length, helix configuration and minimum effective torsional resistance of ahelical pier shall be such that the required geotechnical capacity is developed by the helix plate(s) in an appropriate bearing stratum(s).B.All steel structure pier components shall be designed within the limits provided by the American Institute of Steel Construction (AISC). Either Allowable Stress Design (ASD) or Load and Resistance FactorDesign (LRFD) are acceptable methods of analysis.C.Except where noted otherwise on the project plans, all piers shall be installed to provide a minimum factor of safety against ultimate compression resistance of 2.0, a maximum axial deflection at designcompression load of 0.5 inches, and must satisfy the deflection criteria as stated on the plans or drawings.D.Except where noted otherwise on the project plans, each pier shall be designed to meet a corrosion service life of 50 years.E.The anchorage design shall take into account such pier spacing, soil stratification, corrosion and strain compatibility issues as are present for the project.2.Qualifications of Installing Contractor and DesignerThe installing contractor and pier designer shall submit to the owner or owner's representative a proposal including the following documentation. Work shall not begin until all the submittals have been receivedand approved by the owner. All costs associated with incomplete or unacceptable submittals shall be the responsibility of the installing contractor.A. Evidence of installing contractor's competency in installation of helical piers shall be provided to the owner's satisfaction and may include any or all of the following:1.Pier manufacturer's certificate of competency in installation of helical piers, or2.A list of at least three projects completed within the previous three years wherein the installing contractor installed helical piers similar to those shown in the project plans, such list to include names andphone numbers of those project owner's representatives who can verify the installing contractor's participation in those projects, or3.A letter from the pier manufacturer, distributor or manufacturer's representative expressing ability and intent to provide on-site supervision of the pier installation.B.A listing of all safety violations logged against the installing contractor within the previous three years and the current status or final resolutions thereof. Descriptions of safety improvements instituted withinthe previous three years may also be submitted, at the installing contractor's discretion.C.Evidence of pier designer's competence in the design of helical piers shall be provided to the owner's satisfaction and shall include all of the following:1.Registration as a professional engineer or recognition by the local jurisdictional authority.2.A list of at least three projects completed within the previous three years wherein the pier designer designed helical piers similar to those shown in the project plans, such list to include names and phonenumbers of those project owner's representatives who can verify the engineer's participation in those projects.3.Recommendation from the pier manufacturer, distributor or manufacturer's representative.3.Pre-Construction SubmittalsA.Within two weeks of receiving the contract award, the installing contractor and/or pier designer shall submit the following helical pier design documentation:1.Shop drawing submittal including at minimum, the helical plate and specific helical pier cut sheet, which shall be signed and sealed by a structural engineer.2.Certification from the pier designer that the proposed piers meet the requirements stated herein.3.Qualifications of pier installer per sections 2A and 2B4.Qualifications of pier designer per section 2C5.Product designations for helix and extension sections and all ancillary products to be supplied at each helical pier location6.Individual anchorage nominal loads7.Individual anchorage pre-tensioning requirements (if any)8.Manufacturer's published allowable system capacities for the pier assemblies, including load transfer devices9.Calculated theoretical geotechnical capacity of piers10.Minimum effective torsional resistance criteria11.Maximum allowable installation torque of pier12.Minimum embedment lengths and other site-specific embedment depth requirements that may be appropriate for the site soil profiles13.Inclination angle and location tolerance requirements14.Copies of certified calibration reports for torque measuring equipment and load test measuring equipment to be used on the project. The calibrations shall have been performed within one year of theproposed starting date for helical pile installation or as recommended by the equipment manufacturer based on the proposed starting date.15.Complete calculation submittal displaying structural and geotechnical capacity of the helical pier and connection plate. Calulation submittal shall be signed and sealed by a structural engineer.4.Placement RequirementsA.When helical pier placement is shown on the project plans, production piers shall be placed such that the anchor head is within 1 inch laterally and 1 inch longitudinally, and the pier shaft alignment is within2 degrees of the inclination angle, shown on the project plans.B.When pier placement is not shown on the project plans, the placements, alignments and their respective tolerances shall be included as part of the design submittal.5.Pier InstallationA.Helical pier installation shall only begin after review and approval of the submitted testing data.B.Before entering the construction site to begin work, the installing contractor shall provide proof of insurance coverage as stated in the general specifications and/or contract.C.Installing contractor shall furnish and install all helical piers per the project plans and approved anchorage design documentation. In the event of conflict between the project plans and the approved anchoragedesign documentation, the installing contractor shall not begin construction on any affected items until such conflict has been resolved.D.The installing contractor shall conduct his construction operations in a manner to ensure the safety of persons and property in the vicinity of the work. The installing contractor's personnel shall comply withsafety procedures in accordance with OSHA standards and any established project safety plan.E.The installing contractor shall request marking of underground utilities by an underground utility location service as required by law and shall avoid contact with all marked underground facilities.F.The portion of the construction site occupied by the installing contractor, his equipment and his material stockpiles shall be kept reasonably clean and orderly.G.Installation of helical piers may be observed by representatives of the owner for quality assurance purposes. The installing contractor shall give the owner's representative at least 24 hours prior notice of pierinstallation operations.H.The helical pier installation technique shall be such that it is consistent with the geotechnical, logistical, environmental, and load carrying conditions of the project. The lead section shall be positioned at thelocation as shown on the pier design drawings. The helical pier sections shall be engaged and advanced into the soil in a smooth, continuous manner at a rate of rotation of 5 to 25 rpms. Sufficient downpressure (crowd) shall be applied to uniformly advance the helical pier sections a distance approximately equal to the pitch of the helix plate (typically 3 inches) per revolution. The rate of rotation andmagnitude of down pressure shall be adjusted for different soil conditions and depths. Extension sections shall be provided to obtain the required minimum overall length and minimum effective torsionalresistance as shown on the project plans.I.Installation tolerances are as follows: Piers shall be driven with a variation of not more than 1/4" per foot from the vertical or from the batter line indicated. Upon completion of driving and released fromleads, exposed piles shall not have a variation of more than 2 inches at the cut-off elevation from the position shown on the plans.6.Termination Criteria6.Termination CriteriaThe minimum overall length criteria and the minimum effective torsional resistance criteria as specified in the pre-construction submittals must be satisfied prior to terminating the pier installation. In the eventany helical pier fails to meet these production quality control criteria, the following pre-qualified remedies are authorized:A.If the installation fails to meet the minimum effective torsional resistance criterion at the minimum embedment length:1.Continue the installation to greater depths until the torsional resistance criterion is met, provided that, if a maximum length constraint is applicable, continued installation does not exceed said maximumlength constraint, or2.Demonstrate acceptable pier performance through proof testing, or3.Replace the pier with one having a different helix configuration. The replacement pier must not exceed any applicable maximum embedment length and either (a) be embedded to a length that places its lasthelix at least three times its own diameter beyond the position of the first helix of the replaced pier and meet the minimum effective torsional resistance criterion, or (b) pass proof testing.B.If the torsional resistance during installation reaches the helical pier's maximum allowable torque rating prior to satisfaction of the minimum embedment length criterion:1.Terminate the installation at the depth obtained if allowed by the owner's representative, or2.Replace the pier with one having a shaft with a higher torsional strength rating. This replacement pier must be installed to satisfy the minimum embedment length criterion. It must also be embedded to alength that places its last helix at least three times its own diameter beyond the position of the helix of the replaced pier without exceeding any applicable maximum embedment length requirements and itmust meet the minimum effective torsional resistance criterion, or3.Replace the pier with one having a different helix configuration. This replacement pier must be installed to satisfy the minimum embedment length criterion. It must also be embedded to a length that placesits last helix at least three times its own diameter beyond the position of the first helix of the replaced pier without exceeding any applicable maximum embedment length requirements, and it must meet theminimum effective torsional resistance criterion, or4.If allowed by the pier location tolerance or approved by the owner's representative, remove and reinstall the pier at a position at least three times the diameter of the largest helix away from the initial location.Original embedment length and torsional resistance criteria must be met. This pier repositioning may require the installation of additional helical piers with nominal loads adjusted for these spacing changes.C.If the installation reaches a specified maximum embedment length without achieving the minimum effective torsional resistance criterion:1.If allowed by the pier location tolerance or approved by the owner's representative, remove and reinstall the pier at a position at least three times the diameter of the largest helix away from the initial location.Original embedment length and torsional resistance criteria must be met. This pier repositioning may require the installation of additional helical piers with nominal loads adjusted for these spacing changes,or2.Demonstrate acceptable pier performance through proof testing, or3.De-rate the load capacity of the helical pier and install additional piers, as necessary. The de-rated capacity and additional pier location shall be subject to the approval of the owner's representative, or4.Replace the pier with one having a different helix configuration. This replacement pier must be installed to satisfy the minimum embedment length criterion and it must meet the minimum effective torsionalresistance criterion.D.If a helical pier fails to meet acceptance criteria in a performance or proof test:1.Install the pier to a greater depth and installation torque and re-test provided that, if a maximum embedment length constraint is applicable, continued installation will not exceed said maximum lengthconstraint, or2.Replace the pier with one having more and/or larger helix plates. It must be embedded to a length that places its last helix at least three times its own diameter beyond the position of the first helix of thereplaced pile without exceeding any applicable maximum embedment length requirements. This replacement pile must be re-tested, or3.If approved by the owner's representative, de-rate the load capacity of the helical pier and install additional piers. Additional piers must be installed at positions that are at least three times the diameter of thelargest helix away from any other pier locations and are approved by the owner's representative. Piers installed in cohesive soils shall not be spaced closer than four helix diameters.E.Proof testing to qualify a pier under any of the foregoing remedial actions shall not be used to satisfy proof testing frequency requirements shown in the project plans or the design documentation. If a helicalpier fails a production quality control criterion for any other reason, any proposed remedy must be approved by the owner's representative prior to initiating its implementation at the project site.7.Installation Record SubmittalsA.The installing contractor shall provide the owner, or his authorized representative, copies of individual helical pier installation records within 24 hours after each installation is completed. Formal copies shallbe submitted (within 5 days). These installation records shall include, but are not limited to, the following information:1.Date and time of installation2.Location of helical pier3.Actual helical pier type and configuration4.Pier reveal5.Total length of installed pier6.Actual inclination of the pier7.Actual effective torsional resistance8.Calculated geotechnical capacity based on actual torsional resistance9.Comments pertaining to interruptions, obstructions, or other relevant information8.Pier TestingTwo load tests shall be performed in accordance with the latest version of ASTM D1143 and the following criteria:A.Load tests shall be performed on two (2) helical piers after installation in accordance with the plans. The static load capacity test shall be conducted one at a time and shall consist of the following. An initialaxial setting force of 5,000 lbs shall be applied to the helical pier or helical pile. Load increments of 10 to 25% of the design allowable load shall be subsequently applied with a constant time interval betweeneach increment, in accordance with ASTM D1143 quick load test method for individual piles, until the proof load specified on the plans is reached. After the final hold period, the maximum pile headdisplacement shall be recorded. The test shall be deemed successful provided helical pier and helical pile maximum pile head displacement is less than one half (1/2) inch of the design load. In the event of anunsatisfactory test, the helical pier or helical pile shall be installed to additional length and torque until a successful proof load capacity test has been completed. Axial load shall be applied to the helical pierand helical pile during the proof load capacity test utilizing the final bracket assembly configuration. Through the duration of installation and testing, the horizontal movement of the structure to which thehelical piers are attached shall be limited as shown on the plans.B.The installing contractor shall furnish all labor, equipment and pre-production helical piers necessary to accomplish the testing as shown in the approved pier design documentation. Installing contractor shallapply the specified loads for the specified durations and record the specified data, for the specified number of piers. No deviations from the test plan(s) will be allowed without explicit approval in writingfrom the owner's representative.C.Installing contractor shall provide the owner, or owner's representative, copies of raw field test data or reports within 24 hours after completion of each load test. Formal test reports shall be submitted within(5 days) following test completion. Formal test reports shall include, but are not limited to, the following information:1.Name of project and installing contractor2.Name of installing contractor's supervisor during installation3.Name of third party test agency, if any4.Pre-production or production test5.Date, time, and duration of test6.Unique identifier and location of helical pier tested7.Type of test (performance of proof)8.Description of calibrated testing equipment and test set-up9.Actual helical pier type and configuration10.Steps and duration of each load increment11.Cumulative pier head movement at each load step9.CleanupWithin (2 weeks) of completion of the work, the installing contractor shall remove any and all material, equipment, tools, building materials, concrete forms, debris,or other items belonging to the installing contractor or used under the installing contractor's direction.PROJECT TITLE:654321LOUISIANAOHIOTEXASNORTH CAROLINASHEET NO.CHECKED BY:DRAWN BY:DESIGNED BY:DATE:JOB NUMBER:PREPARED FOR:©2014 by PermaTrak®thisdrawing contains informationthat is proprietary to andproperty of PermaTrak® andshall be kept confidential. Noduplication or distribution of thisdrawing may be made withoutthe express written consent ofPermaTrak® except for thelimited purposes set forth in thecontract between PermaTrak®and party for whom thisdrawing was made.NO.DATEBY:DESCRIPTIONwww.permatrak.com TEL: 877-332-78622021-155609/01/2021KASKASRPUPHILLIP ARNOLD PARKRENTON, WAHBB LANDSCAPEARCHITECTUREOFFICE LOCATIONSFLORIDAPatented Product: U.S. Patent #5,906,084 #8,302,362 #8,522,505 #8,839,588 #9,096,975Helical Notes
