Loading...
HomeMy WebLinkAboutContract CAG-06-108 ;;� TM -. Document A101 - 1997 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM AGREEMENT made as of the 46 day of zo" the year of 01W6 (In words, indicate day, month and year) ADDITIONS AND DELETIONS: The author of this document has BETWEEN the Owner: added information needed for its (Name, address-and other information) completion.The author may also have revised the text of the original City of Renton AIA standard form.An Additions and 1055 S.Grady Way Deletions Report that notes added Renton,WA 98055 information as well as revisions to Telephone Number: 425-430-6803 the standard form text is available Fax Number: 425-430-6801 from the author and should be reviewed.A vertical line in the left margin of this document indicates and the Contractor: where the author has added (Name, address and other information) necessary information and where the author has added to or deleted NETServices,LLC,Limited Liability Company from the original AIA text. 13010 11th Avenue NE This document has important legal Tulalip,WA 98271-6751 consequences. Consultation with an Telephone Number: 888-365-6387 attorney is encouraged with respect Fax Number: 360-651-1956 to its completion or modification. AIA Document A201-1997,General The Project is: Conditions of the Contract for (Name and location) Construction,is adopted in this document by reference.Do not use Driving Range Netting Replacement with other general conditions unless Maplewood Golf Course this document is modified. 4050 Maple Valley Highway Renton,WA 98058 This document has been approved and endorsed by The Associated The Architect is: General Contractors of America. (Name, address and other information) Ivary&Associates,Architects,General Corporation 551 NE 65th Street Seattle,Washington 98115 Telephone Number: 206-525-8020 Fax Number:206=525-8021 The Owner and Contractor agree as follows. AIA Document A101 TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA Document is protected by U.S.Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA" Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:35:59 on 07/21/2006 under Order No.1000232520_1 which expires on 5/9/2007,and is not for resale. User Notes: (2721381159) ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General, Supplementary and other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully apart of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 8. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION §31 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) The commencement date will be fixed in a notice to proceed. If,prior to the commencement of the Work,the Owner requires time to file mortgages, mechanic's liens and other security interests,the Owner's time requirement shall be as follows: §3.2 The Contract Time shall be measured from the date of commencement. I §3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than 30 days from the date of commencement,or as follows: (Insert number of calendar days.Alternatively, a calendar date may be used when coordinated with the date of commencement. Unless stated elsewhere in the Contract Documents, insert any requirements for earlier Substantial Completion of certain portions of the Work.) Portion of Work Substantial Completion Date subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any,for liquidated damages relating to failure to complete on time or for bonus payments for early completion of the Work) $50.00 per calendar day ARTICLE 4 CONTRACT SUM §4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract.The Contract Sum shall be One Hundred Thirty-five Thousand Four Hundred Forty-nine Dollars and Eighty-one Cents ($ 135,449.81 ),subject to additions and deductions as provided in the Contract Documents. §4.2 The Contract Sum is based upon the following alternates,if any,which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires) AIA Document A101TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA° Document is protected by U.S.Copyright Law and International Treaties. 2 Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:35:59 on 07/21/2006 under Order No.1000232520_1 which expires on 5/9/2007,and is not for resale. User Notes: (2721381159) §4.3 Unit;prices,if any,are as follows: Description Units Price($0.00) ARTICLE 5 PAYMENTS §5.1 PROGRESS PAYMENTS §5,1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect,the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. §5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month,or as follows: (Paragraph deleted) §5.1.3 The City of Renton operates on a two-week cycle according to the 2006 Accounts Payable Calendar,a copy of which will be provided to the Contractor. Applications for Payment must be received by the Owner a minimum of one week prior to any Purchase Order cutoff date to be processed in that run. §5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule,unless objected to by the Architect,shall be used as a basis for reviewing the Contractor's Applications for Payment. §5.1,5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the ends of the period covered by the Application for Payment. §5.1.6 Subject to other provisions of the Contract Documents,the amount of each progress payment shall be computed as follows: .1- Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values,less retainage of Five percent ( 5.00%).Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be included as provided in Section 7.3.8 of AIA Document A201-1997; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or,if approved in advance by the Owner,suitably stored off the site at a location agreed upon in writing),less retainage of Five percent ( 5.00%); .3 Subtract the aggregate of previous payments made by the Owner;and .4 Subtract amounts,if any,for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-1997. §5,1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: AIA Document A101 W—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA Document is protected by U.S.Copyright Law and International Treaties. 3 Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:35:59 on 07/21/2006 under Order No.1000232520_t which expires on 5/9/2007,and is not for resale. User Notes: (2721381159) NOW .1 Add,upon Substantial Completion of the Work,a sum sufficient to increase the total payments to the full amount of the Contract Sum,less such amounts as the Architect shall determine for incomplete Work,retainage applicable to such work and unsettled claims; and (Section 9.8.5 of AIA Document A201-1997 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add,if final completion of the Work is thereafter materially delayed through no fault of the Contractor,any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-1997. §5.1.8 Reduction or limitation of retainage,if any,shall be as follows: (If it is intended;priorZO Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) None §5.1.9 Except with the Owner's prior approval,the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. §52 FINAL PAYMENT §5.2.1 Final payment,constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-1997,and to satisfy other requirements, if any,,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by the Architect. §5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment,or as follows: ARTICLE 6 TERMINATION OR SUSPENSION §6,1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-1997. §6.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-1997. ARTICLE 7 MISCELLANEOUS PROVISIONS §7.1 Where reference is made in this Agreement to a provision of AIA Document A201-1997 or another Contract Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. §7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below,or in the absence thereof,at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) ( )per annum (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) AIA Document A101 TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA° Document is protected by U.S.Copyright Law and International Treaties. 4 Unauthorized reproduction or distribution of this AIAA" Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:35:59 on 07/21/2006 under Order No.1000232520_1 which expires on 5/9/2007,and is not for resale. User Notes: (2721381159) �.✓ §7.3 The Owner's representative is: (Name, address and other information) Kelly Beymer-Project Manager 1055 S.Grady Way Renton,WA 98055 Telephone Number: 425-430-6803 Fax Number: 425-430-6801. §74 The Contractor's representative is: (Name, address and other information) Dan Nunn NETServices,LLC. 1301011th Avenue NE Tulalip,WA 98271-6751 §7.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party, §7.6 Other provisions: ARTICLE 8 ENUMERATION OF CONTRACT DOCUMENTS §8.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: §8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner and Contractor,AIA Document A 101-1997. §8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction,AIA Document A201-1997. §8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated and are as follows Document Title Pages Project Manual Division O 64 Project Manual Division 1 45 §8.1.4 The Specifications are those contained in the Project Manual dated as in Section 8.1.3,and are as follows: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Title of Specifications exhibit: Project manual,Division 2-Sitework(8 pages),Division 3 -Concrete(2 pages), Division 5-Metals(2 pages),Division 6-Wood/Plastic(1 page),Division 13-Special Construction (4 pages). (Rows deleted); §8.1.5 The Drawings are as follows,and are dated unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Title of Drawings exhibit: Site Plan,Pole&Net Site Plan&Elevations, Sections (Rows deleted) §8.1.6 The Addenda,if any,are as follows: AIA Document A101 TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties. 5 Unauthorized reproduction or distribution of this AIA Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:35:59 on 07/21/2006 under Order No.1000232520_1 which expires on 5/9/2007,and is not for resale. User Notes: (2721381159) *M" `err' Number Date Pages 1 6/14/2006 1 2 6/16/2006 1 3 6/26/2006 1 Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 8. §8.1.7 Other documents,if any,forming part of the Contract Documents are as follows: (List here any additional documents that are intended to form part of the Contract Documents.AIA Document A201- 1997 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) This Agreement is entered into as of the day and year first written above and is executed in at least three original copies,of which one is to be delivered to the Contractor,one to the Architect for use in the administration of the Contract,and the remainder to the Owner. OWNER(S' nature) CONTRACTOR(Signature) Kathy Keolker,Mayor 10 Ar1 PJLk N.1 — MA-N RC-r_tj iff (Printed name and title) (Printed name and title) ATTEST(Signature) Bonnie Walton,City Clerk (Printed name and title). Init. AIA Document A101 TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Institute of Architects. All rights reserved. WARNING:This AIA Document is protected by U.S.Copyright Law and International Treaties. s Unauthorized reproduction or distribution of this AIA'"Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:35:59 on 07/21/2006 under Order No.1000232520_1 which expires on 5/9/2007,and is not for resale. User Notes: (2721381159) Award Date: 7/17/2006 CAG06-108 Awarded to: NETServices, LL 13010 11th Ave. NE Tula lip, — `�Y O ti Bidding Requirements Contract Forms ..Il Conditions of the Contract Plans and Specifications N'T PROJECT MANUAL City of Renton Maplewood Golf Course Driving Range Netting Replacement PROJECT NO. 06-2006 City of Renton Maplewood Golf Course 4050 Maple Valley Highway Renton WA 98058 Project Manager: Kelly Beymer Phone: 425-430-6803 ® Printed on Recycled Paper PROJECT MANUAL for Driving Range Netting Replacement at MAPLEWOOD GOLF COURSE 4050 Maple Valley Highway RENTON, WASHINGTON 98058 Owner: CITY OF RENTON MAPLEWOOD GOLF COURSE 4050 Maple Valley Highway Renton, WA 98058 Kelly Beymer, Project Manager Ph: 425-430-6803 Fax: 42S-430-6801 Architect: Wayne Ivary Ivary & Associates, Architects Seattle, WA 98115 Date: May 30, 2006 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT TABLE OF CONTENTS INDEX OF TECHNICAL SPECIFICATIONS Serrinn T,rle Page Conn DIVISION 0 _ BIDDING RFDTTTREMENTS, CONTRAC2 FORMS _AND CONDITIONS OF THE C'oNTg ACT 00001 Synopsis of Bidding Information 2 00002 Invitation to Bid 1 00003 Call for Bids 1 00004 Scope of Work 1 00005 Instructions to Bidders/Bidder's Checklist 5 00006 Statement of Bidder's Qualifications 3 00007 Bid Bond Form 1 00008 Bid Proposal 1 00009 Non-Collusion,Anti-Trust,Minimum Wage Form 1 00010 General Conditions of the Contract(AIA) 41 00011 Bond to the City of Renton Form 1 00012 Insurance and Related Requirements 6 DTVTSTON 1 _ GENFRAT RFinTTTRFl1?