FOR REVIEW& APPROVALRailing By Others (Typ.)PROJECT TITLE:654321LOUISIANAOHIOTEXASNORTH CAROLINASHEET NO.CHECKED BY:DRAWN BY:DESIGNED BY:DATE:JOB NUMBER:PREPARED FOR:©2014 by PermaTrak®thisdrawing contains informationthat is proprietary to andproperty of PermaTrak® andshall be kept confidential. Noduplication or distribution of thisdrawing may be made withoutthe express written consent ofPermaTrak® except for thelimited purposes set forth in thecontract between PermaTrak®and party for whom thisdrawing was made.NO.DATEBY:DESCRIPTIONwww.permatrak.com TEL: 877-332-78622021-155609/01/2021KASKASRPUPHILLIP ARNOLD PARKRENTON, WAHBB LANDSCAPEARCHITECTUREOFFICE LOCATIONSFLORIDAPatented Product: U.S. Patent #5,906,084 #8,302,362 #8,522,505 #8,839,588 #9,096,975Precast SpecsPermaTrak North America LLCPh: (864) 354-4870Ph: 877-332-7862www.permatrak.comContact: Mr. John Pylejpyle@permatrak.comPRECAST CONCRETE BOARDWALK SYSTEMPART 1-GENERAL1.1SUMMARYA.These specifications are for a precast concrete boardwalk and shall be regarded as minimumstandards for this project. These specifications are based upon products designed and supplied by:This item shall also include the design, specification, and construction of a railing and foundationsystem that is attached to the proposed boardwalk system.1.2 ALTERNATE REQUIREMENTS: Alternates are allowed provided that the followingminimum standards and these “Precast Concrete Boardwalk System” specifications are met.A.“Minimum Standards” as outlined in section 1.3 below must be met.B.A fully engineered drawing of the precast boardwalk system (including tread layout, structuraldetails designed for the design loads shown on the contract documents, foundation design, fullelevation view and layout) must be submitted 2 weeks before the bid date and signed and sealed by aProfessional Engineer licensed in the state of the above named project. Approved alternates will benotified by addenda prior to the bid date. Only pre-approved alternates will be considered.C.Submission of complete design calculations that are signed and sealed by a licensed ProfessionalEngineer in the state of the above named project. The design computations shall include referencesto all applicable AASHTO code references, documentation of computer programs (including designparameters), and a clearly detailed reinforcement rebar submittal (including sketches of all precastconcrete components.D.Submittal must meet the requirements set forth in section 1.6a.1.3MINIMUM STANDARDS: The selected boardwalk shall have the following minimumcharacteristics:A.The precast system shall be designed as a modular flexible system allowing a prescribed settlementat pier locations. Joints shall be designed for such movement to occur without damage to thestructural integrity of the system.B.Boardwalk system (beams, treads, and curbs if applicable) must be reinforced precast concrete. Amaterial change, including cast-in-place concrete, is not considered an equal to the design shown onthe bid documents.C.Walking surface (treads) shall be made of reinforced precast concrete, and supported by reinforcedprecast concrete beams. Where applicable, edges of treads will receive precast concrete curbs.D.Walking surface (finish) of top surface of treads shall have a formliner finish with one ofPermaTrak's standard textures. Texture must be integral with the concrete and shall not be an appliedpost pour wearing surface.E.Precast concrete treads shall be structural load bearing elements and shall interlock with one anothervia a “tongue and groove” connection.F.All precast shall consist of integrally colored concrete in a color selected by the owner from one ofPermaTrak's “standard colors”.G.DESIGN LOADS: See PT01 for pedestrian and vehicular design live loads.H.Treads shall maintain a “boardwalk appearance”, specifically meaning each tread shall have a width:length ratio ranging from a minimum of 3:1 to a maximum of 14:1. Width is defined as the treaddimension perpendicular to the normal direction of travel. Length is defined as the tread dimensionmeasured in the direction of travel.I.Tread width shall be as noted on the contract drawings. Alignment should follow the horizontal andvertical alignment shown on the contract plans. ELEVATED PRECAST CONCRETE BOARDWALKJ.Connectors for curbs (if applicable) to treads shall not be visible to boardwalk users while viewedfrom the top of the walkway.K.All tread-to-beam connectors shall be non-corrosive, and hidden from view. Metallic tread-to-beamconnectors are not acceptable for this project.L.Boardwalk supplier shall provide a field representative on site for a minimum of 2 days. Fieldrepresentative shall be knowledgeable in the installation of precast concrete boardwalks.1.4QUALITY ASSURANCEA.The contractor performing the installation of the pile foundations shall have installed piles of sizeand length similar to those shown on the plans for a minimum of three (3) years prior to the bid datefor this project. The contractor shall submit a list containing at least three (3) projects completed inthe last three (3) years on which the contractor has installed piles of a size and length similar to thoseshown on the plans. The list of projects shall contain names and phone numbers of owner'srepresentatives who can verify the Contractor's participation on those projects.B.Manufacturer Qualifications: Not less than 10 years experience in the actual production of precastproducts as described below.1.Components shall be factory fabricated and engineered by single entity. This entity shall beregistered to do business in the State of the project location.2.Boardwalk supplier (Precaster) for the boardwalk shall have in-house color mixing facilities forcolor pigmentation.3.Boardwalk supplier (Precaster) shall have either a minimum experience of 5 years or 50boardwalk projects in design, production, and field consultation.4.Boardwalk supplier (Precaster) must be certified by PCI or NPCA.5.Precast components must be manufactured with the use of hot rolled steel skin in reinforcedsteel forms. Temporary (i.e., Timber) and/or single use forms are unacceptable unless approvedin writing by the Boardwalk Engineer.C.Acceptability Criteria for Treads and Curbs (if applicable): The finished visible (in the final installedposition) surface shall have no obvious imperfections other than minimal color or texture variationsfrom the approved samples or evidence of repairs when viewed in good typical daylight illuminationwith the unaided naked eye at a 20 ft. viewing distance. Appearance of the surface shall not beevaluated when light is illuminating the surface from an extreme angle as it tends to accentuate theminor surface irregularities. The following is a list of finish defects that shall be properly repaired, ifobvious when viewed at a 20 ft. distance. Patching (by a trained skilled concrete repair person) is anacceptable repair method.1.Ragged or irregular surfaces.2.Excessive air voids (commonly called bug holes) larger than ¼ in. evident on the top surface ofthe tread or curbs (if applicable).3.Adjacent flat and return surfaces with greater texture and/or color differences than the approvedsamples or mockups.4.Casting and/or aggregate segregation lines evident from different concrete placement lifts andconsolidation.5.Visible mold joints or irregular surfaces.6.Rust stains on exposed surfaces.7.Units with excessive variation in texture and/or color from the approved samples, within theunit or compared with adjacent units.8.Blocking stains evident on exposed surfaces.9.Areas of backup concrete bleeding through the facing concrete.10.Foreign material embedded in the surface.11.Visible repairs at a 20 ft. viewing distance.12.Reinforcement shadow lines.13.Cracks visible at a 20 ft. viewings distance.D.Installer Qualifications: Firm with 3 years experience in installation of systems similar in complexityto those required for this Project.E.Mock-Up: Provide, if required by Architect/ Engineer, a mock-up for evaluation of the boardwalkshowing the surface preparation techniques and application workmanship.1.Finish areas designated by Architect / Engineer.2.Do not proceed with remaining work until mock-up is accepted by Architect / Engineer.3.Refinish mock-up area as required to produce acceptable work.1.5DESIGNA.For applications requiring minimum disturbance due to tree roots or other existing objects specifiedby the Owner to be avoided during construction, the Boardwalk Manufacturer requires theContractor or Engineer/Architect to provide a survey of the proposed boardwalk location identifyingitems of interest including tree roots that cannot be disturbed per the Owner.B.The designer of the boardwalk, foundation and railing system shall be a qualified registeredProfessional Engineer licensed in the State of the project location and having a minimum of 20 yearsof experience in the design of concrete structures, foundation and railing systems.C.The foundation design shown on the boardwalk drawings are based recommendations found in thegeotechnical report entitled referenced on PT01 (if applicable).D.DESIGN CRITERIA: The design of the boardwalk and railing system shall comply with thefollowing guidelines:1.AASHTO LRFD Guide Specifications for The Design of Pedestrian Bridges, 2nd Edition.2.AASHTO LRFD Bridge Design Specifications, 8th Edition.3.American Concrete Institute - Building Code and Commentary, ACI 318-19 and ACI 318R-19.4.In addition to the dead loads of the system, the structure shall be designed for the live loadsdefined in Section 1.3.G above.1.6SUBMISSIONS: Prior to the start of fabrication or construction, the Contractor shall submit to theEngineer a design package, which shall include, but is not limited to, the following:A.FOR APPROVAL SUBMISSIONS: Prior to the start of fabrication or construction, the Contractorshall submit to the Engineer a design package, which shall include but not limited to the following:1.DETAILED PLANS:a.REGISTRATION / SEAL: Sealed by a licensed Professional Engineer in the state of theproject location.b.PLAN VIEW: Full plan view of the boardwalk, foundation and railing system drawn toscale. The plan view must reflect the proposed horizontal alignment as shown on thedesign plans.c.ELEVATION VIEW: Full elevation view of the boardwalk, railing and foundation systemdrawn to scale which reflect the actual vertical alignment. Elevation views shall indicatethe elevation at the top and bottom of the boardwalk and foundation system components,horizontal and vertical break points, and location of the finished grade.d.DETAILS: Details of all boardwalk and railing system components and their connectionssuch as the length, size and where changes occur; connections; etc.e.CODE REFERENCE: Design parameters used along with AASHTO references.2.DESIGN COMPUTATIONS (IF REQUIRED): computations shall:a.Be stamped by a licensed Professional Engineer in the State of the project location.b.Clearly refer to the applicable AASHTO provisions.c.Include documentation of computer programs including all design parameters.d.Clearly show that all reinforced precast treads and beams meet AASHTO requirements forthe loading per Section 1.3.F.e.Include sketches of reinforcement in treads and beams, shear and moment diagrams, andall equations used shall be referenced to applicable code.3.CONSTRUCTION SPECIFICATIONS:a.Construction methods specific to the boardwalk vendor chosen. Submittal requirementssuch as certification, quality and acceptance/rejection criteria shall be included. Details onconnection of boardwalk units and foundation system such that assurance of uniform loadtransfer shall be checked.B.FINAL SUBMISSION: Once a boardwalk, foundation and railing system design has been reviewedand accepted by the Owner, the Contractor shall submit the final plans. The designer of theboardwalk, foundation and railing system is responsible for the review of any drawings prepared forfabrication. One set of all approved shop drawings shall be submitted to the Engineer's permanentrecords.C.SUBMITTALS: Product Data: Submit Manufacturer's technical product data for railing componentsand accessories.Manufacturer to supply submittal drawings for approval to include the following:1.Section-thru details.2.Mounting methods.3.Typical Elevations.4.Key plan layout.D.SHOP DRAWINGS: Shop drawings shall:a.Be stamped by a licensed Professional Engineer in the State of the project location.b.Show actual field conditions and true elevation and location supplied after fieldverification.c.Clearly detail reinforcement in beams, treads and curbs including clear dimension fromconcrete edge, size and amount of rebar.d.Clearly state concrete compressive strength, steel type and strength, and a listing of allcomponent weights including lifting locations.1.7DELIVERY, STORAGE, AND HANDLINGA.Store products in manufacturer's unopened packaging until ready for installation.B.Field Measurements: Where handrails and railings are indicated to fit to other construction, checkactual dimensions of other construction by accurate field measurements before fabrication; showrecorded measurements on final shop drawings:1.Where field measurements cannot be made without delaying the railing fabrication anddelivery, obtain guaranteed dimensions in writing by the Contractor and proceed withfabrication of products so as not to delay fabrication, delivery and installation.C.Coordinate fabrication and delivery schedule of handrails with construction progress and sequence to avoid delay of railing installation.e.Air entrained composed of Portland cement, fine and course aggregates, admixtures andwater. The air-entraining feature may be obtained by the use of either an air entrainingPortland cement or an air entraining admixture. The entrained air-content shall be not lessthan four percent or more than seven percent.1.8WARRANTY:A.Contractor will be responsible for installation defects associated with the boardwalk and abutmentcomponents, foundation system, and railings for a period of 12 calendar months from the date offinal acceptance by the Owner.B.Boardwalk manufacturer shall warranty all precast concrete components against defects in material and workmanship for a period of 10 years.C.Railing manufacturer shall warranty the railing against defects in materials and workmanship for aperiod of 12 months.1.9MEASUREMENT AND PAYMENTA.Precast concrete boardwalk, railings, and foundations shall be paid for at the contract lump sum price as listed in the bid proposal for “Precast Concrete Boardwalk”. This price shall include all materials, equipment, labor and work necessary for and incidental to the design, construction, delivery, unloading, assembly, and placement of the boardwalk and foundation as shown in the contract plans including all railings on the superstructure.PART 2-MATERIALS & TESTING2.1PRECAST CONCRETE: shall conform to the following:a.The minimum compressive strength of the concrete shall be 4000 psi measured at 28 days.b.All precast concrete shall contain structural steel reinforcement as designed by theEngineer of record.c.All precast concrete components shall be air entrained composed of Portland cement, fineand course aggregates, admixtures and water. The air-entraining feature may be obtainedby the use of either an air entraining Portland cement or an air entraining admixture. Theentrained air-content shall be not less than four percent or more than seven percent.d.All reinforcing steel shall be standard uncoated steel conforming to ASTM A615PART 3 - EXECUTION1.1PRECAST CONCRETE BOARDWALKA.Installation of the precast concrete boardwalk system and railings, if applicable, shall be performedin accordance to the approved plans and manufacturers installation instructions. Boardwalkmanufacturer shall provide a field representative to review installation instructions with theContractor and Engineer and to certify that the installation has been performed according to theapproved drawings and manufacturer's instructions.PROJECT SPECIFICATIONSV4.0 UPDATED AUGUST 2020
PHILIP ARNOLD PARK
APPENDIX E
Picnic Shelters Plans & Details:
Small Shelter (Alternate #2)
Large Shelter (Base Bid)
21'-0"1'-6"1'-6"24'-0"2'-0"
24'-0"
10'-0"
20'-0"
CENTERLINE OF POSTS
HSS STEEL POST
TYP. OF (6)
OUTER EDGE OF EAVE
FOUNDATION PLAN
DOCUMENT NOT FOR CONSTRUCTION:
- A FOUNDATION DESIGN HAS NOT BEEN PERFORMED BY AMERICANA OUTDOORS
- A LICENSED ENGINEER FAMILIAR WITH SOIL CONDITIONS AT CONSTRUCTION
SITE MUST PERFORM A FOUNDATION DESIGN
A
A
SCALE: AS NOTED
24'-0" x 24'-0"MULTI SLOPE ILLINI SHELTER
SHEET 1 of 2
95591-1
AMERICANA BUILDING PRODUCTS#2 INDUSTRIAL DRIVE - SALEM, IL 62881(800) 851-0865 - www.americana.com
B
D
8 7 56 4 23 1
DRAWN: MT
8/30/2021
C C
D
B
A
REVDWG NODATESIZE
TITLE
7 345 1268
NOT FOR CONSTRUCTION
HSS STEEL EDGE BEAM
TYP. OF (8)
HSS STEEL PURLIN BEAM
TYP. OF (4)
HSS STEEL RAFTER
TYP. OF (6)
ROOF PLAN
24'-0"8'-0"EAVE15'-0" 12
4
12
6
ELEVATION PLAN
DECOR
POST BANDS
24'-0"
A
18" STANDING SEAM
STYLE ROOF PANELS
EXTRUDED ALUM.
FASCIA TRIM
EXTRUDED ALUM.
GUTTER FASCIA
DETAIL A
2x6 TONGUE N GROOVE
WOOD ROOF DECK BOARDS
A
A
SCALE: AS NOTED
24'-0" x 24'-0"MULTI SLOPE ILLINI SHELTER
SHEET 2 of 2
95591-1
AMERICANA BUILDING PRODUCTS#2 INDUSTRIAL DRIVE - SALEM, IL 62881(800) 851-0865 - www.americana.com
B
D
8 7 56 4 23 1
DRAWN: MT
8/30/2021
C C
D
B
A
REVDWG NODATESIZE
TITLE
7 345 1268
NOT FOR CONSTRUCTION
25'-0"1'-6"1'-6"28'-0"2'-0"2'-0"
36'-0"
10'-8"
CENTERLINE OF POSTS
HSS STEEL POST
TYP. OF (8)
OUTER EDGE OF EAVE
FOUNDATION PLAN
DOCUMENT NOT FOR CONSTRUCTION:
- A FOUNDATION DESIGN HAS NOT BEEN PERFORMED BY AMERICANA OUTDOORS
- A LICENSED ENGINEER FAMILIAR WITH SOIL CONDITIONS AT CONSTRUCTION
SITE MUST PERFORM A FOUNDATION DESIGN
A
A
SCALE: AS NOTED
28'-0" x 36'-0"MULTI SLOPE ILLINI SHELTER
SHEET 1 of 2
95592-2
AMERICANA BUILDING PRODUCTS#2 INDUSTRIAL DRIVE - SALEM, IL 62881(800) 851-0865 - www.americana.com
B
D
8 7 56 4 23 1
DRAWN: MT
8/31/2021
C C
D
B
A
REVDWG NODATESIZE
TITLE
7 345 1268
NOT FOR CONSTRUCTION
HSS STEEL EDGE BEAM
TYP. OF (8)
HSS STEEL PURLIN BEAM
TYP. OF (4)
HSS STEEL RAFTER
TYP. OF (6)
ROOF PLAN
28'-0"8'-0"EAVE16'-0" 12
4
12
6
ELEVATION PLAN
DECOR
POST BANDS
36'-0"
A
18" STANDING SEAM
STYLE ROOF PANELS
DIE FORM ALUM.
GABLE TRIM
DIE FORM ALUM
EAVE TRIM
DETAIL A
2x6 TONGUE N GROOVE
WOOD DECK BOARDS
A
A
SCALE: AS NOTED
28'-0" x 36'-0"MULTI SLOPE ILLINI SHELTER
SHEET 2 of 2
95592-2
AMERICANA BUILDING PRODUCTS#2 INDUSTRIAL DRIVE - SALEM, IL 62881(800) 851-0865 - www.americana.com
B
D
8 7 56 4 23 1
DRAWN: MT
8/31/2021
C C
D
B
A
REVDWG NODATESIZE
TITLE
7 345 1268
NOT FOR CONSTRUCTION
PHILIP ARNOLD PARK
APPENDIX F
Record Drawings for Picnic Shelter
PHILIP ARNOLD PARK
APPENDIX G
Record Drawings for Community Building
PHILIP ARNOLD PARK
APPENDIX H
Portland Loo Plans, Details, & Specifications
7+(3257/$1'/22
6758&785$/'5$:,1*6
'(6,*1,1)250$7,21
0((76%8,/',1*&2'(6
/,9(/2$' 36)
:,1'/2$'
9 03+
(;32685( &
5,6.&$7(*25< ,,
,17(51$/35(6685(
6(,60,&/2$'
6,7(&/$66 '
,
)D
)Y
6GV
6G
6'& '
5
1(7$//2:$%/(62,/%($5,1*35(6685(36)
)
& 36,
&2175$&725729(5,)<'(6,*13$5$0(7(566+2:1:,7+
$&78$/6,7(&21',7,216$1'(1685($&78$/6,7(
3$5$0(7(56'2127(;&((''(6,*1
*(1(5$/127(6
:(,*+7OEV
648$5()227$*(
$//6758&785$/67((/72%()$%5,&$7('$1'(5(&7(',1$&&25'$1&(:,7+$,6&0$18$/
7+(',7,21 $:6$//3$1(/6/289(56$1'522)72%(2567$,1/(6667((/)\ NVL
6758&785$/78%,1*2567$,1/(6667((/
$1&+25%2/76;6,036217,7$1+'$1&+256
$//:(/',1*72%('21(%<&(57,),(':(/'(56:(/'),//(5(/(&752'(0$7(5,$/72%(
NVL/2:+<'52*(1
$//(;326('%2/76$1'6&5(:672%(7$03(55(6,67$17)25+(;3,1%,76
5,9(7187672%(&)76(5,(6$1'67$,1/(6667((/
$//0$7(5,$/672%(6$1'%/$67('$1'32:'(5&2$7('
$//6758&785(672%()$%5,&$7('2))6,7(6+$//%('21(,16+23625)$%5,&$7256
/,&(16('25$33529('%<7+(%8,/',1*$1'(1*,1((5,1*',9,6,212)7+(&,7<)25:+,&+
7+(,167$//$7,21:,//2&&85
6+((7,1'(;
$&29(56+((7$)/2253/$1$(;7(5,25(/(9$7,216)5217$1'5,*+76,'($(;7(5,25(/(9$7,216%$&.$1'/()76,'($522)/$<287$522)/$<287:,7+62/$53$1(/6$,17(5,256(&7,219,(:$,17(5,256(&7,219,(:66&2/801$1'%($0/$<2876)5217'2256)281'$7,21$1'$1&+25%2/73$77(5133/80%,1*)/2253/$133/80%,1*'(7$,/((/(&75,&$/6&+(0$7,&
'
&
%
$
%
&
'
$5(9,6,21&$'),/(1$0(35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
&29(56+((7
$
7,7/(
5(9%'5$:,1*6,=(
$
$$
$
5
5
$
$
$
$
%
%
$$
:$67(
/,1(
:$7(5,1/(7
3,3(
*5$%5$,/
*5$%5$,/
67$1'$5'
72,/(73$3(5
',63(16(5
%$%<&+$1*(7$%/(
.2$/$.$5(.%
;;32676
67$,1/(6667((/7<3
67$,1/(6667((/
3$1(/$77$&+('723267
:;666&5(:6
7<3
/$7(5$/683325766((
67<3,&$/&2/8016
75$6+
5(&(37$&/(
+$1'
6$1,7,=(5
6
7<3,&$/$&&(6625<237,2166+2:127+(5237,216$9$,/$%/($75(48(67
6(&7,21$$
7<3,&$/$1&+25,1*6<67(0
5(4'
67$,1/(6667((/;
;3267
72),(/''5,//
+2/(3/86(/(9$7,21
;%2/7
+2/()25;
7,7$1$1&+25
)%66
66;;
%(9(/('*(6
))(
7<3
$1'$1&+25%2/7/2&$7,216
,17(51$/7239,(:
$1'$1&+25%2/7/2&$7,216
,17(51$/7239,(:
$1'$1&+25%2/7/2&$7,216
,17(51$/7239,(:
$1'$1&+25%2/7/2&$7,216
,17(51$/7239,(:3/80%,1*&+$6((/(&75,&$/&+$6('
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
)/2253/$1
$
7,7/(
5(9%'5$:,1*6,=(
$
7<3
66;;
32676
7<3
67$,1/(66
67((/$77$&+('72
3267:;66
6&5(:67<3
6((&211(&7,21
'(7$,/$
$
$
67$,1/(6667((/
/289(56$77$&+('72
3267:;66
6&5(:67<3
)520
&2/801
726,*1
6
))(
5,*+7(/(9$7,219,(:
6((&211(&7,21
'(7$,/$
66522)
6((6(&7,216
$1''(7$,/6$
)5217(/(9$7,219,(:
$//*(1'(5
%$7+5220
6,*1
5(675220
'2256,*1
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
(;7(5,25(/(9$7,216)5217 5,*+76,'(
$
7,7/(
5(9%'5$:,1*6,=(
$
'225+(,*+7'225667$,1/(6667((/
/289(56$77$&+('72
3267:;66
6&5(:67<3
6((&211(&7,21
'(7$,/$
67$,1/(6667((/
3,$12+,1*(
7/67./&
%(676,1*/(&</,1'(5
'($'%2/7/2&.
67$,1/(6667((/
$77$&+('723267:
666&5(:6
7<3
3/80%,1*&+$6((/(&75,&$/&+$6(
))(
66;;
32676
7<3
67$,1/(66
67((/$77$&+('72
3267:;
666&5(:67<3
6((&211(&7,21
'(7$,/$
+$1''5<(5
$9$,/$%/(
5(&(66('+$1'
:$6+67$7,21
&$1%(/2&$7('
21(,7+(56,'(
2)/22
$
62$3',63(16(
3/80%,1*&+$6(*,9(6$&&(66
72:$7(56(:(5&211(&7,216
3/80%,1*0$1,)2/'6+$536
',6326$/$1'+$1'6$1,7,=(5
(/(&75,&$/&+$6(*,9(6$&&(66
7262$3',63(16(5$1'+$1':$6+
&20321(176:+(1,167$//('
%$&.(/(9$7,219,(:
$
66522)
6((6(&7,216
$1''(7$,/6$
/()7(/(9$7,219,(:
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
(;7(5,25(/(9$7,216%$&. /()76,'(
$
7,7/(
5(9%'5$:,1*6,=(
$
;'5$,1+2/(7<3
72'5$,1'2:1&2/801)$&(
$$
'(7$,/
'(7$,/'(7$,/
6(&7,21$$
9(17,/$7,213,3(
(/(&75,&$/%2;
3,3(
&283/,1*
67$,1/(6667((/
3,3(&283/,1*
3,3(&283/,1*6.</,*+7)5$0('(7$,/
*$66)5$0(
6$7,1(7&+('7(03(5('
*/$66*/$=,1*
66
*0$:6+257$5&7<3$//),77,1*672522)
'(7$,/
'(7$,/
67$,1/(6667((/7<3
522)/$<287
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
522)/$<287
$
7,7/(
5(9%'5$:,1*6,=(
$
522)/$<287:,7+62/$53$1(/6
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP)5$&7,21$/
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
522)/$<287:"62/$53$1(/6
7,7/(
5(9%'5$:,1*6,=(
$
'(7$,/
6.</,*+7
67$,1/(6667((/;
;326767<3
67$,1/(6667((/
/289(56$77$&+('
7232676:;
666&5(:67<3
$1&+25'(7$,/
6((6(&7,21$$
6+((7$
'(7$,/
%2/7&211(&7,21
$&&(66+2/(&87287
7<3%()25$//%($06
,17(5,25(/(9$7,219,(:
))(
$
$
7<3%($0723267
%2/721&211(&7,21
:;66%2/76
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
,17(5,256(&7,219,(:
$
7,7/(
5(9%'5$:,1*6,=(
$
0,1
0,1
0,1
+$1'6$1,7,=(5
6+$536',6326$/+$1'6$1,7,=(5
73+2/'(5
6+$536',6326$/%$%<&+$1*,1*7$%/(
672:('
7+,&.
66,1),//3$1(/
02817)/86+72
663267:
666&5(:6
;:$//66
3/66
72&(17(5
$$
73+2/'(5
72,/(7
'5,//$1'&6.
)/$7+'
6&5(:63/&6
21%&7<3
%2%5,&.
%
6652%(
+22.
$;:$//66
3/66
6(&7,21$$
6&$/(
72,/(7
$
6(&7,21$$
7<3*5$%%$572
3$1(/&211(&7,21
)+6&5(:6
3/&67<35$,/72
3$1(/&211(&7,21
$//*5$%%$56
&203/<:,7+&%&%
72:,7+67$1')25&(
2)32,17/2$'
&/
&/
%$%<
&+$1*(
23(1
326,7,21
+$1'6$1,7,=(5
6+$536
',6326$/%,1
:$7(5&/26(75$,/,1*:$7(5&/26(75$,/,1*
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
,17(5,256(&7,219,(:6
$
7,7/(
5(9%'5$:,1*6,=(
$
7<3/$7(5$/5(6,67,1*(/(0(17
/$7(5$/5(6,67,1*(/(0(17
$
/$7(5$/
)25&(
5(6,67,1*
(/(0(17
%2/721&211(&7,21
%($072&2/8016((
'(7$,/21$7<3
66;;%($0
7<37<3
7<3
7<3
7<3
%
%'(7$,/$
6&$/(
6(&7,21%%
6&$/(
)25/,)7,1*(<(86($1'
%2/7,1*2)522)72
6758&785(7<3
66%2/77<3
&2/801/,)7,1*&$3
6667$3)25%2/7
60$:(/
60$:(/
&2/801$1'%($0/$<287
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
&2/801$1'%($0/$<287
6
7,7/(
5(9%'5$:,1*6,=(
$
125721'225&/26(5
)25&($70$;
$
$
%
%
&
&$/80,180
/289(5:(/'('72'225
7$33('3/$7(6
:(/'('72'225$/,*1
:,7+'225+2/(6
/(9(5+$1'/(
%$&.6,'(,17(5,25
)/225
7<3
'(7$,/
'225675,.(
1(235(1(
:($7+(5675,33,1*
6(&7,21$$
)5217'225
7<3
6(&7,21%%
)5217'225
7<3
6(&7,21&&
$/80,180
$/80,180
5(4
'5(4
'5(4
'5(4
'
)5217'225&203/,(6
:,7+$'$
/()7+$1'(175<'22567$1'$5'
3/$/80,180
'
&
%
$
%
&
'
$$5(9,6,21&$'),/(1$0(-RE1<&35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/0DWHULDOQRWVSHFLILHG!
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
)5217'225
6
7,7/(
5(9%'5$:,1*6,=(
$
*(1(5$/127(6
3URYLGHDOOPDWHULDOVDQGSHUIRUPDOOZRUNDFFRUGLQJWRWKHFXUUHQW
HGLWLRQRIWKH6SHFLILFDWLRQVRIWKH$XWKRULW\+DYLQJ-XULVGLFWLRQ
$OOFRQFUHWHVKDOOEH6WUXFWXUDO&ODVV)& SVL
$OOUHLQIRUFLQJVWHHOVKDOOFRQIRUPWR$*UDGH
3ODFHEDUVLQFKHVFOHDURIWKHQHDUHVWIDFHRIFRQFUHWHXQOHVV
VKRZQRWKHUZLVH
&RQFUHWHIRRWLQJPD\EHSRXUHGLQWHJUDOO\ZLWKVLGHZDONSURYLGLQJ
DGHHSFXWWRROMRLQWLVORFDWHGDURXQGSHULPHWHURIIRRWLQJ
6WDQFKLRQVVHFWLRQ$$$WREHIDVWHQHGWRWKHFRQFUHWH
XVLQJ
[6LPSVRQ7LWHQ+'$QFKRUV7KH/RRVFROXPQVWREH
IDVWHQHGWRWKHVWDQFKLRQV
/RFDWLRQRIDQFKRUEROWVWREHORFDWHGDQGGULOOHGXVLQJWHPSODWH
SURYLGHGEHIRUHLQVWDOODWLRQE\0DGGHQ)DEULFDWLRQ
)RU*UDGH6ORSHDQGORFDWLRQRIIORRUGUDLQVVHHFLYLOSODQV
3
3
:DVWHOLQH
FRQGXLW
SYFHOHFWULFDO
URG
5HEDUJUQG
SLSH
:DWHULQOHW
6LGHZDON #0D[
)RXQGDWLRQEORFNRXWIRUZDVWHOLQH
#0$;%27+',5(&7,216
6LGHZDON 6LGHZDON 6LGHZDON
%%$$%%$$7REHGULOOHGDIWHUFRQFUHWH
6(&7,21
)281'$7,21 $1&+25%2/7/2&$7,216
6(&7,21
:DVWHOLQH
FRQGXLW
SYFHOHFWULFDO
URG
5HEDUJUQG
SLSH
:DWHULQOHW
6LGHZDON #0D[#0D[
)RXQGDWLRQEORFNRXWIRUZDVWHOLQH
6LGHZDON 6LGHZDON 6LGHZDON
%%$$%%$$
6(&7,21
)281'$7,21 $1&+25%2/7/2&$7,216
6(&7,21
:DVWHOLQH
FRQGXLW
SYFHOHFWULFDO
URG
5HEDUJUQG
SLSH
:DWHULQOHW
6LGHZDON #0D[
)RXQGDWLRQEORFNRXWIRUZDVWHOLQH
6LGHZDON 6LGHZDON 6LGHZDON
%%$$%%$$+ROHGHHS
6(&7,21
)281'$7,21 $1&+25%2/7/2&$7,216
6(&7,21
:DVWHOLQH
FRQGXLW
SYFHOHFWULFDO
URG
5HEDUJUQG
SLSH
:DWHULQOHW
6LGHZDON #0D[#0D[
)RXQGDWLRQEORFNRXWIRUZDVWHOLQH
IRRWLQJSODQLQWRVLGHZDON
6DZFXWSURILOHRI
6LGHZDON 6LGHZDON 6LGHZDON
%%$$%%$$+ROHGHHS
IRUVWDQFKLRQV
$QFKRUEROWORFDWLRQV
6(&7,21
)281'$7,21 $1&+25%2/7/2&$7,216
6(&7,21
KDVKDUGHQHG
(;,67,1*81',6785%('62,/:
1(7$//2:$%/(%5*35(6685(
36,0,1
'5$,1)25
5(&(66('+$1':$6+
'5$,1)255(&(66('+$1':$6+
,)5,*+76,'(,167$//$7,21
'
&
%
$
%
&
'
$5(9,6,21&$'),/(1$0(35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
)281'$7,21 $1&+25%2/7/2&$7,216
6
7,7/(
5(9%'5$:,1*6,=(
$
68**(67('
127(6((3
)'
),77,1*$1'75$335,0(56,=(287/(7:,7+375$3
5,6(5',$*5$0
)/22575(1&+'5$,16833/,('%<2:1(5&2175$&725
:&
&+$6((/(&75,&$/&+$6(3/80%,1*
)'
3/80%,1*)/2253/$1
58163(5&,7<
3/80%,1*
%,//2)0$7(5,$/
,7(0 47<'(6&5,37,21 0)*
21(9(173,3(78%(72522)9$5,286
21(:$67(3,3,1*6'539&6(:(5/,1(7232&9$5,286
21(5287(&:6833/<72)/225'5$,1375$3)52075$335,0,1*/2&$7(',13/80%,1*&+$6(-$<560,7+
21(*5$'(&/($128747< /2&$7,213(5/2&$/&2'(9$5,286
21(:$7(5,1/(7&:6833/<6+2:1216+((79$5,286
21(&:6833/<726296+2:1216+((79$5,286
21(6(:(5/,1(&$55,(56+2:2139$5,286
21(75$335,0(59$/9(3(5/2&$/&2'(35,0(5,*+7
21(:$6+%$6,1)/225'5$,1375$3)52075$335,0,1*/2&$7(',13/80%,1*&+$6(:+(1,167$//('9$5,286
21(6(:(5'5$,1)255(&(66('+$1':$6+9$5,286
'
&
%
$
%
&
'
$5(9,6,21&$'),/(1$0(35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
3/80%,1*)/2253/$1
3
7,7/(
5(9%'5$:,1*6,=(
$
(;3$16,21+$00(5'(9,&(
Z0%):)/2:81,7
0$,16+872))9$/9(
:&1'85$:$5(72,/(7
<&$55,(5
'85$%/(3/$67,&72,/(76($7
&$67,5216&+3,3(
6(:(5'5$,1
&86833/<7<3(/
,36&83,3(7<3(/
58%%(5&283/,1*
'(*5(((/%2:3,3(
+26(%,%
$17,6,3+21
62/'(5('7+5($'('),77,1*
7+5($'('&$3
725('8&,1*7((
72)(0$/(7+5($'('&283/(5
725('8&(5
7((
'(*5(((/%2:3,3(
&83,3(7<3(/
725('8&,1*7((
725('8&,1*7((
725('8&,1*7((
$'$),%(5*/$66*5$7(
/22,17(5,25 :$7(5&/26(7
7R5RRI
,1/(7:$7(5
287/(7'5$,1
/22,17(5,25 :$7(5&/26(7
7R5RRI
,1/(7:$7(5
287/(7'5$,1
/22,17(5,25 :$7(5&/26(7
7R5RRI
,1/(7:$7(5
287/(7'5$,1
/22,17(5,25 :$7(5&/26(7
7R5RRI
,1/(7:$7(5
287/(7'5$,1
%,//2)0$7(5,$/
,7(0 47<'(6&5,37,21 0)*
21(6/2$1
21(9$5,286
21($&251
21($&251
21(-$<560,7+
21(9$5,286
21(27+(56
21(27+(56
21(9$5,286
21(
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
21(9$5,286
'
&
%
$
%
&
'
$5(9,6,21&$'),/(1$0(35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
3/80%,1*'(7$,/
3
7,7/(
5(9%'5$:,1*6,=(
$
21(/RFN6ROHQRLG 9$5,286
21(6PDUW3DF 9$5,286
21(,QWHUPDWLF)0'6HULHV 9$5,286
)8
)82876,'(/('/,*+7
,16,'(/('/,*+7
21($PS%UHDNHU3DQHO%5/63 ($721
$XWRPDWLRQ'LUHFW
$XWRPDWLRQ'LUHFW
%DWWHU\V\VWHPPRQLWHU5021(0RUQLQJVWDU
*UDSH6RODU:390RGXOHRUHTXDO*5$3(62/$5