��r�rc 01005 Summary of Work 2 01006 Americans with Disabilities Act Policy 1 01007 Fair Practices Policy 1 01008 Fair Practices Policy Affidavit 1 01009 Affidavit of Wages Paid 1 01010 Certification of Payment of Prevailing Wages 1 01011 Application for Payment 1 01012 Change Orders 2 01013 Inspections and Tests 2 01035 Special Provisions 2 01040 Project Coordination 2 01060 Regulatory Requirements 2 01090 Definitions &Standards 4 01100 Base Bid&Bid Additives 1 01200 Project Meetings 2 01340 Submittals 3 01350 Substitutions 2 01400 Quality Control 2 01505 Temporary Facilities 3 01600 Materials and Equipment 2 01705 Project Closeout 3 01720 Project Record Documents 3 01730 Operation&Maintenance Manual 2 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT TABLE OF CONTENTS DTVTSTON 2- STTF,WORK 02060 Demolition 1 02230 Landscape Protection 4 02444 Chain Link Fencing 3 DIVISION 3 - CONCRFIE 03000 Cast-in-Place Concrete 2 DTVTSTON 4- MASONRY (None) DTVTSTON 5 - MFTAT.S 05120 Miscellaneous Metals 2 DIVISION 6 -WOOD & PLASTICS 06200 Finish Carpentry 1 DTVT4TON 7-THERMAL&MOTSTTTRF.PROTECTION (None) DTVTSTON 9 -DOORS &WINDOWS (None) DIVISION 9 - FTNTSTIRS (None) DIVISION 10- SPECIALTIES (None) DTVTSTON 11 —EQUIPMENT (None) DIVISION 1?.—FT TRNTSHTNGS (None) DIVISION 13—SPECIAL CONSTRTTCTTON 13130 Range Enclosure 4 DIVISION 14- CONVEYING SYSTEMS (None) 2 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT TABLE OF CONTENTS DIVTSTON 15 - MF.C14ANTCAT. (None) DIVISION 16 - ELECTRTCAT. (None) END OF TABLE OF CONTENTS 3 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT SYNOPSIS OF BIDDING INFORMATION 1. PROJECT: DRIVING RANGE NETTING REPLACEMENT Maplewood Golf Course 4050 Maple Valley Highway Renton, WA 98058 2. OWNER: City of Renton Represented by Leslie Betlach, Parks Director Renton City Hall 1055 South Grady Way Renton, WA 98055 Phone (425) 6619 3. OWNERS REPRESENTATIVE: Kelly Beymer, Golf Course Manager Phone (425) 430-6803 FAX (425) 430-6801 4. ARCHITECT: Wayne Ivary Ivary & Associates, Architects 551 Northeast 65th Street Seattle, WA 98115 Phone (206)525-8020 5. BIDS DUE: Monday, June 19, 2006 by 2:30PM Renton City Hall - Seventh Floor—Office of the City Clerk After Bids are received and time-stamped by the City Clerk, the bids will be opened in Conference Room # 521 on the Fifth Floor of City Hall 6. TENTATIVE SCHEDULE OF WORK: The following dates represent the tentative schedule for the work to be performed under this contract: Plans Available for Bidding Monday, June 5, 2006 Pre-Bid Site Walk-Thru Tuesday, June 13, 2006 10:00 am Bids Due by 2:30 PM Monday, June 19, 2006 Commence Construction Work July 17, 2006 Synopsis of Bidding Information 00001 - 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT SYNOPSIS OF BIDDING INFORMATION 7. TIME OF CONSTRUCTION: Ten (10) working days. Liquidated damages thereafter at fifty dollars ($50) per day. 8. BID SECURITY: Minimum 5% of bid submitted as cash, certified check, bid bond, or cashiers check. 9. PERFORMANCE BOND & PAYMENT BOND: 100% of contract amount. 10. WAGES: Pay state promulgated prevailing wages rates. 11. TYPE OF CONTRACT: Single lump-sum contract encompassing all work. END OF SECTION Synopsis of Bidding Information 00001 -2 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INVITATION TO BID CITY OF RENTON COMMUNITY SERVICES DEPARTMENT MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT You are invited to submit a sealed bid for the work associated with the replacement of the driving range netting at the Maplewood Golf Course, 4050 Maple Valley Highway, Renton, Washington. Bids will be received at the Office of the City Clerk, Seventh Floor, Renton City Hall, 1055 South Grady Way, Renton, WA, 98055 until 2:30 P.M., Monday, June 19, 2006. The bids will then be publicly opened and read aloud in the 5th Floor Conference Room #521 of City Hall. Bids received after the specified time and date will not be considered. Please see "Scope of Work" for project construction information. A single contract bid including general and specialty contracts shall be submitted in accordance with the Drawings, Project Manual, and other contract documents. The City reserves the right to reject any and all bids and waive any informalities or irregularities in the bids received. The estimated construction cost is $100,000- $110,000 including tax. Bid documents will be available Monday, June 5, 2006. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to Kelly Beymer, City of Renton, Maplewood Golf Course, 4050 Maple Valley Highway, Renton, WA, 98058, phone (425) 430-6803, fax (425) 430-6801. A pre-bid site walk-through will be held on Tuesday, June 13, 2006 at 10:00 A.M. at the site. Each bidder is fully responsible for familiarizing himself with the work and the site conditions. Attendance by bidders is recommended. A Bid Bond in the amount of 5% of the total amount of each 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. The successful bidder shall enter into a contract in accordance with the bid and shall furnish a Performance Bond in the amount of 100% of amount bid. Invitation to Bid 00002- 1 CAG-0X-XXX CITY OF RENTON CALL FOR BIDS Driving Range Netting Replacement at the Maplewood Golf Course You are invited to submit a sealed bid for the Driving Range Netting Replacement at the Maplewood Golf Course, Renton, Washington. Sealed bids will be accepted until 2:30 p.m. on Monday, June 19, 2006 at the City Clerk's office, 7`h floor and will be opened and publicly read in conference room 521 on the 5`h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98055. The work to be performed within 30 working days from the scheduled date of commencement of June 30,2006 under this contract and shall include, but not be limited to: The Scope of Work attached for construction information. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Monday, June 5, 2006. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." Questions about the project shall be addressed to Kelly Beymer, City of Renton, Maplewood Golf Course, 4050 Maple Valley Highway, Renton,WA, 98058,phone(425)430-6803, fax(425)430-6801. A pre-bid walk through will be held on Tuesday, June 13, 2006 at 10:00 a.m. at the Maplewood Golf Course Driving Range Lobby. Each bidder is fully responsible for familiarizing himself with the work and site conditions. Attendance by bidders is recommended. SA certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bids shall be sealed in an envelope marked "Driving Range Netting Replacement — Maplewood Golf Course". Contract payment will be made as a lump sum payment upon completion of the project and successful release of all liens. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce Monday,June 5,2006 Daily Journal of Commerce Monday,June 12,2006 Call for Bids 00003- 1 CITY OF RENTON MAPLEWOOD GOLF COURSE Driving Range Netting Replacement SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the project, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Demo of Existing Perimeter Netting • Replacement of Perimeter Netting • Replacement of Vertical Baffles • Replacement of Vertical Cables at Pole Lines • Install Chain Link Fencing at Base of Netting • Install Wood Edge Board at Base of Chain Link Fencing • Cleanup and repair of any damage Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 30 working days will be allowed for the completion of this project. The estimated project cost is $100,000.00. Scope of Work 00004- 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS PART 1 INSTRUCTIONS TO BIDDERS 1. BIDDERS REPRESENTATIONS A. The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications. B. The Bidder, by making a Bid, represents that he has read and understands the Bidding Documents and the Bid is made in accordance therewith. He has also visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the bidders personal observations with the requirements of the proposed Contract Documents. C. Bids shall include Work in conformance with all applicable State Laws, Municipal Ordinances, and the rules and regulations of all authorities having jurisdiction over the construction of the Project. D. A total of thirty(30)calendar days will be allowed for the construction portion of this project. 2. CONDITIONS OF THE WORK A. Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligations to furnish all material and labor necessary to carry out the provisions of his contract. B. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 3. ADDENDA AND INTERPRETATIONS A. No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. B. Every request for such interpretation should be in writing addressed to the Owner's Representative, and to be given consideration must be received at least two (2) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed and faxed no later than two (2) days prior to the date fixed for the opening of bids. Failure of any bidder to receive such addenda or interpretation shall not relieve any such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. 4. SUBSTITUTIONS A. The materials, products, and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. B. The Owner's Representative shall have the final decision on the acceptability of substituted products. Refer to Section 01350-Substitutions. Instructions to Bidders 00005- 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSTRUCTIONS TO BIDDERS 5. PREPARATION OF BIDS Each bid must be submitted on the enclosed form. Do not use or remove form bound within the specifications. All blank spaces for bid prices must be filled in, either in ink or typewritten. The amount for each specified type of work, the pre-tax lump sum, applicable taxes, and total lump sum bid must be stated in both words and figures and where conflict occurs, the written or typed word shall prevail. (see Section 1-02.6, City of Renton Supplemental Specifications). Each bid must be accompanied by fully completed and executed items in the Bidder's Checklist, Section 00005. 6. SUBMISSION OF BIDS A. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name: "Driving Range Netting Replacement—Maplewood Golf Course" B. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. C. Bids shall be submitted to the Fifth Floor, Renton City Hall, 1055 South Grady Way. Bids will be received until 2:30 pm, Monday,June 19, 2006. D. No telegraphic or fax modifications will be allowed. 7. AWARD OF BID A. It is the intent of the Owner to award a Contract to the lowest responsible Bidder within the funds available for work included in the Base Bid and any or all Alternates selected by the Owner(if included), inclusive of Washington State sales tax, provided the Bid has been submitted in accordance with the requirements of the Bidding Documents. B. The Owner reserves the right to reject any bidder if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that the Contractor is properly qualified to complete work of the highest quality. 8. POST BID INFORMATION AND DOCUMENT SUBMITTAL A. The bidder winning the award of this project will be required to submit the following documents to the City, within ten (10)days of Notice of Contract Award: • Standard Form of Agreement—AIA Form A101 • Certificates of Insurance(see Section 00013 for requirements) • City of Renton Business License • Performance Bond and Payment Bond(see Section 00012 for form) • City of Renton Affidavit of Compliance(see Section 01008 for form) Instructions to Bidders 00005-2 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSTRUCTIONS TO BIDDERS • Affidavit of Intent to Pay Prevailing Wages. B. Should a bidder fail to enter into contract and furnish required documents within fourteen (14) days after his proposal has been accepted, his bid guarantee shall be retained by the Owner as liquidated damages,not as a penalty. 9. NOTICE TO PROCEED Notice To Proceed shall be given after the City Council, City Attorney, and Risk Manager approve the Contract and the Contract is signed by the Mayor. 10. TIME OF CONSTRUCTION After the designated date of Start of Work, the Contractor shall proceed with promptness and diligence. The Contractor has thirty (30) calendar days to complete the construction work in accordance with contract specifications. All work shall be physically complete within thirty (30) days of Notice to Proceed, unless otherwise notified by Owner. 11. LIQUIDATED DAMAGES For each calendar day after date established by the above allowed time that any portion of the work remains incomplete (in the City's sole judgment), the sum of One Thousand Dollars ($1,000.00) (not to be construed in any sense a penalty) is the agreed liquidated damages incurred by the City for failure of the Contractor to meet the scheduled completion dates. 12. CHANGE ORDER A. When extra work is performed under an approved Change Order and paid for by acceptable lump sum or mutually agreed prices, the contractor will be limited to a markup of 10% overhead and profit. B. When extra work is performed as above by a subcontractor to the general contractor, the general contractor shall be limited to a 10% markup on the subcontractors work. No further markup shall be permitted to cover any other miscellaneous costs. 13. QUALIFICATIONS OF SUBCONTRACTORS The Owner reserves the right to approve or reject the subcontractors identified in the Bid Forms, after bid opening, providing the Contractor has the right to decide not to enter into the contract if the Owner so exercises the right to disqualify a subcontractor. 