0&&DEOH
$:*
0.$/736HDOHG$*0%DWWHU\7:2 0.%DWWHU\
21(
21(93KRWRFHOO(0$
2FFXSDQF\6HQVRU)63
:DWW6WRSSHU
:DWW6WRSSHU
21(
7:2
9/('/LJKW5RSH:KLWH:)W[IW
9:/('%OXH$FWLQLF
,PWUD&RUS
&XUUHQW86$
$9)XVH/3&&%XVV
7:2 ϳϴϮͲϮͲϮϰ9'&UHOD\
*URXQG%XV&211$/21(,7(
$9'&(OHFWURPHFKDQLFDO&RXQWHU21('D\WRQ
21(
,WHPVQRWVKRZQRQVFKHPDWLF
$
%
'LQ5DLO0IW
%(1&1(0$(QFORVXUH[
&
(,*+7
7:2
0RGXODU)XVH+ROGHU&+&&',
5HOD\3LQ%DVH&6.7
/RW :(,'08//(5
%866
21($//%$77(5<JD%DWWHU\+DUQHVVFDEOH
/RW JD&XZLUH7++1675&8 9$5,286
/RW JD&XZLUH9DULHV 9$5,286
'7HUPLQDOVSOLFHXQLW :(,'08//(5
6ROVWDW6ROLG6WDWH7KHUPRVWDW (1*(1,7<21(
21(
([[%6+VWUXW %/LQHRU(TXDO
))285 6SULQJ1XW1%/LQHRU(TXDO
7:2
*)285 6KHOI%UDFNHW6%/LQHRU(TXDO
21($PS9'&%UHDNHU $/7(&&253
21(
+21(1(0$3DQHO[$:%(1&
+HDWWUDFHIW9:IW.RPSHQVDWRU +($7/,1(
21(38/6'LPHQVLRQ&33RZHU6XSSSO\38/6
660337/62/$5&+$5*(&21752//(521(0251,1*67$5&253
21(
5/+,1'8675,(6
648$5('/2$'&(17(5$4/6%5.5
6RODU3RZHUHGRQO\SDQHOV
$&3RZHU2QO\
+\EULG$&6RODU3RZHUHGSDQHOV
<HV
-XPSHU3RZHU&RQILJXUDWLRQ -WR--WR-
1R 1R
<HV
<HV <HV
21(
21($SSURYHG8)(5JURXQGFRQQHFWLRQWRUHEDU6KW6
9$5,286
JD&XZLUHLQVXODWHG
%<27+(56
9$5,286
/27 JD&XZLUHLQVXODWHG 9$5,286
JDFULPSH\HOHWDQGPHFKDQLFDOIDVWHQHUWR39 9$5,286
21(5-0HWHU&DEOH
$PS9'&%UHDNHU $/7(&&253
9$5,286
'&32:(5
)8
-
-
-
-
$
39%5($.(5&%
39%5($.(5&%
6RO
6RO
6RO
6RO
/
39%5($.(5
0$,19'&%5($.(5
&%
&%
7(50,1$/'(7$,/
/
/
/
//
62/$532:(5
3(027,21
+($775$&(
2876,'(/('/,*+7
,16,'(/('/,*+7
)8
)8
)8
)8
)8
)86(%5($.(5'(6&5,37,21
0)*'(6&5,37,2147<,7(0
%,//2)0$7(5,$/
5
5
0RWLRQ
5
6RODU&KDUJH
&RQWUROOHU
39 8QLW
39
39
%$7%$7
&RXQWHU
/
39
39
%
%
/
/
3(
39
'&'&
9'&
3RZHU6XSSO\9'&*QG
1HXWUDO
+RW
1
/
$
1HXWUDO
5
5('5('
:+7%/.
%/8
%/.
5('
/
/
/
/
/
/
-
--
-
,QVLGH
/('
/('
2XWVLGH
39
39
/RDG/RDG
50
%DWWHU\0RQLWRU
/
)8
)8
)8
)8
)8
&%
5
7KHUPR
+HDWWUDFH
5('5('
%/.%/.
:+7 :+7
%/.:+7%/.
%/8
63$5(
5
:+7 %:1
)8
6RODU&RPSRQHQW2SWLRQ6HH-XPSHU3RZHU&RQILJXUDWLRQ7DEOH
%/.
%/8
%/8
%/.
5('
%/8
%/.
%/8
%/.
5('
%/.
:+7
5('
%/.
%/.
5('
/
)87LPHU
)8
6PDUW3DF
/RR6ROHQRLG
&R 1R
9$&3+
(OHFWULFDOFRQWUDFWRUWRPDNH
FRQQHFWLRQWRVHUYLFHORDGFHQWHU
/
DPS
SROH
FLUFXLW
EUHDNHU
SDQHO
/
/
/%/.
5('
'
&
%
$
%
&
'
$5(9,6,21&$'),/(1$0(35235,(7$5<$1'&21),'(17,$/7+(,1)250$7,21&217$,1(',17+,6'5$:,1*,67+(62/(3523(57<2)0$''(1)$%5,&$7,21,1&$1<5(352'8&7,21,13$5725$6$:+2/(:,7+2877+(:5,77(13(50,66,212)0$''(1)$%5,&$7,21,1&,6352+,%,7('
.&285,$1
1:WK3ODFH3RUWODQG25PDGIDEFRP0,//,0(7(56
>;@>@
>;;@>@
>;;;@>@
$1*8/$5
0$&+,1(%(1'1$
1$
1$
1$
00''<<
00''<<
00''<<
00''<<
,1&+(6
;
;;
;;;
',0(16,216$5(,1,1&+(6$1'
0,//,0(7(56>00@72/(5$1&(6
*(20(75,&72/(5$1&,1*3(5
0$7(5,$/
$60(<
'21276&$/(
81/(6627+(5:,6(63(&,),('
'5$:1
&+(&.('
(1*$335
0)*$335
4$
'$7(1$0(
'(6,*1('
6+((72):(,*+76&$/(
(/(&75,&$/6&+(0$7,&
(
7,7/(
5(9%'5$:,1*6,=(
$
Page 1 of 9
January 01, 2020
SECTION 13 34 00
FABRICATED ENGINEERED STRUCTURES
PART 1: GENERAL
1.1 DESCRIPTION
This section includes all material and labor required in the fabrication and placement of the
“Portland Loo” facility as shown in drawings.
1.2 SCOPE
A. Building materials shall be supplied by Portland Loo Inc. Portland Loo Inc. 2550 NW
25th Place Portland, OR 97210
Phone: 503-226-3968; Fax: 503-242-2446, E-mail: emadden@theloo.biz
or approved equal
B. Generally, work will include site preparation, installation of underground plumbing,
foundation, and pad construction, and building placement.
C. Requests for substitution shall be submitted to the Owner a minimum of 10 days prior to
bid date. The request shall be a complete package as noted below:
i. Documents to be in CSI format.
ii. Product literature/or brochure illustrating appearance, layout, building shape,
materials, and assembly manual.
iii. Certificate from manufacturer that the proposed substitution follows all
provisions of this specification.
iv. List of five (minimum) completed projects, including contact names and phone
numbers, that are similar in scope and magnitude.
v. Proof of at least five years of experience as a pre-engineered building supplier
Page 2 of 9
January 01, 2020
1.3 DOCUMENTATION
Provide all necessary documents for approval and installation.
A. Construction documents include:
i. Detailed plans
ii. Specifications
B. Floor plan dimensions: 6’-4” W x 10’-7” L x 8’-91/2” Tall
1.4 REFERENCES
A. ASTM A-240
B. ASTM A-554
C. ASTM A650 Grade 60
D. ADAAG
E. CBC
F. CSFM
G. ANSI
H. ASME
I. MILITARY SPECIFICATION V-29193
1.5 DESIGN CRITERIA
A. Members to withstand dead load, design loads and wind loads as calculated in
accordance with the latest version of state and local building codes.
B. Portland Loo Inc. reserves the right to make substitutions of equivalent materials
and items without notice.
C. Design loads: Refer to drawings.
D. Accessibility: Design shall meet the Americans with Disabilities Act Accessibility
Guidelines (ADAAG) and California Building Codes
Page 3 of 9
January 01, 2020
1.6 SUBMITTALS
A. Indicate profiles, sizes, spacing(s), location of structural members, connections,
attachments, openings, fasteners, loads and reinforcements.
B. Indicate wall and roof system dimensions, panel layout, general construction
details, anchorages and method of anchorage, and method of installation.
C. Submit manufacturer’s installation instructions, manuals, and data sheets.
D. The “Portland Loo Restroom” building, and all its associated components shall be
warranted against defects in materials and workmanship for a period of one year
from date of final acceptance.
1.7 WORK SUPPLIED BY INSTALLER
A. The items noted as “supplied by installer” shall be supplied by the building
installer.
B. Refer to drawings for quantities, dimensions, locations, and installations methods
for items described in this section.
C. The installer shall supply any parts not listed in the Portland Loo Inc. submittal,
including but not limited to items specified in the final plans and items required
by building codes.
D. The installer shall be responsible for ensuring that the concrete foundation and
slab are adequate for the site conditions and the purpose for which the building
and foundation/slab are intended.
E. All equipment, labor, and trades to unload the building, excavate the site, install
the underground plumbing, build concrete forms, supply, and install the
reinforced concrete footings and slab, and install the building and fixtures.
F. 1-1/2” minimum water line is required to supply the toilet and hand wash facility
shall be included. At 1-1/2” the water line must have no longer that 100’ run to
the water meter. (All dimensions and will be site specific)
G. 4” ABS sanitary sewer line is required to service the restroom shall be included.
H. The building installer is responsible for the supply and installation of all other
items indicated on final plans or required by building codes. Portland Loo Inc.
does not supply these items.
Page 4 of 9
January 01, 2020
PART 2: PRODUCTS
2.1 CONCRETE
Slab and footings supplied by installer - 4000 psi strength at 28 days ii. ASTM A615
grade 60 rebar reinforcement
2.2 STEEL
A. Prefabricated building frame posts supplied by Portland Loo Inc. - The
prefabricated steel frame is to be constructed of 3” ASTM 304L stainless tube
steel.
B. Prefabricated roof system supplied by Portland Loo Inc.
i. The prefabricated roof will consist of 3/16” ASTM A304L Stainless Steel
plate, with 1/4” ASTM A304L Stainless Steel plate formed around the
exterior for fascia.
ii. The prefabricated roof system will include (4) 2000# lifting eyes that will
act as pick points for the prefabricated roof system. In addition, (4) 1” x
3” slotted drains for water runoff shall be included.
C. Wall panels supplied by Portland Loo Inc.
i. The wall panels will be 3/16” ASTM A304 Stainless steel structural plate
steel.
ii. All wall panels are channel formed around the perimeter and bolted to the
prefabricated building frame.
iii. Water guards will be supplied to keep leaves and other debris from
entering the loo from underneath the louvers.
2.3 OPENINGS
A. Louvers supplied by Portland Loo Inc.
The frame and louvers will be fabricated from 1/4” 304/304L ASTM
A240A stainless steel plate. Louver panels will be bolted to steel
fabricated frames and columns.
B. Skylight supplied by Portland Loo Inc.
Page 5 of 9
January 01, 2020
Pre-assembled 304/304L ASTM A240A stainless steel frame with 1/8”
translucent double pane 1/8” tempered glass. Base frame to be seal
welded to roof and glass panel secured using 304/304L ASTM removable
cover plate with drip edge.
C. Main door supplied by Portland Loo Inc.
i. 3/16” 5052 Aluminum ASTM B209-14- aluminum plate with formed
edges around perimeter, 3/16” Formed channel stiffeners, and an
integrated door louver fabricated from 3/16” 5052 Aluminum-Alloy plate.
ii. Door hinges shall be barrel hinges with zerk fittings welded to ¼” x 3” x
5” plates. Hinges shall be attached with 3/8-16 vandal resistant security
screws.
iii. Lever lock shall be Best HD door lever 9k series complies with ADA and
California Fire Safety Code (CSFM). Dormitory locking feature to keep
door from locking after departure. Satin Chrome finish. Installation on-
site with supplied hardware.
iv. Door closer shall be Norton 9540 689 inside surface mounted door closer
with fast power adjust, shall comply with ADA requirements. Door
closer shall be tested and certified under ANSI Standard A156.4, grade
one.
v. Electric door lock shall be a HES 1006 Series Electric Strike 24 volt
controlled by an INTERMATIC FM1D14 timer.
D. Mechanical room doors supplied by Portland Loo Inc.
i. 3/16” ASTM A304 Stainless Steel plate.
ii. Door hinges shall be type 304 stainless steel lift off hinges 1849A34.
iii. Locks to be (2) Stanley BEST 8T-2-7-L-STK-626 Grade 1
Cylinder/Blank Deadbolt with a 2-3/8 Backset in Satin Chrome. Cores
passed ANSI/BHMA A156.11, grade 1 testing. Satin chrome finish to
accept Best large format IC cores by installer. Qty 1 per door.
2.4 PLUMBING
A. Toilet supplied by Portland Loo Inc.
Page 6 of 9
January 01, 2020
i. Acorn Dura-Ware 2105 Series wall hung, 16-ga. type 304 stainless steel.
Seamlessly welded from a one-piece vandal resistant unit. Fully enclosed
trap, Siphon Jet flushing action, and integral elongated seat. Designed for
low consumption with appropriate flush valve.
iii. Designed to meet or exceed UPC 407.1 for hydraulic performance and
physical dimensions.
iv. Exposed surfaces polished to a satin finish.