14. SECURITY FOR FAITHFUL PERFORMANCE Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds, as required by RCW 39.08.010, as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be duly authorized by a surety company satisfactory to the Owner. Instructions to Bidders 00005-3 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSTRUCTIONS TO BIDDERS 15. CITY OF RENTON It should be noted that the City of Renton as project Owner is distinct in dealings and responsibilities from the City of Renton as building official and regulatory agency regarding compliance with existing ordinances, etc. 16. EQUAL OPPORTUNITY EMPLOYER The City of Renton is an Equal Opportunity Employer. END OF SECTION Instructions to Bidders 00005-4 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT BIDDER'S CHECKLIST BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted with the bid: 1. Proposal The bid price shall be stated in terms of a total lump. Illegible figures may invalidate the bid. 2. Proposal Signature Sheet To be filled in and signed by the Bidder. 3. Bid Bond No bond form other than the form provided within these specifications shall be acceptable to the contracting agency. The form shall be executed by the Bidder and the surety company unless bid is accompanied by a certified check. The proposal bond shall not be altered, conditioned, or modified in any way. The amount of this bond shall be not less that five (5%) of the total amount of the bid and may be shown in dollars or on a percentage basis. 4. Statement of Bidder's Qualifications To be filled in and signed by the bidder. 5. Statement of Preferred Bidder Qualifications To be filled in and signed by the bidder. 6. Non-Collusion Affidavit To be signed and submitted with the bid. Failure to complete the aforementioned forms and to submit said forms with the bid shall be due cause for rejection of the bid. END OF SECTION Bidder's Checklist 00005-5 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT STATEMENT OF BIDDER'S QUALIFICATIONS Maplewood Golf Course Statement of Bidder's Qualifications Each Contractor bidding on work included in these contract documents shall prepare and submit the data requested in the following schedule of information: This data sheet must be included in and made a part of each bid document. 1. Name of bidder: 2. State of Washington Contractor's License No.: Expiration Date: 3. Business address: 4. How many years have you been engaged in the contracting business under the present name? 5. Contracts now in hand. Gross Amount $ 6. General character of work performed by your company. 7. List last 4 important construction projects (in order) your company has performed including approximate costs and name and phone number of Architect or Owner. (Projects listed should be limited within the past 5 years). 8. List your major equipment. 9. Bank references & phone: Statement of Bidder's Qualifications 00006- 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT STATEMENT OF BIDDER'S QUALIFICATIONS 10. Bonding Company & phone: 11. List last 4 golf course netting projects your company has performed, including approximate costs and name and phone number or of Architect and Owner, as well as date completed and a brief description of the project. Statement of Bidder's Qualifications 00006-2 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT STATEMENT OF BIDDER'S QUALIFICATIONS Maplewood Golf Course Statement of Preferred Qualifications The statement of Preferred Qualifications, or equivalent, which is listed below, will be considered by the City of Renton in determining the lowest qualified and responsible Bidder. The undersigned submits below a statement of work of similar scope and character to the work being considered under this proposal satisfactorily and successfully completed within the past ten years. Please include the date, the work that was performed, and a contact name. A. GENERAL CONTRACTOR 1. GENERAL CONTRACTOR — Minimum of five driving range construction projects or range netting replacement projects. JOB CONTACT DATE (Name, Address & Phone) 2. FOREMAN RESPONSIBLE FOR CONSTRUCITON OF THIS PROJECT: Minimum of two driving range construction projects or range netting replacement projects. JOB CONTACT DATE (Name, Address & Phone) Statement of Bidder's Qualifications 00006-3 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT BID BOND FORM BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 200_. Principal Surety Received return of deposit in the sum of$ Bid Bond Form 00007- 1 CITY OF RENTON MAPLEWOOD GOLF COURSE PROJECT NUMBER 06-2006 DRIVING RANGE NETTING REPLACEMENT BID PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract: (Note: Total amount of bid should be shown. Show bid amount both in writing and in figures.) Base Bid amount $ Sales Tax $ BID TOTAL $ Bid Additive#1 —Install chain link fencing at base of netting at east and north side of range as shown on the drawings. Base Bid Amount $ Sales Tax $ BID TOTAL $ Printed Name: Signature: Address: Phone: Fax: Bid Proposal 00008- 1 CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this day of ,200_. Notary Public in and for the State of Washington Notary(Print) My appointment expires: 00009 - 1 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this day of , 200_. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- providing for construction of (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Principal Surety Signature Signature Title Title Bond to the City of Renton 00011 - 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSURANCE& RELATED REQUIREMENTS PART 1. MINIMUM INSURANCE COVERAGE AND REQUIREMENTS The CONTRACTOR shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the CONTRACTOR under Contract. The CONTRACTOR shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. (1) Commercial General Liability - Accord Form or equivalent, written on an occurrence basis, including: • Premises and Operations (Including CG 2503 general aggregate to apply per project if applicable) • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits - Show Washington Labor & Industries Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. PART 2. CONTRACTORS INSURANCE REQUIREMENTS The CONTRACTOR shall carry the following limits of liability as required below: 1. Commercial General Liability General Aggregate* $2,000,000 Products/Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $ 50,000 Medical Payments (Any One Person) $ 5,000 Stop Gap Liability $1,000,000 *General Aggregate to apply per project Insurance&Related Requirements 00012 - 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSURANCE & RELATED REQUIREMENTS 2. Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) 3. Workers' Compensation Statutory Benefits - Show Washington Labor & Industries Number 4. Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 PART 3. ADDITIONAL REQUIREMENTS CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if at our sole discretion it is deemed appropriate Further, all policies of insurance described above shall: 1. Be on a primary basis nor contributory with any other insurance coverage and/or self- insurance carried by CITY OF RENTON. 2. Include a Waiver of Subrogation Clause. 3. Severability of Interest Clause (Cross Liability) 4. Policy may not be non-renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. An example of an acceptable cancellation clause is as follows: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will A-ad-e-aver a mail 45 days written notice to the certificate holder named to the left. 5. The CONTRACTOR shall promptly advise the CITY OF RENTON in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the CONTRACTOR will reinstate the aggregate limits to comply with the minimum requirements and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. Insurance& Related Requirements 00012 -2 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSURANCE& RELATED REQUIREMENTS 6. Required insurance coverage shall be maintained throughout the term of this contract, except Automobile Liability and Workers' Compensation, for a period of two (2) years after the date of substantial completion of the project. 7. On all Certificates of Insurance, the Certificate Holder shall be listed as "City of Renton, Washington, Attention: Kelly Beymer, Project Manager". END OF SECTION Insurance& Related Requirements 00012-3 ACQRD-,,, CERTIFICATE OF LIABILITY INSURANCE I DATE 0&kDOPM PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MMIDDIYY (#2) LIMITED (#i) GENERAL LIABILITY a) EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY b) FIRE DAMAGE(Any one fire $ 50,000 If—CLAIMS MADE ❑X OCCUR c) MED EXP(Any one person) $ 5,000 d) PERSONAL&ADV INJURY $ T.000,000 GENL AGGREGATE LIMIT APPLIES PER e) GENERAL AGGREGATE $ 2,000,000 ❑ POLICY ❑PROJECT ❑LOC 0 PRODUCTS-COMP/OP AGG $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (#3) X ANY AUTO a) (Ea acddenQ $ 1,000,000 ALL OWNED AUTOS SCHEDULED AUTOS b (per W INJURY $ HIRED AUTOS ) �«+) NON-OWNED AUTOS c) BODILY INJURY $ (Per aQ d) RrR11f DAMAGE _ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ❑ANY AUTO WA OTHER THAN EA ACC AUTO ONLY: AGG $ (#4) EXCESS LIABILITY EACH OCCURRENCE ❑OCCUR ❑CLAIMS MADE AGGREGATE DEDUCTIBLE RETENTION $ 5) WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY TORY LIMITS ER E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ (#6) OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Renton is named as an additional insured 09) CERTIFICATE HOLDER ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION (#8) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE Certificate of Insurance Guidelines The following is an attempt to further clarify the requirements that are mandated by the City of Renton in referenced to projects /events and the limits of insurance coverage you are expected to provide the City. First and foremost, it is important to remember that the limits being shown in the attached form are only minimum limits. There may be times when the project/ event will need additional coverage in some areas. 1. General Liability: Insurance protecting the person or INSR organization from liability exposures. Make sure that LTR TYPE OF INSURANCE the Commercial General Liability and Occurrence # GENERAL LIABILITY (Occur) boxes are checked. There are several areas in the General Liability area. These we designate as X COMMERCIAL GENERAL LIABILITY "limits". CLAIMS MADE '1.^_I OCCUR # 2 Limits a EACH OCCURRENCE $ 1,000,000 b FIRE DAMAGE (Any one fire) $ 50,000 2. Limits: The amount of insurance coverage the C MED EXP (Any one person) $ 5,000 insured (you, in this case) has purchased. d PERSONAL&ADV INJURY $ 1,000,000 2a. Each Occurrence: amount is the most the e GENERAL AGGREGATE $ 2,000,000 insurance policy will pay for one occurrence. This limit is $1,000,000 minimum, subject to increase. f PRODUCTS-COMP/OP AGG $ 1,000,000 2b. Fire Damage: amount is the most the insurance 2e. General Aggregate: this amount is the most the policy will pay for a fire that you are responsible for in insurance policy will pay during the policy regard- premises that you lease or that are in your care, less of the number of claims. This limit is$2,000,000. custody or control. This number is pretty standard at There are few exceptions to this minimum limit. $50,000. 2f. Products-Completed Operations Aggregate: This is 2c. Medical Expenses (Any one person): this is"no-fault' the most the insurance policy will pay for liabilities medical expense insurance provided to other parties arising out of the Products-Completed Operations injured during the event/project on the property. exposure. This coverage is generally provided with the This is required for all projects/events conducted General Liability policy. The minimum limit here is in the city. $1,000,000. This provides for products or business operations conducted away from your premises once 2d. Personal &Advertising Injury: provides$1,000,000 the project/event is completed or abandoned. coverage for personal injury(not bodily injury)including a COMBINED SINGLE LIMIT $ 1,000,000 slander,libel,false arrest, malicious prosecution, (Ea accident) invasion of privacy and advertising liability for exposure (.� BODILY INJURY $ of any advertising activities. N (Per person) BODILY INJURY $ # 3 AUTOMOBILE LIABILITY C+ Per accident PROPERTY DAMAGE $ ANY AUTO X d (Per accident) ALL OWNED AUTOS 3a. Combined Single Limit: This is the most the insurance SCHEDULED AUTOS policy will pay for bodily injury and property damage HIRED AUTOS combined for each accident. This limit is$1,000,000. This area of coverage includes both the Bodily Injury NON-OWNED AUTOS and the Property. 3b. Bodily Iniuiy_(Per person: This is what the insurance policy would pay for bodily injury to one person from the accident. Not needed if Combined Single Limit is in 3. Automobile Liability This coverage insures against effect. liability claims arising out of the use of a covered auto. The box"Any Auto"should be checked. This area of 3c. Bodily Injury(Per accident): This is what the insuranc( coverage is determinable on whether any vehicles will policy would pay for bodily injury from each accident, be used during the project/event. If there will not be regardless of the number of persons Injured. Not needec any automotive involvement, there will be no need for If Combined Single tJmit is in effect. this coverage. 3d. Property Damage: This is what the insurance policy would pay for third party property damage resulting from one accident during your project/event. EXCESS LIABILITY 4. Excess Liabllity: Provides liability coverage on top of the # 4 � OCCUR F-] CLAIMS MADE primary(General and Auto)General liability policy and may provide excess limits over Auto Liability. If you are unable to provide the limits for the General Liability and Auto Liability, DEDUCTIBLE this area needs to be filled in to provide an"umbrella"form of coverage that,when added to the General and Auto Liabili- RETENTION $ ties, will meet or exceed the limits required by the City. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 5. Workers' Compensation and Employers' Liability: Please # 5 list state number on certificate, where indicated. If number is not known, provide copy of State Certificate of Workers' Compensation Coverage. If self-insured, please indicate on the certificate. OTHER 6. Other: This area is designated for any other coverage that may apply to your individual project/event needs, such as # 6 Professional Liability. DESCRIPTION OF OPERATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS # 7 7. Description of Operations/Locations/Vehicles/Special Items: This section is provided for descriptive text regardinc the project/event. Please fill out with any assigned numbers, project/event names,contact people,etc. You may add the additional language in this area; however, you will need to provide the City with an Additional Insured Endorsement, as well. CANCELLATION # 8 8. Cancellation Clause: The City of Renton requires a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES non-qualified cancellation clause. Therefore, the BE CANCELED BEFORE THE EXPIRATION DATE cancellation language must read as follows:"Should any THEREOF,THE ISSUING COMPANY WILL MAIL 45 of the above-described policies be canceled before the DAYS WRITTEN NOTICE TO THE CERTIFICATE expiration date thereof, the issuing company will mail 45 HOLDER NAMED TO THE LEFT. days written notice to the certificate holder named to the left. DESCRIPTION OF OPERATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS # 9 CITY OF RENTON named as additional insured 9. Additional Insured Status: The City must be named as an additional insured on all projects/events where Insurance Is required. Although the proper wording may appear in the"Descriptions"box, It Is still necessary for the Additional Insured Endorsement to be provided as well. DIVISION 1- GENERAL REQUIREMENTS CITY OF RENTON SECTION 01005 MAPLEWOOD DRIVING RANGE SUMMARY OF WORK NET REPLACEMENT PART 1 - GENERAi. 1.1 IDENTIFICATION AND SUMMARY OF WORK The nature of this project is the replacement of the driving range netting at the Maplewood Golf Course as shown on the Drawings. Work will include replacement of perimeter netting, replacement of netting at vertical baffles,replacement of vertical cables at pole lines, and installation of new chain link fencing at base of netting. 1.2 STANDARDS Requirements of the work are contained in the contract documents,which include the Specifications, and the Contract drawings 1.3 PERMITS The Owner will pay the Building Permit,all other required permits shall be paid for by the Contractor. PART 2- PRODITCTS fNnt Applieable PART 3- RXECTITION 3.1 EXISTING OPERATIONS The existing driving range and tee structure will be closed during the net replacement period. All other areas of the Golf Course and surrounding golf course facilities will remain in operation.. 3.2 PROTECTION The Contractor shall protect all existing building and course improvements from damage during the construction period. 3.3 MATERIALS The Contractor shall have all materials delivered/stored on site prior to demolition of Range netting. 3.4 ACCESS TO SITE The Contractor,Subcontractors and Suppliers shall be provided access to the site during normal operating hours of 7:30 a.m. to 6:00 p.m.weekdays,excluding holidays. The Contractor shall coordinate work schedule and access for all trades. The Contractor,with the Owner's prior approval,access the site on Saturday to install any item of work to minimize disturbance or to expedite the net installation. Access to the Range shall be from the existing gate at the west side of the Range. Storage will be allowed in trailer form in the west end parking lot. 3.5 CONSTRUCTION PERIOD 01005-1 Constructions is to be complete within ten (10)working days. Range to be fully operational at the end of this construction period. END OF SECTION 01005 -2 CITY OF RENTON SWRdARY OFA&TXCANS WMI MABILITIESACT POLICY ADOPTED BY-RESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion,termination and training shall be conducted m a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and m accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WTTH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organisations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILPMS ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th. day of 1993. CnIrQU RENTON RENTON CITY COUNCIL: Q"-A f'&A 9 K e Mayor C&mcil Preside& Attest: City Clerk VU 01006-1 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENITON,Washington,this 7ttday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: ayor Council President Attest: ` City Cler Fair Practices Policy 01007- 1 8*1�311aovle CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. III. When applicable, will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Fair Practices Policy Affidavit 01008-1 Deparanentof Labor and Industries Prevailing Wage ,�411ATrni AFFIDAVIT OF WAGES PAID (360)902-5335 Public Works Contract www.ini.wa.gov/prevaling wage �"t��.•+°'� $25.00 Filing Fee Required •This form must be typed or printed in ink i rroi«t (nnlrkt + • Fill in all blanks or form will be returned for correction(See back). •Please allow a minnnum o f t 0 working d ----- ayS f01'prOCeSSIrig. C(contract.4w ardinr Agcnc}'(puhlic eptcncv-m?l fedcr;l!or nri�-au•) i -- I APPROVED"FOMIAVII L BE MAMED TO PHIS ADDRT,,SS Contractor,company or agency name.address,cit}.state&LIP-4�� I I ( t l a1 Bid dac t4.iw (n:d y) I)att contract awarat;l (nvd i --.-.. -- Pnme contractor(has contact ctlh the puh o nuacGN Registration.V,. 17n,_wl),k ..n p,t.d tic latua filed tm J Craft/trade/occupation and apprentices(For alnlnreniicc's,give nannc- Number fotai#hrs Rate of Ratc of hourry regt.tratio n:;,trade,dates of work on prc_KMand sl+l e of r:u�ressior.l of workers wnrked-ea Lrade Ifourly Pay fringe Le u-:;;:; ..- I i 1 -...-----__ i i i Company name,address,city,state,ZIP44 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers t employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. [IRI title Signature Email address -- - --------__ -+ Phone number rcQ :. : Check Number. Amount: CERTIFIED: Department of Labor and Industries Issued By: (: J t L I Industrial Statistician F700-007-000 affidavit of wages 2-02 After APPROVAI send white eapy to Awardtng�gencr Caaary copy-L&I MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project Reconstruction of 8"' Green/Hillside Drainage CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: Certification of Payment of Prevailing Wages 01010- 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT APPLICATION FOR PAYMENT PART GENERAL 1.01 SECTION INCLUDES Submit Application for Payment based upon Schedule of Values previously submitted to and approved by the Owner's Representative. 1.02 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: AIA Doc G702 1. Fill in required information. a. Include Change Orders approved prior to Application submittal date. b. Fill in summary of dollar values to agree with respective total indicated on any continuation sheets. C. Original signatures on all copies by responsible officer of Contract firm; notarized. B. Continuation Sheets: AIA Doc G703 1. Totally fill in all schedule component work items. Show item number/scheduled dollar value/item Schedule of Values/01370. 2. Fill in dollar value in each column for each scheduled line item. a. Round off values to nearest dollar/Tally Sheet. b. If no work has been performed, show "O." 3. At end of continuation sheets, list each Change Order approved prior to submission date. a. List by Change Order Number, and description, as for an original component item of work. b. Show WSST as a separate item and including a separate item for each change order. 1.03 SUBMITTAL PROCEDURE A. Submit four copies of Application for Payment at times stipulated in Agreement between Owner and Contractor. Allow stipulated time for processing. B. When Owner's Representative finds Application properly completed and correct, he transmits Payment Certificate to applicable department for payment. END OF SECTION Application for Payment 01011 - 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT CHANGE ORDERS PART1 GENERAL 1.01 SECTION INCLUDES Promptly implement change order procedures including: 1. Submittals 2. Documentation of change in Contract Sum/Price and Contract Time 3. Change procedures 4. Construction change directives 5. Unit price change orders 6. Execution of change orders 7. Correlation of contractor submittals 1.02 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or subcontractors of changes to the Work. B. Change Order Forms: AIA G701. 1.03 DOCUMENTATION OF CHANGE IN CONTRACT SUM / PRICE AND CONTRACT TIME A. Submit detailed records of work to be done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Change Orders 01012- 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT CHANGE ORDERS 1.04 CHANGE PROCEDURES A. Owner will advise of minor changes in the Work not involving an adjustment to Contract sum or Contract Time, B. The Owner's Representative may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 5 days. C. The Contractor may propose a change by submitting a request for change to the Owner, describing the proposed change and its full effect of the Work, with a statement describing the reason for the change, and the effect of the Contract/Sum Price and contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. 1.05 CONSTRUCTION CHANGE DIRECTIVE - EMERGENCY CONDITIONS A. Owner may issue a document, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order only under emergency conditions or as authorized by the Owner. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. E. Promptly execute the change in Work. 1.06 UNIT PRICE CHANGE ORDER For pre-determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. 1.07 EXECUTION OF CHANGE ORDERS Execution of Change Orders: Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. END OF SECTION Change Orders 01012 -2 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSPECTIONS&TESTS PART1 GENERAL 1.01 SCOPE When a special inspection is required by the Owner, it is solely an assurance that Contract Document provisions are met. In no way is this to be construed as relieving the Contractor of his obligations to provide materials and workmanship in accordance with the specifications. 1.02 COSTS Except as specified elsewhere, the Owner will select and pay for all initial services of inspections. When initial tests indicate non-compliance with the Contract Documents, the costs of initial tests associated with that non-compliance will be deducted by the Owner from the Contract Sum. All subsequent re-testing will be performed by the same testing laboratory and the costs of any test not in compliance will be deducted from the Contract Sum. 1.03 CODE COMPLIANCE TESTING Inspections and tests required by codes, ordinances or by a plan approval authority, and made by a legally constituted authority, shall be the responsibility of and shall be paid for by the Contractor, unless otherwise provided in the Contract Documents. 1.04 SUBMITTALS Promptly process and distribute all required copies of test reports and related instructions. 1.05 DUTIES OF INSPECTORS AND TESTING SERVICES A. General: Inspection and testing services may be engaged by the Owner for the checking and testing of the following phases of the Work. B. Site work and Utilities: 1. Compaction of Fill: Test fill after compaction for required densities. 2. Earthwork: Inspect excavations for conformance with specifications. 3. Depth and Class of material: Test surface materials for specified depth, class, and compaction. 4. Material make-up: Test for compliance with specifications. 1.06 CONTRACTOR'S RESPONSIBILITY A. Notification: 1. Notify Owner's Representative at least 48 hours before inspection will be required. Inspections&Tests 01013- 1 MAPLEWOOD GOLF COURSE DRIVING RANGE NETTING REPLACEMENT INSPECTIONS&TESTS B. Defective Work: Remove and replace or bring into conformance with the Contract Documents any materials and work found defective by inspection personnel at no additional cost to the Owner. END OF SECTION Inspections&Tests 01013-2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01035 MAPLEWOOD DRIVING RANGE SPECIAL PROVISIONS NET REPLACEMENT PART 1- GENERAL 1.1 NUMBER OF ITEMS Wherever in these specification,an article, device or piece of equipment is referred to in the singular number, such reference applies to all and as many articles as are indicated or required to complete the installation. 1.2 RELATED DOCUMENTS Conditions of the Contract and the Supplements thereto apply to the work specified in this Section. 