B. Plumbing System
i. Plumbing manifold and vent will be constructed with PVC (Schedule 40)
in accordance with UPC Code 604.1 and 701.2.
ii. Plumbing vent will be 4” wide to meet or exceed UPC 904.1 constructed
out of Schedule 40 PVC.
C. Exterior hand wash station supplied by Portland Loo Inc.
i. Acorn BPH chrome plated brass filler spout with push button actuator and
a pneumatic valve.
ii. Acorn 03-M pneumatic metering valve
iii. Acorn PBH air-trol push button requires less than 5 lb force operation.
D. Flushometer supplied by Portland Loo Inc.
i. Sloan manual concealed flushometer for wall hung water closets, 14.5"
rough in, rear spud, offset activation, 1.28 gpf/4.8 Lpf, wall box.
ii. Valve body, cover, tailpiece, and control stop shall be in conformance
with ASTM alloy classification for semi-red brass.
iii. Valve shall comply to the applicable sections of UPC 413.2, and military
specification V-29193.
Page 7 of 9
January 01, 2020
iv. ADA compliant non-hold-open feature type actuator.
2.6 FURNISHINGS
A. Grab bars supplied by Portland Loo Inc.
WH Cress 6800 series stainless steel grab bars, 4-ga, satin finish 1-1/2” outside
diameter 22-ga round snap on concealed mount.
B. Toilet paper dispenser supplied by Portland Loo Inc.
One, 4-roll 12ga 304 Stainless steel, rolling dispenser with 1” long, lockable.
C. Hand sanitizer dispenser supplied by Portland Loo Inc.
i. McMaster 2783K26 Chrome-plated Gravity-Flow Valve fed from interior
reservoirs.
ii. High impact polystyrene soap vessel liner, chrome-plated brass soap
valve with ABS mechanism that requires less than 5lbs of force.
iii. 32oz bottle soap reservoir secured inside locked back water closet space.
D. Signs supplied by Portland Loo Inc.
i. Restroom entry signs shall be fastened to exterior walls alongside entry
doors to meet ADA requirements, Hand Sanitizer sign on inside above
hand sanitizer pump, Hand Wash sign on outside above hand wash
control valve.
Page 8 of 9
January 01, 2020
ii. Graphics and grade 2 Braille on injection molded plastic signs, black or
blue color. Unisex design.
iii. Dimensions: Qty (1) 9” wide by 8” tall by 1/8” thick.
iv. Dimensions: Qty (1) 8” wide by 2” tall by 1/8” thick “Hand Sanitizer”
sign
v. Dimensions: Qty (1) 8” wide by 2” tall by 1/8” thick “Hand Wash” sign
2.8 FINISHES
All exposed Stainless steel and steel surfaces are sandblast finish with powder coated
using RAL 7037 for the tube, columns & stanchions. Panels, Door & Roof
CARDINALS :S# 17187 P097- GRAY POLYURETHANE POWDER COATING
SEMI-GLOSS GRAY CHARCOAL (ANTI-GRAFFITI).
2.9 ELECTRICAL
Electrical system and components Supplied by Portland Loo Inc. - Furnished and wired
by electrical contractor licensed in the state of Oregon. Wiring, conduit, electrical enclosures are
UL listed.
A. Exterior lighting – LED Flexlight light rope, 3 Watts per foot. Blue lighting.
B. Interior Lighting – Two 24 Inch Current USA TrueLumen Pro Deepwater Blue
453nm Actinic LED Strip Lights
C. Lighting control – Photoeye – 24 VDC Wattstopper Model #EM-24A2.
D. Electrical heat trace and Thermostat – Heatline Kompensator heat trace with 6 watts
per foot and 24V DC powered. Heat trace controlled by Engenity Solitat II Solid State
DC thermostat set to close at 40 deg Fahrenheit or below, 6V to 24V operation and
20Amp load capability.
E. Meter Panel (non-solar units if requested) – Cooper AW114TB UL 414 listed and
complies with C12.7. Only on Non-solar Portland Loo.
F. Sola 24 V DC power supply 110V AC input, 240 Watt – model SDN 10-24-100C.
Only on non-solar Portland Loo
Page 9 of 9
January 01, 2020
G. Electrical Enclosure - NEMA (include wording for grounding by others) Including
breakers and fusing, wire terminations, Control relays and Sola 24V DC power supply
(non-solar units).
PART 3: EXECUTION
3.1 SITEWORK
A. Refer to site plan.
i. Structural fill per geotechnical reports (by others).
ii. Site grading and structural fill (by others).
iii. Building foundation structural fill (by others).
iv. Structural fill to being the site to grade and compaction (by others)
v. Structural fill for footing foundation and slab grading per plan (by
installer).
vi. Sidewalks (by installer).
3.2 BUILDING ERECTION
A. Verify site conditions are prepared for building installation.
B. Do not field cut or alter structural members without approval of architect or
engineer.
C. Install in accordance with manufacturer’s instructions.
END OF SECTION 13 34 00
PHILIP ARNOLD PARK
APPENDIX I
Temporary Project Sign
1’-0”
4’-0”
8’-0”
”
NOTES:
1.PAINTING. THE FACE AND EDGES OF THE
½ INCH PLYWOOD SIGN BOARD SHALL
HAVE ONE PRIME COAT AND TWO COATS
OF EXTERIOR ENAMEL. THE POSTS,
BRACES AND BACK OF SIGN BOARD
SHALL HAVE ONE COAT OF PRIMER AND
EXTERIOR ENAMEL. THE BACKGROUND
COLOR IS WHITE.
2.LETTER TYPES. THE LETTER TYPE SHALL
BE CALIBRI EXCEPT THE LOGOS WHICH
WILL BE PROVIDED BY THE CITY. ALL
LETTERS AND NUMBERS SHALL BE BLACK.
3. CONTRACTOR TO PROVIDE ARTIST PROOF
FOR APPROVAL.
4”x4”x12’
Vertical Posts,
Treated (TYP.)
4’x8’ Exterior Plywood
(Smooth both sides, ABX)
2”x4” Diagonal Brace
D.F. Std.&Btr. (TYP.)
6’-0”
Above FG
(Min)
3’-0” (Min)
PHILIP ARNOLD PARK
SITE IMPROVEMENTS
ARCHITECT: HBB LANDSCAPE ARCHITECTURE
CONTRACTOR:
CONTRACT AMOUNT: $
SCHEDULE: SEPT 2022 - MAY 2023 FUNDING: 2019 PARKS BOND, KING COUNTY PROP 1 LEVY, PARKS IMPACT MITIGATION FEES
PHILIP ARNOLD PARK
APPENDIX J
Issued Permits
DEPARTMENT OF COMMUNITY
AND ECONOMIC DEVELOPMENT
ADMINISTRATIVE STREET MODIFICATION
APPROVAL DENIAL
EVALUATION FORM & DECISION
PROJECT NAME: Philip Arnold Park
PROJECT NUMBER: LUA22-000141, C21006143
PROJECT MANAGER: Jonathan Chavez, Civil Engineer III
APPLICANT: City of Renton, Parks Department
bsevertsen@rentonwa.gov
ZONING CLASSIFICATION: R8-Residential (8 DU/AC)
PROJECT LOCATION:
720 Jones Ave S, Renton WA 98057
SUMMARY OF REQUEST:
Pursuant to RMC 4-9-250D the applicant is requesting an Administrative Modification from RMC
4-6-060 - Street Standards to modify Jones Avenue S from a residential street section to a
modified residential street section with roadway section defined below.
Aberdeen Avenue NE:
• Maintain existing 30-foot right of way width per King County Assessor’s Map*
• Maintain the existing pavement width and install a 0.5-foot curb and gutter, along the
east side of Jones Avenue S.
BACKGROUND:
Jones Avenue S is classified as a residential access street with an existing ROW width of 30-feet
per the King County Assessor’s Map. The existing pavement width is approximately 25 feet wide.
Per RMC 4-6-060, a residential access street with two lanes requires a minimum right of way
width of 53-feet. A paved minimum roadway width of 26-feet consisting of 2 – 10-foot travel
lanes and 1 – 6-foot parking lane is required. A 0.5-foot curb and gutter, 8-foot planter, and 5-
foot sidewalk are required along each side of the pavement. To meet the City’s complete street
standards, dedication of 11.5 feet along the west property line would be required.
EXHIBITS:
Exhibit 1: Site Plan
ANALYSIS OF REQUEST:
DocuSign Envelope ID: 3DF47D1B-0C44-4A53-B275-2D9C95328FE9
City of Renton Department of Community and Economic Development Admin. Modification Request Report & Decision
Philip Arnold Park – STREET MODIFICATION C210061542
Report of April 22, 2022 Page 2 of 4
The Section 4-6-060Q.1 allows the Administrator to grant modifications provided the
modifications meet the following criteria (pursuant to RMC 4-9-250D.2):
Compliance Street Modification Criteria and Analysis
a. Substantially implements the policy direction of the policies and objectives of the
Comprehensive Plan Land Use Element and the Community Design Element and the
proposed modification is the minimum adjustment necessary to implement these
policies and objectives.
Staff Comment:
The Comprehensive Plan Land Use Element has applicable policies listed under a separate
section labeled Promoting a Safe, Healthy, and Attractive Community. These policies
address walkable neighborhoods, safety and shared uses. These policies address walkable
neighborhoods, safety and shared uses. The intent of the policies is to promote new
development with walkable places that support grid and flexible grid street and pathway
patterns, and are visually attractive, safe, and healthy environments. The requested
street modification is consistent with these policy guidelines.
b. Will meet the objectives and safety, function, appearance, environmental protection
and maintainability intended by the Code requirements, based upon sound
engineering judgment.
Staff Comment:
The City’s Transportation and Development Engineering sections have reviewed Jones
Avenue S along with the surrounding area and have determined that a modified
residential street section is more suitable for this location. This determination was based
on the fact that the roadway dead-ends at the south property line and only serves 14
single-family residences. In addition, the Philip Arnold Park Project will install new 10-foot
sidewalks throughout the park, creating a more effective, safe, ADA-compliant
connection between Jones Avenue S, Beacon Way and S 7th Street. Therefore, the City
recommends the following roadway section on Jones Avenue S, south of S 7th Street:
• Retain existing paved width on Jones Avenue S,
• A 0.5-foot curb and gutter on both sides of the roadway
• A 5-foot sidewalk on the west side of the roadway
The recommended roadway section does not require additional right of way dedication.
The City staff recommended modified street improvements will meet the objectives of a
safe walkable environment consistent with the surrounding neighborhood as well as
provide the required emergency access.
DocuSign Envelope ID: 3DF47D1B-0C44-4A53-B275-2D9C95328FE9
City of Renton Department of Community and Economic Development Admin. Modification Request Report & Decision
Philip Arnold Park – STREET MODIFICATION C210061542
Report of April 22, 2022 Page 3 of 4
c. Will not be injurious to other property(ies) in the vicinity.
Staff Comment:
The modified street section is consistent with the surrounding neighborhood and will
increase pedestrian safety.
d. Conforms to the intent and purpose of the Code.
Staff Comment:
This modification provides a safe pedestrian and vehicle route in and around the existing
neighborhood.
e. Can be shown to be justified and required for the use and situation intended; and
Staff Comment:
See comments under criterion ‘b’.
f. Will not create adverse impacts to other property(ies) in the vicinity.
Staff Comment:
See comments under criterion ‘c’.
DECISION
The proposal satisfies 6 of the 6 criteria listed in RMC 4-9-250D.2 for the requested modification.
Therefore, the street modifications for the Vaughn Short Plat Project located at 1400 Aberdeen
Avenue NE, Project Number LUA21-000136, C21006150 is approved.
_______________
Brianne Bannwarth, Development Engineering Manager Date
This decision to approve the exemption is subject to a fourteen (14) day appeal period from the
date of this letter per RMC 4-8-110. Any appeals of the administrative decision must be filed with
the City Clerk, along with the required appeal fee, by 5:00 pm, May 6, 2022. Due to the ongoing
state of emergency enacted by Governor’s Proclamation 20-28.14 (and as amended), the City
Clerk’s Office is working remotely. For that reason, appeals must be submitted electronically to
the City Clerk at cityclerk@rentonwa.gov or delivered to City Hall 1st floor Lobby Hub Monday
through Friday. The appeal fee, normally due at the time an appeal is submitted, will be collected
at a future date if your appeal is submitted electronically. Appeals to the Hearing Examiner are
governed by RMC 4-8-110 and additional information regarding the appeal process may be
obtained from the City Clerk’s Office, cityclerk@rentonwa.gov.
If you have any further questions regarding this decision, feel free to contact the project
manager, Jonathan Chavez, at 425.430.7288 or jchavez@rentonwa.gov.
DocuSign Envelope ID: 3DF47D1B-0C44-4A53-B275-2D9C95328FE9
4/22/2022 | 12:14 PM PDT
City of Renton Department of Community and Economic Development Admin. Modification Request Report & Decision
Philip Arnold Park – STREET MODIFICATION C210061542
Report of April 22, 2022 Page 4 of 4
EXHIBIT 1: SITE PLAN
DocuSign Envelope ID: 3DF47D1B-0C44-4A53-B275-2D9C95328FE9
PHILIP ARNOLD PARK BID PHASE
ADDENDUM A 20 May 2022
Addendum A - Page 1 of 1
ADDENDUM – A
TO THE CONTRACT DOCUMENTS FOR
City of Renton
PHILIP ARNOLD PARK
Project Issued: May 9, 2022
Addendum A Issued: May 20, 2022
Bid Opening Date: June 1, 2022
To: All Holders of Bid/Contract Documents:
This addendum forms part of the Contract Documents and modifies the original Plans and
Specifications, for which proposals are due on the date and time above.
Acknowledge receipt of this addendum on “Addenda Received” of the Bid Documents in the
Contract Documents. Failure to do so might subject the bidder to disqualification.
This addendum shall clarify the Contract Documents as follows:
Item No. 1 – Drawing No. G.02 | Sheet 02 – DRAWING INDEX
1. In the DRAWING INDEX, add (UNDER SEPARATE COVER) behind sheet titles for
Sheets 03, 04, and 05.
2. In the DRAWING INDEX, revise sheet title listed for Sheet CU.04 to "UTILITY NOTES /
DETAILS."
Item No. 2 – Specification 00 00 02 – TABLE OF CONTENTS
1. Under DIVISION 32 – EXTERIOR IMPROVEMENTS, revise Section 33 33 00 to 32 33
00.
Item No. 3 – Specification 00 80 00 – FORMS
1. Change Proposal Bid Bond – Form A, revise to separate Principal and Surety signature
lines.