1.3 DEFINITIONS The following terms are used in the Contract Documents and are defined as follows: A. The term"approved" and"for approval" means "approved by the Architect" and "for the Architect's approval". B. Where the terms, "or approved" or"or approved equal" are used,the Architect is the sole judge of the quality and suitability of the proposed substitutions. C. The term "coordinate" means "satisfactorily combine the work of all trades for a complete and operating installation." D. The term"directed" means "as directed by the Architect". E. The term"indicated"means "indicated or noted on the drawing" F. The term "provide" means to "furnish and install". G. The term "requested" means "as requested by the Architect" H. the term"selected" means "as selected by the Architect". I. The term"OFCI"means "owner-furnished,Contractor-installed" J. The term*NIC" means "not in the Contract". 1.4 BUILDING PERMIT SET OF PRINTS A. The Contractor shall keep the building permit set of drawings at the job site during construction,in good condition, and shall make no marks on the permit set. Just prior to final acceptance,the Contractor shall deliver to the Owner the permit set of plans. 01035 1 1.5 CLEAN-UP A. Exterior: Remove construction equipment and temporary facilities from premises. Clean and areas occupied by sweeping existing surfaces.. Remove all construction debris and excess materials. PART 2- PRODUCTS (Not Applicable) PART 3 - EXECUTIONS (Not Applicable END OF SECTION 01035 2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01040 MAPLEWOOD DRIVING RANGE PROJECT COORDINATION NET REPLACEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS Conditions of the Contract and the Supplements thereto apply to the work specified in this Section. 1.2 SUMMARY A. This Section specifies specific administrative and supervisory requirements necessary for Project coordination including,but not necessarily limited to: 1. Coordination 2. Administrative and supervisory personnel 3. General installation provisions 4. Cleaning and protection B. Progress meetings,coordination meetings and pre-installation conferences are included in Section "Project Meetings". C. Requirements for the Contractor's Construction Schedule are included in Section "Submittals" 1.3 COORDINATION A. Coordinate construction activities included under various Sections of these Specifications to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections of the Specifications that are dependent upon each other for proper installation, connection,and operation. 1. Where installation of one part of the Work is dependent on installation of other components,either before or after its own installation,schedule construction activities in the sequence required to obtain the best results. 2. Coordinate installation of different components,when limited space is available, to assure maximum accessibility for required installation, operation,and maintenance of components. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Administrative Procedures - Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the Work. Such administrative activities include,but are not limited to the following: 1. Preparation of schedules 01040 1 low 2. Scheduling of work. 3. Installation and removal of temporary facilities. 4. Delivery and processing of submittals 5. Progress meetings 6. Project Close-out activities C. Conservation-Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy,water,and materials. 1.4 SUBMITTALS Prepare and submit coordination drawings where required to insure proper installation of all related components. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Inspection of Conditions - the installer of each major component shall inspect both substrate and the condition under which work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner B. Comply with manufacturer's installation instructions and recommendations to the extent that those instructions are more explicit or stringent than requirements contained in Contract Documents. C. Install each component during weather conditions and Project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible materials as necessary to prevent deterioration. 3.2 CLEANING AND PROTECTION A. Clean and maintain completed construction as frequently as necessary through the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. B. Supervise construction activities to ensure that no part of the construction, completed or in progress,is subject to harmful,dangerous,damaging,or otherwise deleterious exposure during the construction period. END OF SECTION 01040 2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01060 MAPLEWOOD DRIVING RANGE REGULATORY REQUIREMENTS NET REPLACEMENT PART 1- GENERAL 1.1 GENERAL A. Throughout the Contract Documents,reference is made to codes and standards which establish qualities and types of workmanship and materials,and which establish methods for reporting on the pertinent characteristics. B. Where materials or workmanship are required by these Contract Documents to meet or exceed the specifically named code or standard,it is the Contractor's responsibility to provide materials and workmanship which meet or exceed the specifically named code or standard. C. When required by the Contract Documents,deliver to the Architect required proof that the materials or workmanship or both meet or exceed the requirements of the specifically named code or standard. Such proof shall be copies of a certified report of tests conducted by a testing agency approved for that purpose. D. Related Requirements in Other Parts of the Specifications include the General and Supplementary Conditions. 1.2 QUALITY ASSURANCE A. Familiarity with Pertinent Codes and Standards: In procuring all items used in this work,it is the Contractor's responsibility to verify the detailed requirements of the specifically named codes and standards and to verify that the items procured for use in this work meet or exceed the specified requirements. B. Rejection of Non-Complying Items: The Owner's Representative reserves the right to reject items incorporated into the Work which fail to meet the specified minimum requirements. The Owner's Representative further reserves the right,and without prejudice to other recourse the Architect may take, to accept non-complying items subject to an adjustment in the Awarded Contract Price as approved by the Owner's Representative. 1.3 APPLICABLE CODES AND STANDARDS A. All pertinent laws,ordinances,rules,regulations and codes shall govern construction activities at the work site. B. Construction which is not governed by governmental regulations or the Contract Specifications will be governed by the more stringent provisions of the latest published edition or statute adopted edition,at the time of Contract signing, following applicable codes and standards: 1. International Building Code 2003 01060 1 2. Uniform Fire Code END OF SECTION 01060 2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01090 MAPLEWOOD DRIVING RANGE DEFINITIONS AND STANDARDS NET REPLACEMENT PART 1- GENERAL 1.1 CODES AND STANDARDS A. Comply with applicable requirements of the International Building Code and governing codes and ordinances. B. In addition to governing codes,the 1994 State of Washington Standard Specifications for Road,Bridge,and Municipal Construction shall be considered a governing standard for this project. C. Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. Where such document conflicts with the Project Manual and Specifications for this project, the Project Manual and Specifications for this project shall prevail. 1.2 DEFINITIONS A. Owner The term Owner shall mean the owner of the subject property B. Owner's Representative The term Owner's Representative shall mean that person or persons that has been identified to act in the behalf of the Owner during the Construction Period. C. Contract Amount The term Contract Amount shall mean the Awarded Contract Price. D. Contract Sum The term Contract Sum shall mean the Awarded Contract Price. E. Architect The term Architect shall mean the Owner's Representative. F. Provide The term provide shall mean that the Contractor shall furnish,install, test and make ready for use any and all items so designated. G. Furnish The term means supply and deliver to the Project site,ready for unloading, 01090 1 unpacking,assembly, and installation. H. Install The term describes operations at the Project site including the actual unloading, unpacking,assembly,erection,placing,anchoring,applying,working to dimension, finishing, curing, protecting,cleaning,and similar operations. I. Regulations The term regulations includes laws,ordinances, statutes,and lawful orders issued by authorities having jurisdiction,as well as rules,conventions,and agreements within the construction industry that control performance of work. J. Directed Term such as directed,requested,authorized, selected. approved. required. and permitted mean directed by the Architect,requested by the Architect,and similar phases. K. Installer An installer is the Contractor or another entity engaged by the Contractor,either as an employee, or subcontractor, to perform a particular construction activity. L. Project site The project site is the space available to the Contractor for performing construction activities either exclusively or in conjunction with others performing other work as part of the Project. The extend of the Project site is shown on the Drawings. 1.3 ASSOCIATION AND STANDARDS In addition to other associations and standards referenced in APWA Standard Specification for Municipal Public Works Construction the project shall be built in conformance with the following as determined by the Owner: UBC Uniform Building Code of International Conference of Building Officials 50 South Los Robles Pasadena,CA 91101 UL Underwriters Laboratories 2007 E. Olive Street Chicago,IL 60611 WCLIB West Coast Lumber Inspection Bureau 1750 S.W. Skyline Blvd. Portland,OR OSHA Occupational Safety and Health Administration (U.S. Department of Labor) 01090 2 1.4 ABBREVIATION SCHEDULE The following abbreviations are standard with the Architect for all projects. Many will not appear on this set of Construction Drawings. Certain common usages abbreviations have not been included. Others may appear in Supplementary Schedule on Drawings. Abbreviation Meaning A.B. Anchor Bolt Add. Additive Adj. Adjacent Alt. Alternate Approx. Approximately B. or Bot. Bottom Bldg Building Clr. Clear Conn. Connection Cont. Continuous Dia. Diameter Det. Detail Dwg. Drawing Ea. Each Elev. Elevation Elec. Electrical Exist. Existing E.J. Expansion Joint Eq. Equal Fin. Finish F.O.I.C. Furnished by Owner Installed by Contractor F.O.S. Face of Stud F.O.W. Face of Wall Ft. Foot Galy. Galvanized Gal. Gallon G.I.P. Galvanized Iron Pipe Horiz. Horizontal Ht. Height I.D. Inside Diameter Jt. Joint Max. Maximum Min. Minimum M.B. Machine Bolt Md Metal N.I.C. Not in Contract No. Number O.C. On Center O.D. Outside Diameter O&M Operation&Maintenance 01090 3 Perf. Perforated Plywd Plywood P.T. Pressure Treated P.V.C. Polyvinyl Chloride R. Radius Reinf Reinforced Req pr Req'd Required R.O.W. Right of Way San. Sanitary Sec. Section Sch. Schedule Sht. Sheet Sim. Similar Specs. Specifications S.S. Stainless Steel Std. Standard T.W. Top of Wall Typ. Typical W/ With Wd. Wood PART 2- PRODUCTS(Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01090 4 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01100 MAPLEWOOD DRIVING RANGE BASE BID &ADDITIVE BIDS NET REPLACEMENT PART 1 - GENF.RAT. 1.1 RELATED DOCUMENTS Conditions of the Contract,and the Supplements thereto by City of Renton. apply to the work specified in this Section. 1.2 OWNERS AWARD PROCEDURES A. Intent: It is the intent of the Owner to award one prime contract for the construction of all components of the project as shown on the drawings and specified,however, the necessity of obtaining bids that will allow the maximum amount of construction within fixed budget requires the following additive and deductive proposals. B. Right to Reject: The Owner reserves the right to accept,or to reject any or all of the bids. 1.3 ADDITIVE BID The Contractor shall provide a lump sum bid for installing the chain link fencing at the east,north, and portion of the west side of the range as shown on the Drawings as Bid Additive#1. As part of the base bid, the Contractor shall install the 2x10 pressure treated base board and cable hold-downs as bottom of netting as shown on the drawings. 1.4 UNIT PRICE The Contractor shall provide a unit price,in the Bid Form, for the replacement of any existing deteriorated cables,that upon field examination,are required to be replaced. The unit price shall be for linear foot cost of supplying and installing new 1/2"cable and the linear foot cost of supplying and installing new 3/8"cable. PART 2—PRQDTICTS 1. See Drawings and related specifications sections. PART 3- EXECUTION 1. See Drawings and related specifications sections. END OF SECTION 01100 1 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01200 MAPLEWOOD DRIVING RANGE PROJECT MEETINGS NET REPLACEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS Conditions of the Contract, and Supplements thereto apply to the work specified in this Section. 1.2 SUMMARY This Section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre-construction conference 2. Pre-installation Conferences 3. Progress Meetings 1.3 PRE-CONSTRUCTION CONFERENCE A. The Owner will schedule a pre-construction conference and organization meeting at the Project site or other convenient location no later than 15 days after execution of the agreement and prior to commencement of construction activities. Owner will conduct the meeting to review responsibilities and personnel assignments. B. Attendees -The Owner,Architect, the Contractor and its superintendent shall each attend this meeting C. Agenda-Discuss items of significance that could affect progress including such topics as: 1. Tentative construction schedule and phasing of work 2. Critical work sequencing 3. Designation of responsible personnel 4. Procedures for processing field directives and change orders 5. Procedures for application for payment 6. Submittal of Shop Drawings,product data and samples 7. Preparation and maintaining record drawings 8. Use of the premises 9. Office,work and storage areas 10. Safety procedures 11. First aid and security measures 12. Ongoing operation of existing Parks maintenance facility 13. Housekeeping 14. Working hours 1.4 PRE-INSTALLATION CONFERENCES 01200 1 Conduct a pre-installation conference at the site before each construction activity that requires coordination with other main items of construction, or inspection by Owner's Representative. The installer and representatives for material/product to be installed shall attend the meeting. All factors that may affect the installation of the work shall be reviewed, including scheduling, compatibility of surrounding substrate, required inspections,and potential corrective work. 1.5 PROGRESS MEETINGS A. Conduct progress meetings at the Project site at regularly scheduled intervals that have been agreed upon at the pre-construction conference. The Architect shall prepare notes on items reviewed. B. Attendees - In addition to representatives for the Owner,Architect,and Contractor, each subcontractor,supplier or other entity concerned with current progress or involved in current work or the planning of future activities, shall be present at these meetings. C. Agenda-Review Architects progress report from previous progress meeting. Review work in progress. Review other items of significance that could affect progress or quality of work. The Contractor shall set the agenda for items to be discussed at the meeting. D. Scheduling-The work progress will be reviewed in relation to the Contractor's Construction Schedule to verify that the work of each component of the project is in conformance with Schedule. The Contractor shall determine how any activity that is behind schedule will be expedited to ensure that the project will be completed within the Contract Time. The Contractor shall revise the construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Provide the revised schedule for review at the following project meeting. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable). END OF SECTION 01200 2 DIVISION 1-GENERAL REQUIREMENTS CITY OF RENTON SECTION 01340 MAPLEWOOD DRIVNG RANGE SUBMITTALS NET REPLACEMENT PART 1-GENERAL 1.1 GENERAL Coordinate submittals with progress schedule and actual progress of work;allow up to 14 days for Architects/Engineer's initial processing of submittals requiring review and return. Provide copies required by governing authorities,which are in addition to copies specified for submittal to Architect. 1.2 SUMMARY OF SUBMITTALS This Sections specifies the submittal and review process required for identified material assemblies and products to be incorporated into the Project.including the following: A. Contractor's construction schedule B. Submittal schedule C. Shop Drawings D. Product Data E. Samples 1.3 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Provide a horizontal bar chart type construction schedule. Submit within 15 days of the date established for"Notice to Award". 1. Provide separate time bar for each significant construction activity. Provide the same breakdown of units for the Work as indicated in the "Schedule of Values". 2. Within each time bar indicate estimated completion percentage in 10 percent increments. As work progresses,place contrasting mark in each bar to indicate Actual Completion 3. Prepare schedule on a sheet of sufficient size to show entire construction period. 4. Coordinate the Contractor's construction schedule with the schedule of values. 5. Indicate Physical Completion on the schedule. B. Distribution-Following response to the initial submittal,print and distribute copies to the Architect,Owner,subcontractors and other parties affected by the schedule. C. Schedule Updating-Revise the schedule each month where revisions have been identified or made. Submit schedule at the following progress meeting. 1.4 SUBMITTAL SCHEDULE A. After development and acceptance of the Contractor's construction schedule, prepare a complete schedule of submittals as required by each Section of these specifications. Submit the schedule within 15 days from date of Notice of Award. Prepare schedule in 01340-1 chronological order for all submittals. Identification of submittal shall include date of submittal,Specification Section Number,name of subcontractor,and indication of initial review and approval by the Contractor. B. Schedule update-As submittals are reviewed and processed, the Contractor shall indicate the status of submittals indicating date submitted,present status of submittal, and date of approval by Architect. The updated schedule indicating status of all submittals shall be posted in the project office. 1.5 SHOP DRAWINGS A. Submit drawings drawn to accurate scale and prepared for this specific project. Clearly indicate any and all deviations from Contract Drawings. The drawings shall clearly show all elements of material assembly, quantities, finishes,methods of fabrication,and method of attachment to supporting structure or substrate. Minimum sheet size for shop drawings shall be 8-1/2"x11";maximum sheet size shall be 24"06". B. Provide a minimum of 5 copies so that two copies can be retained by the Architect, one copy to be on file at Contractor's main office,one copy to be on file at the project site office, one copy transmitted to the subcontractor/supplier,and one approved copy for record document set. 1.6 PRODUCT DATA A. Submit manufacturer's printed product data that shall include full product description, installation instructions,accessories or options provided,installation templates,color and finish options,and connection requirements to utilities as required. B. Mark each copy to indicate actual product to be provided;show selections from among options in manufacturer's printed product data. Except as otherwise indicated, submittal is for information and record. Do not proceed with installation of manufactured products until a copy of related product data is in Installer's possession at project site. C. Indicate on each copy the date of submittal,the subcontractor or supplier submitting, and that the Contractor has made an initial review of the product and has verified that the product complies with the requirements set in the Specification Section. D. Provide a minimum of 5 copies so that two copies can be retained by the Architect,one copy to be on file at Contractor's main office,one copy to be on file at the project site office,one copy transmitted to the subcontractor/supplier. 1.7 SETS OF SAMPLES Submit 3 sets;two sets will be returned. Provide 2 or more samples in each set where variations in color,pattern or texture are observable. Maintain returned set at project site, for purposes of quality control comparisons. 1.8 REVIEW ACTION The Architect shall review shop drawings,product data, and samples for conformance with Contract Documents. The Architect,after reviewing the submittals, shall stamp each submittal 01340-2 indicating the following action is required by the Contractor: A. Shop Drawing,Product Data, or Sample is approved as submitted,requiring no further review. B. Shop Drawing,Product Data,or Sample is approved with minor corrections noted. Submitted item may be incorporated into the project, conforming to the identified corrections. no further submittals are required. C. Shop Drawing,Product Data,or Sample is not approved, and shall be re- submitted by the Contractor as required to meet requirements of Construction Documents. The re-submittal shall clearly indicate correction to all items that were identified as non-conforming on the previous submittal. 1.9 ARCHITECT'S REVIEW Review by the Architect does not relieve the Contractor from responsibility for errors which may exist in the submitted data. On any discrepancy between the Construction Documents and Submittals relating to requirements and standards for products,materials,and assemblies that are to be incorporated into the Project, the Construction Documents shall take precedence. 1.10 REVIEW TIME The Architect shall return submittals to the Contractor within 10 days from receipt of that submittal from the Contractor. PART 2- PRODUCTS (Not Applicable). PART 3- EXECUTION (Not Applicable) END OF SECTION 01340-3 DIVISION 1-GENERAL REQUIREMENTS CITY OF RENTON SECTION 01350 MAPLEWOOD DRIVING RANGE SUBSTITUTIONS NET REPLACEMENT PART 1-GENERAL 1.1 SPECIFIED MATERIALS In the various sections that make up the specifications for this project, specific products to be used and their manufacturer have been have been identified. It is understood that the Contractor may substitute a different product than the one specified if the Architect determines that the proposed product is equal to the product specified. 1.2 REQUIRED PRODUCTS Several products have been identified as being provided from a specific manufacturer where no substitutions will be allowed. no substitutions approved for the Schlage door. hardware. 1.3 PROCEDURAL REQUIREMENTS Where possible,provide entire required quantity of each generic product,material or equipment from single source;and,where not possible to do so,match separate procurements as closely as possible. To extent selection process is under Contractor's control,provide compatible products, material and equipment. Where available and complying with requirements,provide standard products which have been used previously and successfully in similar applications,and which are recommended by manufacturers for applications indicated. 1.4 PRODUCT SELECTION LIMITATION A. Product Selections - Comply with the following for selection of product,materials and equipment: B. Single Product Named: Provide only that product,unless determined to be unavailable, non-compatible with the work,or non-complying with requirements or governing regulations per acceptance of said status by Architect. C. "Or Equal" Clause: Provide named product which complies with requirements,or comply with requirements for gaining approval on "substitution" to select and use an unnamed product. D. Compliance with Standards: Selection of product which complies with requirements, including applicable standards,is Contractor's option where no product names are indicated. 1.5 SUBSTITUTIONS A. During Bid Period: It is the Contractor's responsibility to determine that any product, that he/she proposes to utilize in place of the product specified,meets all of the quality standards of the product specified. Products proposed for substitution by the Contractor will not be pre-approved during the bid period. B. During the Construction Period: Request by Contractor will be considered when 01350 -1 reasonable, timely, fully documented and qualifying under the following circumstance- Required products cannot be supplied in time for compliance with Contract Time requirements, Contractor can verify to Architects satisfaction that the proposed product substitution is equal to product specified, Contractor can demonstrate a specific costs savings,without compromising performance, that can be realized to the Owner by the utilization of the proposed substitution PART 2- PRODUCTS (Not Applicable. PART 3- EXECUTION (Not Applicable) END OF SECTION 01350-2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01400 MAPLEWOOD DRIVING RANGE QUALITY CONTROL NET REPLACEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS Conditions of the Contract and the Supplements thereto apply to the work specified in this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for quality control services. B. Quality control services include inspection and tests and related actions including reports,performed by independent agencies,governing authorities and the Contractor. The Owner will pay for all testing. C. Inspection and testing services may be required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements. D. Quality control includes the protection of all existing underground utilities on site. The Contractor shall locate all underground piping,including existing irrigation piping within the area of the range where excavation will occur for fencing or cable anchor installation. Prior to any excavation work,the Contractor shall located and mark existing underground utilities. 