– – – – DRAWING INDEX NOTES, & ABBREVIATIONSBID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHING
TONLICENSEDLANDSCAPEARCH
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
DRAWING INDEXG.02 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA:
R-421102
PHILIP ARNOLD PARK BID PHASE
REVISED - ADDENDUM A 20 May 2022
Contract No. CAG-22-015 00 00 00 - 1
Philip Arnold Park Site Improvements May 20, 2022
TABLE OF CONTENTS
Contract No. CAG-22-015
City of Renton
Philip Arnold Park Site Improvements
DIVISON 0 – PROCUREMENT & CONTRACTING REQUIREMENTS
00 00 00 Table of Contents
00 00 03 Bid Proposal Form
00 11 13 Advertisement for Bids
00 20 00 Bidder’s Qualification Statement
00 21 00 Instructions to Bidders
00 23 00 Supplementary Instructions
00 42 10 Bid Submittal Checklist
00 52 00 Agreement Between Owner and Contractor – City of Renton Agreement
00 72 00 General Conditions
00 73 00 Supplemental Conditions
00 80 00 Forms:
Form A – Proposal Bid Bond
Form B – List of Subcontractors, Part 1 (Plumbing, Electrical)
Form C – List of Subcontractors, Part 2 (Structural Steel)
Form D – Contractor Qualification, Evaluation
Form E – Qualifications of Key Personnel
Form F – Contract Bond Form
DIVISION 1 – GENRAL REQUIREMENTS
01 10 00 Summary of Work
01 11 30 Hazardous Materials
01 12 00 Delegated Design
01 14 00 Work Restrictions
01 20 00 Payment Procedures
01 21 00 Prevailing Wage Rates
01 30 00 Administrative Requirements
01 32 16 Construction Schedule
01 40 00 Quality Requirements
01 40 10 Product Substitution Request
01 42 00 Definitions
01 50 00 Temporary Facilities and Control
01 58 00 Temporary Project Signage
01 70 00 Execution and Closeout Requirements
01 74 00 Construction Waste Management and Disposal
01 78 00 Closeout Submittals
PHILIP ARNOLD PARK BID PHASE
REVISED - ADDENDUM A 20 May 2022
Contract No. CAG-22-015 00 00 00 - 2
Philip Arnold Park Site Improvements May 20, 2022
DIVISION 2 – EXISTING CONDITIONS
02 41 00 Site Demolition
DIVISION 3 – CONCRETE
03 10 00 Concrete Forming and Accessories
03 15 00 Concrete Joints and Accessories
03 21 00 Steel Reinforcement
03 30 00 Cast‐in‐Place Concrete
03 30 05 Concrete Mix Design
03 39 00 Concrete Curing
03 62 00 Grout
DIVISION 11 – EQUIPMENT
11 68 23 Exterior Court Structures & Surfacing
DIVISION 26 – ELECTRICAL
26 00 00 Basic Electrical Materials and Methods
26 05 19 Conductors and Cables
26 05 26 Grounding and Bonding
26 05 33 Raceways and Boxes
26 05 43 Underground Ducts and Handholes
26 05 53 Electrical Identification
26 27 26 Wiring Devices
DIVISION 31 – EARTHWORK
31 10 00 Site Preparation
31 23 13 Subgrade Preparation
31 23 16 Excavation
31 23 23.00 Fill and Backfill
31 23 23.15 Trench Backfill
DIVISION 32 – EXTERIOR IMPROVEMENTS
32 11 23 Aggregate Base Courses
32 12 16 Asphalt Paving
32 13 13 Concrete Paving
32 17 23 Pavement Markings
32 32 19 Unit Masonry Block Walls (& Scramble Alternate 1)
32 33 00 Site Furnishings
32 33 00.01 Boardwalk
32 84 00 Planting Irrigation
32 90 00 Planting
DIVISION 33 – UTILITIES
33 11 00 Water Utility
33 31 00 Sanitary Sewer Utility
33 40 00 Storm Drainage Utility
PHILIP ARNOLD PARK BID PHASE
REVISED - ADDENDUM A 20 May 2022
Contract No. CAG-22-015 00 00 00 - 3
Philip Arnold Park Site Improvements May 20, 2022
APPENDIX
Appendix A City of Renton Parks & Trails Sign Panel Memorandum
Appendix B Geotechnical Design Recommendations for Philip Arnold Park
Appendix C Building Asbestos and Lead Assessment Report
Appendix D Boardwalk Plans & Details
Appendix E Picnic Shelters Plans & Details
Appendix F Record Drawings for Picnic Shelter
Appendix G Record Drawings for Community Building
Appendix H Portland Loo Plans & Details
Appendix I Temporary Project Sign Example
Appendix J Permits
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Proposal Bid Bond – FORM A
REVISED - ADDENDUM A
BID BOND PAGE 1 OF 1
FORM A
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ________________________________
____________________of [address] ____________________________________________ as
Principal, and [Surety] __________________________________________________________________
a corporation duly organized under the laws of the State of ____________________________________ ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the
City of Renton in the sum of five (5) percent of the total amount of the Bid of said Principal for the Work
hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs,
executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these
presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its
sealed Bid for the following construction, to wit:
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
said Bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal Bid by said Principal be accepted, and the Contract be awarded
to said Principal, and if said Principal shall duly make and enter into and execute said Contract and shall
furnish performance bond as required by the City of Renton within a period of ten (10) days from and after
said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it
shall remain and be in full force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Bidding Documents and furnish a performance bond with Surety or
Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal
shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this ___________________________ day of ___________________________, ________.
________________________________ ________________________________
[Principal] [Surety]
________________________________ ________________________________
[Signature of authorized official] [Signature of authorized official]
________________________________ By: _____________________________
[Title] [Attorney-in-Fact]
________________________________
[Address]
________________________________
[Phone Number]
Parks & Recreation
Department Memorandum
DATE: May 16, 2022
TO: Potential Bidders
FROM: Betsy Severtsen, RLA, Capital Projects Coordinator
SUBJECT: Philip Arnold Park Improvements, CAG-22-015, Pre-Bid
Conference Notes
1. Link to Audio and Video Recordings of Pre-Bid Conference
https://fileshare.rentonwa.gov:8443/?ShareToken=A3AA363F093A5D21EEA818
C4EDDAC6E934A82474
2. Attendees
a. City of Renton – Betsy Severtsen, Capital Projects Coordinator
b. City of Renton – Alan J. Wyatt, Capital Projects Manager
c. HBB Landscape Architecture – Dean Koonts
d. PND Engineers – Chris Wiest
e. Ohno Construction - Jill Agnelli
f. Ohno Construction - Raquel Tomas
g. JW Fowler – Shannon Williams
h. Pivetta Brothers – Jamie Osborn
i. LW Sundstrom – Robin Carlton
3. Introduction
a. Philip Arnold Park in the Renton Hills neighborhood, built in the 1960s
b. Intent for project: improve ADA accessibility, renovation/improvements
to meet current needs
4. Schedule
a. Release of Bid Documents: May 9, 2022
b. Pre-Bid Conference: May 16, 2022, 8:30 AM PST
c. Questions Due: March 24, 2022, 4:00 PM (Submit questions via email to
bsevertsen@rentonwa.gov)
d. Bids Due: June 1, 2022, prior to 2:00 PM. City of Renton, City Clerk.
Lobby, City Hall, 1055 S. Grady Way; Renton, WA 98057.
e. Bid Opening: June 1, 2022, at 3:00 PM. City of Renton, ZOOM
(Refer to ZOOM link in ADVERTISEMENT FOR BIDS).
f. Notice to Proceed (Anticipated): July 20, 2022.
Page 2 of 3
May 19, 2022
g. Mobilization on-site: September 6, 2022
h. Substantial Completion Date: May 26, 2023.
i. Final Acceptance: 30 days from Substantial Completion Date.
5. General Project Requirements
a. Bid Submittal Checklist – 00 42 10, provides details on
requirements/timing for form submittals
b. Bid Proposal Form – City of Renton Bid Form
i. Acknowledge Receipt of Addenda
ii. Complete Bid Form in entirety and all Supplemental Forms.
iii. Subcontractor Listing
iv. Alternates
c. Proposal Bid Bond
d. Bidder’s Qualification Statement
e. Performance Bond Required
f. City of Renton Business License
g. Statement of Intent to Pay Prevailing Wages
h. Certificate of Liability Insurance
i. Certificate of Compliance with Wage Payment Statues
j. Agreement – City of Renton Standard Agreement
k. General Conditions – City of Renton Standard General Conditions
l. Product Substitution Request 01 40 10 – Substitution requests allowed up
to 10 days prior to bid opening. Approved substitutions will be listed on
an addenda
6. Project Description and Scope of Work – HBB Landscape Architecture and PND
Engineers
a. General
b. Landscape
c. Irrigation
d. Civil
e. Electrical
7. Special Conditions/Construction Access
a. Work Hours
i. Monday – Friday 7:00 am to 8:00 pm
ii. Saturday 9:00 am to 8:00 pm, only with approval of Owner
iii. Sunday – no work.
iv. City recognized Holidays – no work.
b. Site Access – note locked SPU gate on Beacon Way S
c. Project Schedule
d. Contractor Staging Area
e. Special Material Testing/Inspections
Page 3 of 3
May 19, 2022
i. Special Material Testing & Inspection Firm provided by Owner.
ii. Contractor shall coordinate and schedule all special testing and
inspections.
8. Questions
a. No questions were submitted during the pre-bid conference
The above information is reflecting the Pre-Bid Conference meeting agenda items, notes, questions, and
attendees as provided in the information provided in the Pre-Bid Conference ZOOM meeting of May 16,
2022. Please notify Betsy Severtsen, City of Renton, of any discrepancies within 24 hours of receipt.
PHILIP ARNOLD PARK BID PHASE
ADDENDUM B 26 May 2022
Addendum B - Page 1 of 2
ADDENDUM – B
TO THE CONTRACT DOCUMENTS FOR
City of Renton
PHILIP ARNOLD PARK
Project Issued: May 9, 2022
Addendum B Issued: May 26, 2022
Revised Document Clarification Questions Due Date: 4:00 pm May 26, 2022
Revised Bid Date: Prior to 2:00 pm June 8, 2022
Revised Bid Opening Date: 3:00 pm June 8, 2022
To: All Holders of Bid/Contract Documents:
This addendum forms part of the Contract Documents and modifies the original Plans and
Specifications, for which proposals are due on the date and time above.
Acknowledge receipt of this addendum on “Addenda Received” of the Bid Documents in the
Contract Documents. Failure to do so might subject the bidder to disqualification.
This addendum shall clarify the Contract Documents as follows:
Item No. 1 – Specification Section 00 72 00 – General Conditions
1. Revise Section 2.6 to: Builders Risk Insurance: Contractor shall purchase and maintain
Builders Risk insurance in the amount of the Contract Sum including all Change Orders
for the Work on a replacement cost basis until Substantial Completion. For projects not
involving New Building Construction, “Installation Floater” is an acceptable substitute for
the Builder’s Risk Insurance. The insurance shall cover the interest of Owner,
Contractor, and any Subcontractors, as their interests may appear.
Item No. 2 – Specification Section 00 42 10 – Bid Submittal Checklist
1.Revise Under 1.2 Confirm Items Below Are Complete At Time of Bid Submission #8 Are
Bid Proposal Form, Form A, and Form D listed above included in a sealed and properly
endorsed envelope?
2. Delete Form D under 1.5 Forms to be Completed by Apparent Low Bidder Within 2
Business Days of Notice by Owner of Apparent Low Bid:
Item No. 3 – Specification Section 00 80 00 - Forms
1.Revise Under 1.1 Submit with Bid, Add #3 Form D – Contractor Qualifications/Evaluation
2.Delete Form D from 1.4 Submit Within 2 Business Days of Notice by Owner of Apparent
Low Bid
PHILIP ARNOLD PARK BID PHASE
ADDENDUM B 26 May 2022
Addendum B - Page 2 of 2
Item No. 4 – Specification Section 00 80 00d – Form D Contractor
Qualifications/Evaluation
1. Delete Header statement of (Must submit within 2 Business Days following Bid
Submittal) – Email to: bsevertsen@rentonwa.com, Replace with (Must submit with Bid
Proposal).
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 72 00 – General Conditions
Contract No. CAG-22-015
Philip Arnold Park Improvements
00 72 00 - 8 of 54
May 26, 2022
2.4 PAYMENT AND PERFORMANCE BONDS
Conditions for bonds: Payment and performance bonds for 100% of the Contract Award Amount,
plus state sales tax, shall be furnished for the Work, using the City of Renton Contract Bond Form
provided. Prior to execution of a Change Order that, cumulatively with previous Change Orders,
increases the Contract Award Amount by 15% or more, the Contractor shall provide either new
payment and performance bonds for the revised Contract Sum, or riders to the existing payment
and performance bonds increasing the amount of the bonds. The Contractor shall likewise
provide additional bonds or riders when subsequent Change Orders increase the Contract Sum
by 15% or more. No payment or performance bond is required if the Contract Sum is $35,000 or
less and Contractor agrees that Owner may, in lieu of the bond, retain 50% of the Contract Sum
for the period allowed by RCW 39.08.010.
2.5 ALTERNATIVE SURETY
When alternative surety required: Contractor shall promptly furnish payment and performance
bonds from an alternative surety as required to protect Owner and persons supplying labor or
materials required by the Contract Documents if:
A.Owner has a reasonable objection to the surety; or
B.Any surety fails to furnish reports on its financial condition if required by Owner.
2.6 BUILDER’S RISK
A.Builders Risk Insurance: Contractor shall purchase and maintain Builders Risk insurance in
the amount of the Contract Sum including all Change Orders for the Work on a replacement
cost basis until Substantial Completion. For projects not involving New Building
Construction, “Installation Floater” is an acceptable substitute for the Builder’s Risk
Insurance. The insurance shall cover the interest of Owner, Contractor, and any
Subcontractors, as their interests may appear.
B.Losses covered: Contractor property insurance shall be placed on an “all risk” basis and
insure against the perils of fire and extended coverage and physical loss or damage
including theft, vandalism, malicious mischief, collapse, false work, temporary buildings,
debris removal including demolition occasioned by enforcement of any applicable legal
requirements and shall cover reasonable compensation for A/E’s services and expenses
required as a result of an insured loss.
C.Waiver of subrogation rights: Owner and Contractor waive all subrogation rights against
each other, any Subcontractors, A/E, A/E’s sub-consultants, separate contractors described
in Section 5.20, if any, and any of their subcontractors, for damages caused by fire or other
perils to the extent covered by property insurance obtained pursuant to this section or other
property insurance applicable to the Work, except such rights as they have to proceeds of
such insurance held by Owner as fiduciary. The policies shall provide such waivers of
subrogation by endorsement or otherwise. A waiver of subrogation shall be effective to a
person or entity even though that person or entity would otherwise have a duty of
indemnification, contractual or otherwise, did not pay the insurance premium directly or
PHILIP ARNOLD PARK
REVISED - ADDENDUM B
BID PHASE
26 May 2022
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 42 10 – Bid Submittal Checklist
Contract No. CAG-22-015 00 42 10 - 1
Philip Arnold Park Improvements May 26, 2022
1.1 FORMS BELOW MUST BE TIMELY SUBMITTED FOR A BID TO BE CONSIDERED
RESPONSIVE:
1.BID PROPOSAL FORM, includes CERTIFICATION OF COMPLIANCE WITH
PREVAILING WAGE PAYMENT STATUTE
2.FORM A - PROPOSAL BID BOND
3. FORM B - LIST OF SUBCONTRACTORS, PART ONE (SUBMISSION OF PLUMBING
AND ELECTRICAL SUBCONTRACTORS)
4. FORM C – LIST OF SUBCONTRACTORS, PART TWO (SUBMISSION OF STRUCTURAL
STEEL SUBCONTRACTORS)
5. FORM D – CONTRACTOR QUALIFICATIONS/EVALUATION
6. FORM E – QUALIFICATIONS OF PROJECT KEY PERSONNEL
7. FORM F – CONTRACT BOND FORM
1.2 Confirm Items Below Are Complete At Time of Bid Submission:
1.Have you included costs for Base Bid, and each of the Alternates as listed on the Bid Form?
2.Do written amounts in the Bid Form agree with amounts shown in figures?
3.Have you certified receipt of addenda?
4.Has the Bid Form been properly signed?
5.Have you completed the Deposit or Contract Bond Form?
6.Has a Bid Bond or certified check been enclosed with your Bid?
7.Is the amount of the Bid Bond at least 5% of the total amount of the Base Bid amount?
8.Are Bid Proposal Form, Form A, and Form D listed above included in a sealed and
properly endorsed envelope?
1.3 Form To Be Completed Within 1 hour of Bid Submission:
1. Form B – List of Subcontractors, Part One (Submission of Plumbing, and Electrical
Subcontractors)
1.4 Form To Be Completed Within 48 hours of Bid Submission:
1. Form C – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors)
1.5 Forms To Be Completed By Apparent Low Bidder Within 2 Business Days of Notice by
Owner of Apparent Low Bid:
1.Form E – Qualifications of Key Personnel
END OF SECTION
PHILIP ARNOLD PARK
REVISED - ADDENDUM B
BID PHASE
26 May 2022
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 80 00 - Forms
Contract No. CAG-22-015 00 80 00 - 1
Philip Arnold Park Site Improvements May 26, 2022
1.1 Submit With Bid
1.Bid Proposal Form
2.Form A – Proposal Bid Bond
3.Form D - Contractor Qualifications/Evaluation
1.2 Submit Within 1 hour of Bid Submission:
1.Form B – List of Subcontractors, Part One (Submission of Plumbing and
Electrical Subcontractors)
1.3 Submit Within 48 hours of Bid Submission:
1.Form C – List of Subcontractors, Part Two (Submission of Structural Steel
Subcontractors)
1.4 Submit Within 2 Business Days of Notice by Owner of Apparent Low Bid:
1.Form E – Qualifications of Key Personnel
1.5 Submit With Executed Agreement – City of Renton Standard Form of Agreement
1.Form F – 100% Contract Bond Form
2.Required Insurance Certificates
END OF SECTION
PHILIP ARNOLD PARK
REVISED - ADDENDUM B
BID PHASE
26 May 2022
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Contractor Qualifications/Evaluation - FORM D
(Must submit with Bid Proposal)
PHILIP ARNOLD PARK SITE IMPROVEMENTS 1 | Page
Contractor Qualifications/Evaluation – FORM D
Contractor Name: Date Incorporated:
Mailing Address: State Incorporated:
Business Phone: Owner/President’s Name:
Contact Name and Title: Other or Former Organization Name(s)
Contact Phone: Contact Email: Reason for Name Change(s):
PERFORMANCE EXPERIENCE
•Has company been disqualified (debarred) from performing public work by State of Washington or federal government?
•Yes No
•Are there any judgments, claims, arbitration proceedings or suits pending against company or its officers? Yes No
If Yes, please describe: Judgments
•Has company ever failed to complete any work awarded to it? Yes No If Yes, please describe:
•Has company been obligated for liquidated damages within the past 5 years? Yes No
If Yes, please describe:
FINANCIAL INFORMATION
1.Average total annual value of construction work performed during the past 5 years:
2. Provide at least three trade references:
•Name/Contact
•Name/Contact
•Name/Contact3.Provide surety company and agent name: Surety
PROJECT EXPERIENCE – Projects of Similar Scope Requiring Prevailing or Davis Bacon Wages within Past 5 Years
(3 Required)
PROJECT #1 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date
Firm was General Contractor: Yes No
If not GC, describe role:
Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No
PHILIP ARNOLD PARK
REVISED - ADDENDUM B
BID PHASE
26 May 2022
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Contractor Qualifications/Evaluation - FORM D
(Must submit with Bid Proposal)
PHILIP ARNOLD PARK SITE IMPROVEMENTS 2 | Page
Contractor Qualifications/Evaluation – FORM D
Phone: Phone:
Email: Email:
PROJECT #2 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date
Firm was General Contractor: Yes No
If not GC, describe role:
Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No
Phone: Phone:
Email: Email:
PROJECT #3 Description Of Project: Original Contract Amount Final Contract Amount:
Project Name:
Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date
Firm was General Contractor: Yes No
If not GC, describe role
Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No
Phone: Phone:
Email: Email:
PHILIP ARNOLD PARK
REVISED - ADDENDUM B
BID PHASE
26 May 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
PARKS and RECREATION
DEPARTMENT
M E M O R A N D U M #1
DATE: May 26, 2022
TO: Bidders
CC: Dean W. Koonts, HBB Landscape Architecture
FROM: Betsy Severtsen, Capital Projects Coordinator
SUBJECT: Philip Arnold Park Site Improvements – Bidder Questions &
Responses (CAG-22-015)
1. Bidder’s Question:
• Can we have the CAD released for digitizing. The plans will not vectorize. This
would make the process much simpler and less costly.
Response:
• AutoCAD drawings and files will be made available to the contractor at the
preconstruction meeting. An updated PDF of the drawings has been uploaded to
the city’s website for download at the following link. We have zoomed into the
plan drawings at 800% and the linework is showing as vectors/vector
compatible. Link:
https://edocs.rentonwa.gov/Documents/Browse.aspx?id=9562622&dbid=0&re
po=CityofRenton&cr=1
2. Bidder’s Question:
• Is there any chance of getting vector data pdfs of the grading plans?
Response:
• Vector-based PDF files of the construction drawing set may be downloaded
using the following link:
https://edocs.rentonwa.gov/Documents/Browse.aspx?id=9562622&dbid=0&re
po=CityofRenton&cr=1
3. Bidder’s Question:
• The plan sheet LS.22 Detail 5 (Picnic Shelter Colum) says “determined by
manufacturer”, and Appendix E (Picnic Shelters Plans & Details says “A licensed
engineer familiar with soils conditions at the construction site must perform a
foundation design?
Response:
• Per manufacturer Recreation Today, footing/foundation design is included in
the engineering drawings they provide. These will then be reviewed in the
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 2 of 6
May 26, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
submittal review process for shop drawings, per 32 33 00 Site Furnishings, 1.06
Submittals, A.2.a. Picnic Shelters.
4. Bidder’s Question:
• The length of the boardwalks is not specifically called out. A question from the
specified vender is asking for the exact length please.
Response:
• The length down the center line of the boardwalk is 143.93 linear feet.
5. Bidder’s Question:
• Builder’s Risk: Reference: 00 72 00 – Part 2, 2.6 – “Contractor to buy Builder’s
Risk Insurance when the project involves substantial new building construction,
as determined by the owner”… Question: Will Builder’s Risk coverage be
required for this project?
Response:
• Yes. See Addendum B, Item No. 1 for update to Section 00 72 00, GENERAL
CONDITIONS, 2.6 Builder’s Risk
6. Bidder’s Question:
• What is the deadline and procedure to file a bid protest?
Response:
• The City follows RCW 39.04.105 and State Law for bid protests.
7. Bidder’s Question:
• In 1.5, Supplemental Conditions, there are MBE/WBE goals listed for Purchased
Goods, Purchased Services and Professional Services. Please clarify if these are
in addition to, of if they supersede those listed in the General Conditions, 10.11.
The percentages do not match up.
Response:
• These sections provide the voluntary State and Federal goals. The City of Renton
encourages Diverse Business Participation and contractors are urged to meet or
exceed these goals. No documentation of participation effort is required.
8. Bidder’s Question:
• In Sections 32 32 19, 32 33 00 and 32 33 00, Item 1.11 states:
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 3 of 6
May 26, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
• Please provide clarification on the intent of this provision and how it impacts
the manufacturer’s warranties and work required of certified technicians.
Response:
• The intent is that the general contractor is responsible for the work of their
team of subcontractors. It does not impact warranties of fabricators and
manufacturers. The work of the general contractor’s team must adhere to the
contract documents.
9. Bidder’s Question:
• Section 00 20 00 – Bidder’s Qualification Statement, states that the information
included in this section must be submitted “as part of this bid”. However,
Section 00 42 10, 1.2 -1.4, does not list this section as required as due
concurrently with the bid. Please confirm if Section 00 20 00 should be 1)
submitted with the bid, or 2) if it is intended to be submitted as part of 00 42 10,
1.5, the Supplemental Bidder information from the apparent low bidder, or 3) if
it is not required to be turned in.
Response:
• Qualifications Statement through Form D is revised and required to be
submitted with the bid.
• See Addendum B, Items No. 2, 3, and 4 for updates to Sections 00 42 10, 00 80
00, and 00 80 00d.
10. Bidder’s Question:
• Are stamped structural drawings available for the boardwalk system according
to note 1.5B of the Permatrak specifications (page 6 of the PermaTrak
drawings)? Typically the engineer of record for the project will supply the pile
designer with the pile locations and loading, which may include dead, live, and
seismic loads. These may vary from the suggested values provided by the
boardwalk manufacturer.
Response:
• Stamped engineer drawings are to be provided from the manufacturer in
submittal process per 32 33 000.1 Boardwalk, 1.06 Submittals: A.2.a. Shop
Drawings, A.2.b. Boardwalk Design Computation, A.2.c. Construction
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 4 of 6
May 26, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
instructions, A.2.d. Helical Pier Test Reports, and A.2.e Helical Pier installation
records.
11. Bidder’s Question:
• Is the 1 kip per helical pier lateral force to be applied in both transverse and
longitudinal directions to the boardwalk? Typically battered piles (if utilized) are
provided in both directions if bracing is required to resist seismic forces, it
appears only transverse bracing is shown in the drawings.
Response:
• Drawings and details were developed with manufacturer. Changes to bracing
shown in drawings and details would need to be presented as part of the
stamped engineer drawings provided from the manufacturer in submittal
process per 32 33 000.1 Boardwalk, 1.06 Submittals.
12. Bidder’s Question:
• Can the geotechnical engineer verify if larger diameter (6” or 8”) vertically
driven pipe or 8” wide flange piles may be able achieve the minimum lateral
capacity (1 kip per pile) in lieu of using a combination of vertical and battered
helical piles at each bent? Alternately, can the geotechnical engineer provide
allowable passive soil pressures such that a driven pile may be designed to
support the 1kip lateral loading per pile?
Response:
• An ultimate passive resistance of 400 pcf below a depth of 5 feet from existing
grade could be used when assessing the use of driven larger diameter pipe or H-
piles in lieu of driven pin piles or helical anchors for the boardwalk. Changes to
drawings and details that were developed with manufacturer, would need to be
presented as part of the stamped engineer drawings provided from the
manufacturer in submittal process per 32 33 000.1 Boardwalk, 1.06 Submittals.
13. Bidder’s Question:
• The geotechnical engineer’s report provides a helical pile capacity of 9 kips
(allowable) and states that 2 piles will be required for each foundation to
achieve the boardwalk manufacturer’s stated loading of 17kips per helical
pier. It is unclear how a 2-pile configuration can be used with the PermaTrak
system. Is a single larger 17k capacity helical pile acceptable in lieu of double
piles at each pier?
Response:
• A single larger 17-kip axial compressive capacity helical pier would be
acceptable from the geotechnical perspective in lieu of double helical piers. This
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 5 of 6
May 26, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
would need to be presented as part of the stamped engineer drawings from the
manufacturer in submittal process per 32 33 000.1 Boardwalk, 1.06 Submittals.
14. Bidder’s Question:
• Section 00 42 10 – Bid Submittal Checklist, requires submission of item #5
“Deposit or Contract Bond Form” (Form F) at “time of bid submission”.
However, our surety will not complete this form until there is a determination of
contract award and a final dollar amount provided. Please advise if submission
of the Contract Bond Form (F) can be provided post-bid, by low bidder,
following Notice of Intent to Award.
Response:
• Language in Section 00 42 10 states bidder is to complete the Deposit or
Contract Form not that Contract Bond Form F is to be submitted with the bid.
Contract Bond Form F is to be submitted with the Executed Agreement
following Notice of Intent to Award per Section 00 80 00 Forms.
15. Bidder’s Question:
• I’ve noticed a scaling error on Drawing Numbers LP.04 thru LP.06. These plan
sheets are enlargements of planting areas from Drawing Numbers LP.01 thru
LP.03. The scaling on LP.04 thru LP.06 should be 1” = 10’. They currently show
1” = 5’.
Response:
• The plan enlargements are drawn to 1” = 5’ scale. The scale bar shown under
the detail line will be revised to show 1” = 5’ scale and reissued in Addendum C.
16. Bidder’s Question:
• I found one symbol that is on planting enlargement details 1 and 2 (part of
Alternate 1) on Drawing Number LP.06. See below. I found 19 of these symbols
but I don’t see the symbol on either planting schedule. Please confirm what this
symbol is representing.
Response:
• This is a daylily symbol. The plant will be added into the Alternate 1 Plant
Schedule on Drawing Number LP.06 and reissued in Addendum C.
17. Bidder’s Question:
• It appears that if Alternate 1 is selected, planting enlargements 3 & 4 would not
be used as this is where the Scramble is to be installed. The Planting
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 6 of 6
May 26, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
enlargement 1 and 2 for Alternate 1 would then be used for planting just on the
outside edges of the Scramble. Please confirm.
Response:
• This is correct.
18. Bidder’s Question:
• Request to approve DecoColor and Plexipave products as an accepted substitute
on Basketball Court Surfacing.
Response:
• The DecoColor and Plexipave products would be valid products to submit for
review as substitution requests during the construction process under the
Contract Specification 01 40 10 Product Substitution Request when the contract
has been awarded.
End of Bidder's Questions & Responses
PHILIP ARNOLD PARK BID PHASE
ADDENDUM C 3 June 2022
Addendum C - Page 1 of 2
ADDENDUM – C
TO THE CONTRACT DOCUMENTS FOR
City of Renton
PHILIP ARNOLD PARK
Project Issued: May 9, 2022
Addendum C Issued: June 3, 2022
Revised Document Clarification Questions Due Date: 5:00 pm June 1, 2022
Bid Date: Prior to 2:00 pm June 8, 2022
Bid Opening Date: 3:00 pm June 8, 2022
To: All Holders of Bid/Contract Documents:
This addendum forms part of the Contract Documents and modifies the original Plans and
Specifications, for which proposals are due on the date and time above.
Acknowledge receipt of this addendum on “Addenda Received” of the Bid Documents in the
Contract Documents. Failure to do so might subject the bidder to disqualification.
This addendum shall clarify the Contract Documents as follows:
Item No. 1 – Title Sheet, pg 1
1.Revise Bid Due date to June 8, 2022
2.Revise Bid Opening date to June 8, 2022
Item No. 2 – Specification Section 00 00 03 – Bid Proposal Form, pg 1
1.Revise Bid Due date to June 8, 2022
Item No. 3 – Specification Section 00 11 13 Advertisement for Bids, pg 1
1.Revise Bid Due date to June 8, 2022
2.Revise Bid Opening date to June 8, 2022
Item No. 4 – Specification Section 01 21 00 Prevailing Wage Rates
1.Revise effective date for prevailing wages for this project to June 8, 2022.
Addendum C Sheets Issued:
1.Drawing No E3.00 – Detail 4. Revises conduit to Schedule 80.
2.Drawing No LS.02 – Removes 3 stray drafting symbols in the parking lot area.
PHILIP ARNOLD PARK BID PHASE
ADDENDUM C 3 June 2022
Addendum C - Page 2 of 2
3.Drawing No LS.14 – Detail 1, Adds note 2 and lengths to barrier rails. Detail 3, Revises
direction arrows per slope shown in elevation.
4.Drawing No LS.15 – Detail 2, Adds note 1 and length to barrier rail.
5.Drawing No LP.04 – Detail 1, Revises bar scale. Detail 2, Revises bar scale.
6.Drawing No LP.05 – Detail 1, Revises bar scale. Detail 2, Revises bar scale.
7.Drawing No LP.06 – Detail 1, Revises bar scale. Detail 2, Revises bar scale. Alternate 1
Planting Schedule, daylily symbol and plant added.
CONTRACT DOCUMENTS
For
City of Renton
Philip Arnold Park Site Improvements
#CAG-22-015
IN
RENTON, WASHINGTON
Owner: City of Renton
Contact: Betsy Severtsen
(425)757-6657
PRE-BID CONFERENCE
Date: May 16, 2022
Time: 8:30 AM
Zoom: Meeting ID: 879 8127 9841
Passcode: 685055
BID DUE
Date: June 8, 2022
Time: 2:00 PM
Location: Office of the City Clerk
Address: Renton City Hall - Lobby
1055 S Grady Way
Renton, WA 98057
BID OPEN
Date: June 8, 2022
Time: 3:00 PM
Zoom: Meeting ID: 839 7998 5134
Zoom Password: 019972
Time of Completion
Substantial Completion: May 26, 2023
Anticipated Notice to Proceed: July 20, 2022
BID PHASE PHILIP ARNOLD PARK
REVISED - ADDENDUM C 3 June 2022
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
SECTION 00 00 03 - BID PROPOSAL FORM
Philip Arnold Park Site Improvements Bid Form Page 1 of 6
CITY OF RENTON
HAND DELIVER TO: OFFICE OF THE CITY CLERK
RENTON CITY HALL – LOBBY
1055 S. GRADY WAY, RENTON, WA, 98057
for the
PHILIP ARNOLD PARK SITE IMPROVEMENTS
720 Jones Avenue South
Renton, WA 98057
CAG-22-015
Bids Due: 2:00 PM PDT June 8, 2022
Bidder’s Name:
Address:
Telephone:
(MUST BE COMPLETED AND SIGNED)
Having carefully examined the Bidding Documents and Instructions to Bidders, the Project site and
conditions affecting the Work, and all Addenda, the undersigned Bidder certifies that: (i) it has the
personnel and means to complete the Work and (ii) it will furnish all labor, materials, equipment, and
management to perform all Work required by, and in strict accordance with, the above-named documents
for the following sum within the time fixed. All Bid amounts shall include overhead, profit, bonds,
insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax).