1.3 SUBMITTALS A. The independent testing agency shall submit a certified written report of each inspection, test or similar service, to the Contractor and Architect.The agency shall submit reports directly to governing agencies for their review. B. Report data-Written reports of each inspection,test or similar action shall include: Date of issue,date and location of test,or inspections,designation of work and test method,complete inspection or test data including results,assessment of test or inspection as to whether tested work complies with Construction Documents, and recommendation for further action. PART 2- PRODUCTS 2.1 All materials,products and assemblies used on this project shall be asbestos and lead free. PART 3- EXECUTION 01400 1 3.1 REPAIR AND PROTECTION A. Protect construction exposed by or for quality control service activities,and protect repaired construction. B. Repair and protection of project components is the Contractor's responsibility END OF SECTION 01400 2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01505 MAPLEWOOD DRIVING RANGE TEMPORARY FACILITIES NET REPLACEMENT PART 1- GENERAL 1.1 GENERAL For the basic commitments to provide temporary facilities, this section specifies certain minimum temporary facilities to be provided,regardless of methods and means selected for performance of the work,but not by way of limitation and not assured for compliance with governing regulations. Use of alternate temporary facilities is Contractor's option, subject to Architect's acceptance. Temporary facilities are defined to exclude tools and construction machines, testing, demolition, alterations, soil borings,mock-ups and similar items. 1.2 COSTS Except as otherwise indicated,costs associated with temporary facilities are Contractor's (Awarded Contract Price),including power/fuel/water usage until time of substantial completion for each major area of project. Temporary facilities remain property of Contractor. 1.3 TEMPORARY UTILITY SERVICES Water Water is available at site for Contractor's use in construction activities. The Contractor shall install all temporary piping and valves as required to tap existing water for use on construction site. The Owner will pay water use charges. For drinking water, the Contractor shall supply and pay for containerized tap-dispenser water type units,including paper cup supply. Power Power is available at site. Owner will pay for electrical usage related to temporary power usage. Contractor shall install temporary service from existing electrical service to work area as required.. Contractor shall pay any fees related to installation of temporary feed. Comply with NEMA,NECA,and UL standards and regulations for temporary electric service. Install service in compliance with National Electric Code (NFPA 70) Contractor shall remove temporary service when permanent electrical service is in operation. Telephone The Contractor shall provide and pay for a phone service to the temporary construction office. Having access to a cell phone on site is acceptable 1.4 TEMPORARY SUPPORT FACILITIES General: Provide facilities and services as may be needed to properly support primary construction process and meet governing regulations. Do not use permanent facilities except as otherwise indicated,and except after time of substantial completion. Office The Contractor may utilize a portion of the tee structure for a site office. Any area used for an office or material storage area shall be cleaned upon completion. Any damage to existing structure of surfaces will be repaired by the Contractor at no cost to the Owner. . Toilets Supply temporary toilet facilities as required for construction crews and pay rental charges. 01505 1 Contractor shall provide portable toilets for use of the construction crew for the duration of the project,including setup and maintenance at no additional cost to the Owner. 1.5 TEMPORARY CONSTRUCTION CONTROLS DewaMaintain site and construction work free of water accumulation. Do not endanger the work or adjacent properties. Maintain protection against flooding. 1.6 SECURITY&PROTECTION General Provide facilities and services as necessary to effectively protect project from losses and persons from injury during the course of construction. Provide Type ABC extinguisher as required by authorities in construction areas. Provide barricades at hazardous locations,complete with signs,general lighting,warning lights and similar devices where appropriate or required by regulations. Install and maintain dust barriers as required to isolate construction dust and debris from adjacent buildings and roadways. Maintain fencing and gates at project perimeter to provide site security and provide temporary security fencing as required when the existing netting is removed and until new netting is installed. 1.7 QUALITY ASSURANCE Regulations Comply with industry standards and applicable laws and regulations of authorities having jurisdiction but not limited to: 1. Building Code requirements 2. Health and Safety regulations 3. Utility company regulations 4. Police,Fire Department and Rescue Squad regulations 5. Environmental protection regulations 1.8 INSPECTION Arrange for authorities having jurisdiction to inspect all items of work.. Obtain required certifications and permits PART 2- PRODUCTS 2.1 EQUIPMENT Provide new equipment or undamaged used equipment in serviceable condition. 2.2 ELECTRICAL Provide properly NEMA configured polarized outlets equipped with ground fault circuit interrupters,reset button and pilot light for connection of power tools and equipment. Provide general service lamps and temporary wiring required for adequate illumination of work areas. Provide guard cages where exposed to breakage 01505 2 2.3 FIRST AID SUPPLIES Comply with governing regulations. PART 3- EXECUTION 3.1 INSTALLATION Use qualified personnel for installation of all temporary facilities. Maintain all equipment in good serviceable condition for the construction period 3.2 LOCATION Locate facilities where they will serve the Project adequately and result in minimum interference with adjacent streets and properties. 3.3 TERMINATION AND REMOVAL Remove each temporary facility when the need has ended,or when replaced by authorized use of a permanent facility,or no later than Substantial Completion. Clean or repair all work damaged by the installation or removal of the temporary equipment . END OF SECTION 01505 3 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01600 MAPLEWOOD DRIVING RANGE MATERIALS AND EQUIPMENT NET REPLACEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS Conditions of the Contract, and Supplements thereto apply to the work specified in this Section. 1.2 SUMMARY This Section specifies administrative procedures requirements governing the Contractor's selection of products for use in the Project. 1.3 DEFINITIONS A. "Products are items purchased for incorporation in the Work,whether purchased for the Project or taken from previously purchased stock. The term"product" includes the terms "material", "equipment", "systems" and terms of similar intent. B. "Named Products" are items identifies by manufacturer's product name including make or model designation. C. "Materials are products that are substantially shaped, cut worked mixed finished, refined or otherwise fabricated,processed,or installed to form part of the Work. D. "Equipment"is a product with operational parts,whether motorized or manually operated, that requires service connections such as wiring or piping. 1.4 QUALITY ASSURANCE A. To the fullest extent possible,provide products of the same kind. B. Compatibility of Options -When the Contractor is given the option of selecting between several projects for use on the Project,the product selected shall be compatible with products previously selected. C. Except for required labels and operating data,do not attach or imprint identification marks that will be exposed to view. 1.5 PRODUCT DELIVERY,STORAGE&HANDLING A. Deliver, store and handle products in accordance with the manufacturer's recommendations,using means and methods that will prevent damage, deterioration and loss. B. Schedule delivery of projects to minimize long-term storage at the site. C. Deliver products to the site in the manufacturer's original sealed container or 01600 1 packages. D. Store products on site in a manner that will facilitate inspection and measurement of quantity. E. Store products subject to damage,under cover in a weathertight enclosure, ventilation, temperature, and humidity within range required by manufacturer. PART 2- PRODUCTS 2.1 PRODUCT SELECTION A. Provide products that comply with the Contract Documents. B. Product Selection Procedures - 1. Where only a single product or manufacturer is named,without being accompanied by an "approved equal" term,provide the product indicated. No substitution will be permitted. 2. Where two or more products or manufacturer's are named,without being accompanied by an "approved equal" term,provide the product indicated. No substitutions will be permitted. 3. When products or manufacturers are specified by name accompanied by the term "or equal",or"approved equal",provide product that conforms with product specified.. C. The Contractor shall: 1. exercise precautions throughout the life of the Contract to prevent pollution,erosion,siltation, and damage to property. 2. not obstruct the gutter of any street. 3. make provisions to take care of all surplus water,mud, silt, or other run- offs pumped from excavations or resulting from other construction activities. 2.2 COMPLIANCE WITH STANDARDS Where the Specifications only require compliance with an imposed code, standard,or regulation,select a product that complies with the standards or regulations specified. PART 3- EXECUTION 3.1 INSTALLATION OF PROJECTS Comply with manufacturer's instructions and recommendations for installation of products in applications indicated. Anchor each product securely in place,accurately located and aligned with other work. END OF SECTION 01600 2 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01705 MAPLEWOOD DRIVING RANGE PROJECT CLOSEOUT NET REPLACEMENT PART 1- GENERAL 1.1 GENERAL The provisions of this section apply primarily to closeout of actual physical work,not to administrative matters such as final payment and change over of insurance. Closeout requirements relate to physical completion of work,and apply to individual portions of completed work as well as the total work Specific requirements in other sections have precedence over general requirements of this section. Physical completion is defined as that point when the construction work is Substantially Complete and the Owner can take beneficial occupancy. 1.2 PROCEDURES AT PHYSICAL COMPLETION Comply with General Conditions and complete the following before requesting Architect's inspection of the work,or designated portion thereof, for Physical Completion: SUBMIT executed warranties,workmanship bonds,maintenance agreements,inspection certificates and similar required documentation for specific units of work,enabling Owner's unrestricted occupancy and use. SUBMIT record documentation COMPLETE final cleaning,and remove temporary facilities and tools. REPAIR any damage to existing building or grounds. 1.3 INSPECTION PROCEDURES Upon receipt of Contractor's request,Architect will either proceed with inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection,Architect will either prepare certificate of physical completion,or advise Contractor of work which must be performed prior to issuance of certificate;and repeat inspection when requested and assured that work has been completed. Results of completed inspection will form initial"punch-list" for final acceptance. 1.4 PHYSICAL COMPLETION (Substantial Completion) A. Preliminary procedures: Before requesting inspection for certification of Physical Completion,complete the following: 1. In the Application for payment that coincides with,or first follows,the date Physical Completion is claimed,show 100 percent completion for the portion of the Work claimed as physically complete. Include supporting documents for completion as indicated in these Construction Documents and a statement showing an accounting of changes to the Awarded Contract Price.. 2. Advise Owner of pending insurance change-over requirements. 3. Submit specific warranties,workmanship bonds,maintenance 01705 1 agreements, final certification and similar documents 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates and similar releases. 5. Deliver tools, spare parts,extra stock and similar items. 6. Make final change over of permanent locks and transmit keys to Owner 7. Complete start-up testing of systems,and instruction of the Owner's operating and maintenance personnel. Discontinue or change over and remove temporary facilities from the site. 8. Complete final clean-up requirements. 1.5 PROCEDURES PRIOR TO PHYSICAL COMPLETION Upon receipt of Contractor's notice that work has been completed,including punch-list items resulting from earlier inspections,and excepting incomplete items delayed because of acceptable circumstances,Architect will inspect work. Upon completion of inspection,Architect will either identify the project as Physical Complete and recommend final payment,or advise Contractor of work not completed or obligations not fulfilled as required for Physical Completion. If necessary, procedure will be repeated. 1.6 PHYSICAL COMPLETION Before requesting final inspection for certification of physical completion and final payment, complete the following: 1. Submit the final pay request with all releases and supporting documentation not previously submitted. 2. Submit an updated final statement accounting for final additional changes. 3. Submit a copy of the Architect's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance,and that the list has been endorsed and dated by the Architect. 4. Submit consent of surety to final payment. 5. Submit evidence of final,continuing insurance coverage complying with insurance requirements. 