The undersigned Bidder certifies that it is, at the time of submitting the Bid, and shall remain throughout
the period of the Contract, licensed by the State of Washington to perform the type of work required
under the Contract Documents. It further certifies that it is skilled and regularly engaged in the general
class and type of work called for in the Contract Documents.
A. BASE BID
The Bidder agrees to complete the Work for this Project for the following lump sum Base Bid
amount:
______________________________________________________________ DOLLARS (words)
$_____________________________________________________________ (numerals)
Do not include in the Base Bid amount Washington State Sales Tax that will be paid based on the
B I D F O R M
BID PHASE PHILIP ARNOLD PARK
REVISED - ADDENDUM C 3 June 2022
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 00 11 13 – ADVERTISEMENT FOR BIDS
Contract No. CAG-22-015 00 11 13 - 1
Philip Arnold Park Improvements June 3, 2022
The City of Renton invites interested and qualified contractors to submit sealed bids for the following project:
TITLE: PHILIP ARNOLD PARK SITE IMPROVEMENTS
ESTIMATED BASE BID COST: $3,833,023.36 including WSST.
ESTIMATED ALTERNATE 1 COST: $182,109.52 including WSST.
ESTIMATED ALTERNATE 2 COST: $76,798.90 including WSST.
PRE-BID CONFERENCE: 8:30 A.M. May 16, 2022 via ZOOM
Attendance at the pre-bid conference is
highly encouraged but is not mandatory.
Pre-Bid Conference Zoom Information:
Click or use this link to join the Pre-Bid Zoom Conference:
https://us02web.zoom.us/j/87981279841?pwd=NjNvbUFYK3NzdEpZajdMYzdoR3Yvdz09
Meeting ID: 879 8127 9841; Passcode: 685055
Via telephone by dialing: +1 253 215 8782, followed by: Meeting ID: 879 8127 9841
Passcode: 685055
SUBMITTAL TIME/DATE/LOCATION: Prior to 2:00 P.M. June 8, 2022
Bids must be hand delivered to:
Office of the City Clerk
Lobby, Renton City Hall
1055 S. Grady Way, Renton, WA, 98057
PUBLIC BID OPENING: Approximately 3:00 PM
on June 8, 2022 via ZOOM.
Public Bid Opening Zoom Information:
Click or use this link to join the Pre-Bid Zoom Conference:
https://us02web.zoom.us/j/83979985134?pwd=ZlZrMlpiUGl6Z1grVVd6S2F4TitYZz09
Meeting ID: 839 7998 5134; Passcode: 019972
Via telephone by dialing: +1 253-215-8282, followed by: Meeting ID: 83979985134#
Passcode: 019972#
The work, to be substantially completed from the date of commencement under this contract, but shall not
exceed a Substantial Completion date of May 26, 2023; shall include, but not be limited to: Construction of
park improvements and related site work. Work includes earthwork, utility installation, picnic shelters,
Portland Loo Restroom, pathways including boardwalk and retaining walls, basketball court improvements,
parking lot improvements, lighting, park signage, concrete flatwork, site furnishings, landscape planting,
and landscape irrigation and other improvements for the construction of Philip Arnold Park Site
Improvements for the City of Renton, Washington, all as shown and described on the Contract Documents
prepared by Hough Beck & Baird Inc., dated, May 4, 2022.
CAG-22-015
BID PHASE PHILIP ARNOLD PARK
REVISED - ADDENDUM C 3 June 2022
DIVISION 01 – GENERAL REQUIREMENTS
PHILIP ARNOLD PARK SITE IMPROVEMENTS
Section 01 21 00 – Prevailing Wage Rates
Contract No. CAG-22-015 01 21 00 - 1
Philip Arnold Park Site Improvements June 3, 2022
PART 1 - GENERAL
1.01 SUMMARY
A.This project, located in King County Washington, is subject to the payment of prevailing wages
to all workers. It is the contractor’s responsibility to determine and use the applicable rates for
the appropriate area of the state, as published by the Washington State Department of Labor
and Industries. These rates are available on the web at https://lni.wa.gov/licensing-permits/
public-works-projects/prevailing-wage-rates/.
1. Contractor must include these provisions in all subcontracts for work performed under this
Contract.
B.Based in the bid submittal deadline for this project, the applicable effective date for prevailing
wages for this project is June 8, 2022. Upon written request, the Owner will mail a hard copy
of the applicable prevailing wages for this project.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
BID PHASE PHILIP ARNOLD PARK
REVISED - ADDENDUM C 3 June 2022
A
B
MANUAL WATERING
BY SENSORSUSPENDEDWATERING
OFF
SENSOR
ACTIVE
ON OFF PGM ADV.
STARTMAN-
STATUSSTATION MAXICOMLINKED TO DAY CYCLECYCLICALODD DAYCYCLE STATUSPUMP / MVEVEN DAYCYCLE
DAY CYCLECUSTOM
OFF
TEST PROGRAM
CYCLE + SOAK
WATERBUDGET
EVEN DAYS
ODD DAYS
CYCLICAL
CUSTOM SUNSAT FRI THUWED
TUE
MON
STATION WATERING TIME
WATERING START TIME
MY PUMP START
PROGRAM OVERLAP
TIMECALENDAR
EVENT DAY OFF
RAIN DELAY
AUTO
B
A
3"A
FINISHED GRADE
DUCT SCHEDULE
1 STRONGBOX ENCLOSURE #SB24-SS-120V
ALUMINUM PANEL (BOLTED TO BACK WALL OF BOX)
HYBRID CONTROLLER: SEE LANDSCAPE DRAWINGS AND
SPECIFICATIONS.
TERMINAL BOX WITH TERMINAL STRIPS.
FLOW MONITOR.
PUMP MFGR: SEE LI SERIES SHEETS FOR (E) IR. PUMP.
LEVITON 5280-W, GFI OUTLET.
12" ENCLOSURE EXTENSION (TYP.)
PRE-CAST OR CONCRETE BASE
1. STRONG BOX CABINET - #SB-24SS-120V.
2. COLD ROLLED STEEL CONSTRUCTION
3. POWDER COATED DARK GREEN COLOR
4. TWO LOUVERED VENTS ON EACH SIDE
5. REMOVABLE EQUIPMENT MOUNTING PANELS
6. CABINET BOLTED TO A PREFABRICATED CONCRETE BASE
7. HINGED METER VIEWING WINDOW WITH REINFORCED GLASS
8. CONTROL CABINET, PREFABRICATED CONCRETE BASE, IRRIGATION
CONTROLLER, TERMINAL STRIPS, SURGE PROTECTION, & PANEL
ASSEMBLY AVAILABLE FROM UNITED PIPE AND SUPPLY (MODEL #
IT-ICC-SBMC12MB-RP).
IRRIGATION CONTROL PANEL LEGEND:
ENCLOSURE CABINET & PANEL NOTES:
200 AMP METER BASE REQUIRED BY PUGET SOUND ENERGY
(ALIGN METER WITH WINDOW TYP.)
PANEL 'SPL', 200A, 240/120V, 1Ø, 3W. 16-CIRCUIT; CIRCUIT
BREAKERS PER PANEL SCHEDULE. CONNECT PER SINGLE LINE
DIAGRAM.
LIGHTING CONTROLLER; DOUGLAS LITEPAK 2 #DLP2-8R8D-SM.
DATAREMOTE DIGITAL CELLULAR COMMUNICATION
UNIT WITH DOMED TOP ANTENNA & CABLE
MIN. 2" CONDUIT FOR STATION CONTROL WIRES
GROUND WIRE CONNECTS FROM GROUND LUG
TO GROUNDING BUSS IN CONTROLLER (TYP.)
GROUND LUG (RUN WIRE FROM GROUND LUG TO
GROUNDING ROD GRID TYP.)
METER / LOAD CENTER PANEL LEGEND:
2
3
4
5
6
7
8
A
B
9
10
11
12
16
17
13
18
BID SET
PHILIP ARNOLD PARK
PM: ED DAVID, PE TEL: 206.855.4600
04/01/22
IN COMPLIANCE WITH CITY OF RENTON STANDARDS
SCHEDULES AND
DIAGRAMS
SERVICE/IRRIGATION CONTROL PEDESTAL
POLE BASE DETAIL HANDHOLE DETAIL
TYPICAL DUCT BANK
R-4211TED-04-4211R-421160E3.00 PHILIP ARNOLD PARKPHILIP ARNOLD PARKPR:LUA: C: C21006142
BBBBBBBBBBBBBB594678101112CONCRETE MOW STRIPCOORDINATE CHARTBID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHIN
GTONLICENSEDLANDSCAPEARCH
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
SITE FINISHES & FURNISHINGS PLAN - CENTRALLS.02 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA:
R-421163
BID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHING
TONLICENSEDLANDSCAPEARC
H
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
SITE FINISHES & FURNISHINGS DETAILSLS.14 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA: NOT TO SCALE1BOARDWALK ELEVATIONNOT TO SCALE3BOARDWALK R-421176NOT TO SCALE2BOARDWALK ENLARGEMENT
BID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHING
TONLICENSEDLANDSCAPEARC
H
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
SITE FINISHES & FURNISHINGS DETAILSLS.15 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA: NOT TO SCALE2BOARDWALK AND GUARDRAIL SECTIONNOT TO SCALE4GUARDRAILNOT TO SCALE6POST ATTACHMENTNOT TO SCALE7BARRIER ATTACHMENTNOT TO SCALE1BOARDWALK AND CURB SECTIONNOT TO SCALE3BOARDWALK TRANSITIONNOT TO SCALE5BOTTOM BASE PLATE R-421177
BID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHIN
GTONLICENSEDLANDSCAPEARCH
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
PLANTING ENLARGEMENTSSCALE: 1" = 5'-0"PLANTING ENLARGEMENT 11LP.04 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA:
R-421194SCALE: 1" = 5'-0"PLANTING ENLARGEMENT 22
BID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHIN
GTONLICENSEDLANDSCAPEARCH
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
PLANTING ENLARGEMENTSLP.05 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA:
R-421195SCALE: 1" = 5'-0"PLANTING ENLARGEMENT 3SCALE: 1" = 5'-0"PLANTING ENLARGEMENT 421
ALTERNATE 1: PLANTING SCHEDULEALTERNATE 1: PLANTING SCHEDULEALTERNATE 1: PLANTING SCHEDULEALTERNATE 1: PLANTING SCHEDULEALTERNATE 1: PLANTING SCHEDULEBID SETPHILIP ARNOLD PARKIN COMPLIANCE WITH CITY OF RENTON STANDARDS2101 4TH AVENUE, SUITE 1800 SEATTLE, WA 98121206.682.3051 phone206.682.3245 faxSTATEOFWASHIN
GTONLICENSEDLANDSCAPEARCH
ITECT MERIT OVIIRNO. 1396 EXP.03/2023
C: C21006142
TED-04-4211
PLANTING ENLARGEMENTSSCALE: 1" = 5'-0"PLANTING ENLARGEMENT 1 - ALTERNATE 11LP.06 PHILIP ARNOLD PARK
PHILIP ARNOLD PARK PR:LUA:
R-421196SCALE: 1" = 5'-0"PLANTING ENLARGEMENT 2 - ALTERNATE 12
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
PARKS and RECREATION
DEPARTMENT
M E M O R A N D U M #3
DATE:
TO:
CC:
FROM:
SUBJECT:
3 June 2022
Bidders
Dean W. Koonts, HBB Landscape Architecture
Betsy Severtsen, Capital Projects Coordinator
Philip Arnold Park Site Improvements – Bidder Questions &
Responses (CAG-22-015)
1.Bidder’s Question:
•We are interested in bidding the precast planks on the boardwalk portion
of this project. Is PermaTrak supplying these planks, or are they open to
bids from other suppliers.
Response: PermaTrek is supplying the planks (i.e. treads) as part of a complete
boardwalk system.
2.Bidder’s Question:
•Is there a base bid for the cross bracing requested, as far as material size
and lengths? Are there minimum material requirements for the cross
bracing/barriers? Is the cross bracing/barrier design provided by the
structural EOR or is the design to be provided by Magnum? If Magnum is
responsible for the cross bracing, what are the dimensions between the
bents?
Response: The Barrier Rails are installed to act as a barrier against crawling or
sleeping underneath the boardwalk and should be included in the base bid for
the boardwalk. Material, finish, and sizing is in specification 32 33 00.01, 2.02
Boardwalk Barrier. These should be included in the shop drawing submittal.
Lengths have been added to drawings and will be issued in an Addendum.
3.Bidder’s Question:
•Please provide picnic shelter foundation details. We refer to LS.2, it says
picnic shelter foundation details to be determined by the manufacturer
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 2 of 3
June 3, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
while Appendix E says foundation design has not performed by the
manufacturer.
Response: Per manufacturer ‘Recreation Today,’ footing/foundation design is
included in their engineering drawings they provide. These will then be reviewed
in the submittal review process for shop drawings, per 32 33 00 Site Furnishings,
1.06 Submittals, A.2.a. Picnic Shelters.
4.Bidder’s Question:
•Philip Arnold Park Spec Section 26 05 43, 2.02A, indicates conduit should
be Schedule 80 PVC. However, drawing E3.00, detail #4 indicates conduit
should Schedule 40 PVC. Please resolve this issue.
Response: The specification is correct. The drawing will be revised in an
Addendum.
5.Bidder’s Question:
•The drawings for this project show two basketball goals but they are nor
included in the specifications. I was going to bid the PR55XL goal from
Bison. I have attached a cut sheet of this goal from Bison which marches
up with the drawing in the plans. Can you clarify this?
Response: Specification 11 68 23, Section 2.01 Basketball Goal provides pole,
backboard, goal, and net components.
6.Bidder’s Question:
•Regarding, the 2,000 sq ft of joint compound, was this ever composite
tested or point counted? It could be considered part of the wall board
system and if less than 1%, could be demolished with the building.
Response: The joint compound was not composite tested, nor was it point
counted, therefore assume that it cannot be combined with in-place building
demolition.
7.Bidder’s Question:
•Is there additional written specifications available on the requirements
for the SPH service other than what is shown on the plan sheet
E1.00? Reviewing section 26000 of the special provisions I only see
Bidders Questions – Philip Arnold Park Site Improvements (CAG-22-015)
Page 3 of 3
June 3, 2022
Philip Arnold Park Site Improvements CAG-22-015
Bidder Questions and Response
information on the other PP-2 & PP-3 services from Skyline and Milbank
is needing to know if there are specific requirements for the SPH service
meeting any City of Renton standards and cabinet material type and
finish.
Response: Pedestal requirements for ‘SPH’ are the same as pedestal ‘SPL’,
except references to irrigation controller do not apply. See sheet E3.00, Detail
1, Service/irrigation Control Pedestal’ including ‘Enclosure Cabinet & Panel
Notes’. Provide distribution as shown in single line wiring diagram for ‘SPH’.
8.Bidder’s Question:
•The new plans on the City Clerk site are the same plans just with a
different name, they are still scans/raster.
Response:
The download off the City Clerk’s website prints to PDF and rasterizes, our
apologies. See the following FTP link for vectorized plans:
https://spaces.hightail.com/receive/SFZk5QooF1
9.Bidder’s Question:
•The bid date (June 1) noted on Page 1 of 6 of the Bid Form has been
changed by addendum to June 8. Will this page be re-issued?
Response:
•Yes. Please see Addendum C that includes reissued pages with the
updated date for page 1 of the Bid Form, and also page 1 of the title
pages, page 1 of the bid advertisement, and the prevailing wage effective
date.
End of Bidder's Questions & Responses Received through 06-01-22.