1.7 REINSPECTION PROCEDURE The Architect will re-inspect the Work upon receipt of notice that the Work,including inspection list items form the earlier inspection,has been completed. Upon completion of inspection,the Architect will prepare a certificate of physical completion, or advise the Contractor that work is incomplete or of obligations that have not been fulfilled. If necessary,re-inspection will be repeated. 1.8 RECORD DOCUMENT SUBMITTAL A. Do not use record drawings for construction purposes,protect from deterioration and loss in a secure location;provide access to record documents for Owner or Architect's reference during construction. B. Maintain a set of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work originally shown. 01705 2 C. Mark record sets with colored pencils,using different colors to distinguish between separate categories of work. D. Maintain one complete copy of the Project Manual,including addenda,and one copy of other written documents such as Change Orders. Mark these documents to show substantial variations in actual Work performed in comparison with the test of the Specifications and modifications. Upon completion of the Work, submit record Specifications to the Architect for the Owner's records. E. Record Product Data -Maintain one copy of each Product Data submitted. Mark these documents to show significant variation in the actual Work performed in comparison with information submitted. Upon completion of mark-up, submit complete set of Product Data to the architect for the Owner's record. F. Maintenance Manuals -Provide operating maintenance manuals per Section 01730. PART 2- PRODUCTS (Not Applicable. PART 3- EXECUTION 3.1 FINAL CLEANING A. General cleaning during construction is required by the General Conditions and included in Section "Temporary Facilities". B. Employ experienced workers of professional cleaner for final cleaning. Clean each surface on unit to the condition expected in a normal commercial building cleaning and maintenance program. Complete the following cleaning operations before requesting inspection for Certification of Physical Completion: 1. Remove labels that are not permanent 2. Clean exposed exterior and interior had-surfaced finishes, free of stains, films and similar foreign substances. 3. Clean the site of rubbish,liter and foreign substances. Sweep paved areas broom clean;remove stains, spills and other foreign deposits. C. Removal of Protection-Remove temporary protection and facilities installed for protection of Work during construction. END OF SECTION 01705 3 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01720 MAPLEWOOD DRIVING RANGE PROJECT RECORD DOCUMENTS NET REPLACEMENT PART 1- GENERAL 1.1 DESCRIPTION A. Work included: Maintain for Architect at site one record copy of contract document including but not limited to: 1. Drawings,annotated as work progresses 2. Specifications,annotated as work progresses 3. Addenda 4. Change Orders and other contract modifications 5. Field orders or other written instructions 6. Approved shop drawings and product data 7. Field test reports B. Related sections: Coordinate related requirements specified in other parts of the project manual,including but not limited to the following: Section 01340—Submittals 1.2 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of record prints to one person on the contractor's staff as approved by the Architect. B. Make entries on the record prints clearly showing as-build conditions within 24 hrs. after completing any element of work. C. Accuracy of records: 1. Coordinate changes and additions within the record prints,making adequate and proper entries on each page of specifications and each sheet of drawings. 2. Accuracy of records shall be such that future search for items shown in the contract documents may rely reasonably on information obtained from the approved project record documents. 1.3 STORAGE OF DOCUMENTS Maintain and store in field office apart from documents used for construction. 1. Contract drawings,bearing building permit approval from the City of Renton 3. Addenda. 4. Change orders and other modifications to the contract. 5. Accepted shop drawings and other submittals. 6. Field test records. 01720-1 A. Provide files and racks for storage of documents B. File documents in accordance with project manual table of contents. C. Maintain documents in orderly,clean and legible conditions. documents for construction purposes. Do not use record drawings for marked-up as-built documents. D. Make documents available at all times for inspection by Architect. E. In the event of loss of recorded data, the Contractor shall use all means necessary to again secure the data to the Architect's approval. PART 2—PRODUCTS 2. 1 MARKING DEVICES Provide felt tip marking pens for recording information in color code. Indicate color code legend on first sheet. 2.2 RECORDING A. Label each document"project record"in neat,large,printed letters. B. Label information concurrently with construction progress. Do not conceal any work until required information is recorded. C. General Contractor is responsible for the following drawings: 1. General: Each subcontractor is responsible for making record notations for his/her own work and forward not less than weekly to the general Contractor.The general Contractor will transfer each subcontractor's notations as well as record notations of the general Work to a single set of drawings reproducible, sepia "record drawings u 2. Legibly mark matte sepia mylar reproducibles with ink or plastic lead to record actual construction. Indicate the following: a. Note deviations from the contract documents,together with reference to reason for change: e.g.,construction meeting minutes,telephone call report, field order,etc. b. Show details and locations not on original contract drawings. f. Indicate field changes of dimensions and details. g. Show changes made by field order or by change order. 3. Pay costs of maintaining record documents,including cost of reproducibles for project record (as-built) drawings and other reproducibles,if required. D Specifications and addenda:Legibly mark each section to record: 01720-2 1. Manufacturer,trade name, catalog number,and supplier of each equipment item actually installed;and 2. Changes made by field order or by change order. E. Shop drawings: Maintain one complete set as record documents;legibly annotate to record changes made after review. 2.3 REPRODUCTIONS One set black line prints made from sepia reproducibles for architectural, structural,mechanical, and electrical work,as applicable. Pay all printing costs including reproducibles. PART 3—EXECUTION Not used END OF SECTION 01720-3 DIVISION 1- GENERAL CONDITIONS CITY OF RENTON SECTION 01730 MAPLEWOOD DRIVNG RANGE OPERATION & MAINTENANCE MANUAL NET REPLACEMENT PART 1- GENERAL 1.1 GENERAL The intent of the manual is to make certain that it contains all the necessary information for the Owner to operate and maintain its facilities, order parts, replace material or equipment, order spare parts, and troubleshoot. 1.2 MANUAL FORM The Contractor shall assemble an Operation & Maintenance Manual for this project based on the following: criteria: A. Organization — the Manual shall be organized in accordance with the 16 Division CSI (I'he Construction Specifications Institute) format. Divisions shall be flagged with divider tabs. B. Size—8-1/2"x 11" C. Manufacturer,color number,sheen and use of all paint and stain material D. Drawings—Accordion fold oversize drawings to 8-1/2"x 11"size for binding E. Provide fly-leaf for each separate product and major component parts of equipment followed by typed description. Provide indexed tabs F. Binders —Commercial quality three ring binders with hard durable and cleanable plastic cover; maximum ring size 3"'minimum ring size 1" G. Tabs—shall be plastic coated H. Cover — Identify front cover and each volume in case of multiple volumes, with typed title: "Operating&Maintenance Instructions" I. Project— on the front cover, include Project name and address, names of Owner, Architect, Engineers,Contractor,subcontractors,and completion date of project J. Title Page—The inside title page shall include title of project and name, addresses and phone numbers of the Architect and all consultants,general contractor and all major sub-contractors K. Index—Provide index of contents of volume L. Division 2 through 13—provide product data with finishes and colors of all materials specified; include all warranties for material or equipment 01730 1 PART 2 PRODUCTS (Not applicable) PART 3 EXECUTION (Not applicable) END OF SECTION 01730 2 DIVISION 2- SITEWORK CITY OF RENTON SECTION 02060 MAPLEWOOD DRIVING RANGE DEMOLITION NET REPLACEMENT PART 1- GENERAL 1.1 SCOPE The scope of work described by this Section includes all labor and materials required for the demolition and removal of the elements of the existing driving range scheduled to be removed as shown on the Drawings,including the existing netting. 1.2 PARTIAL REMOVAL Items of salvage value to the Contractor may be removed from structure as work progresses. Salvaged items must be transported from site as they are removed. 1.3 TRAFFIC Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets,walks, and other occupied or used facilities. Provide alternate routes around closed or obstructed traffic ways as required until demolition and clearing operations are complete. 1.4 PROTECTION Ensure safe passage of persons around area of demolition. Conduct operations to prevent injury to adjacent structures and utilities. Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Owner. Maintain existing utilities indicated to remain,keep in service, and protect against damage during demolition operations. PART 2- PRODUCTS N/A PART 3- EXECUTION 3.1 POLLUTION CONTROL Use suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection. Clean adjacent structures and improvements of dust,dirt,and debris caused by demolition operations,as directed by Architect or governing authorities. Return adjacent areas to conditions existing prior to start of work. 3.2 DISPOSAL Remove from site debris,rubbish and other materials resulting from demolition operations and discard at an approved dump site. END OF SECTION 02060- 1 DIVISION 2—SITEWORK CITY OF RENTON SECTION 02230 MAPLEWPOOD DRIVING RANGE LANDSCAPE PROTECTION NET REPLACEMENT PART 1- GENERAL 1.1 DESCRIPTION A. It shall be the responsibility of the Contractor to preserve any tree or shrub for which the special provisions or Drawings so provided or for which the Architect may direct. B. Temporary protections-Where and when directed by the Architect: 1. Tree Protection Fence a. Provide driven 6 ft chain link construction fencing secured to and supported by driven steel pipe at 8'on center as required or indicated in drawings to protect trees and other plants which are to remain from damage. Location of tree protection fence will be field staked for approval by Architect prior to fence placement. Erect prior to commencement of work and remove at completion of construction. b. Protect root systems from compaction. Do not store construction materials, facilities, debris or excavated material within drip line (outer perimeter of branches). Do not permit vehicular, foot traffic, traffic or parking within drip line. c. Protect all plant growth,including root systems of trees and plants, from the dumping of refuse or chemically injurious materials or liquids,and from continual puddling or running water. 2. Exposed Tree Root Protection Wrap a. Tree roots 1.5"or larger deemed to remain by the Engineer shall be protected with burlap to provide protection and moisture"sock". 1.2 QUALITY ASSURANCE Pre-installation Conference: Before starting tree protection, meet with representatives of authorities having jurisdiction, the Engineer or assigned representative. Review tree protection,excavation and trenching procedures and responsibilities for landscape protection areas. Notify participants at least three working days before convening conference. .PART 2- PRODUCTS 2.1 MATERIALS A. Barrier: Chain link fence fabric,six (6) foot minimum height secured to 1.9"diameter steel post driven minimum 12"into the ground. B. Root Protection Wrap: Burlap/canvas: Any suitable non-plastic,non-toxic fabric that will retain soil backfill at"root curtain"as approved by the Engineer. C. Aeration System: Aeration pipe: Three- or four-inch diameter PVC,perforated. 02230-1 D. Gravel: 3/4"washed rock E. Filter fabric: Filter fabric shall be Mirafi, Inc.,"140 N Filter Fabric,"International Paper Company "Confil Fabric 689H,"Phillips Fibers Corporation"Rufon P3B," or approve 100 percent polyester fiber fabric with acrylic binder. Fabric shall be a minimum of 2.5 ounces per square yard; thickness to be a minimum of 13 mils. F. Hardware cloth: Galvanized steel mesh fabric malleable enough to secure over ends of aeration pipe. Openings shall be '/4 inch. G. Fertilizer: 10-6-4 fertilizer granules. PART 3- EXECUTION 3.1 PROTECTION OF EXISTING TREES AND PLANTS A. It shall be the responsibility of the Contractor to preserve all existing trees or shrubs from damage. Protect this vegetation from cutting,breaking or skinning of roots,and skinning or bruising of bark. B. Special Note: Beginning on the first day of construction,appropriate pruning tools such as pruning saw and a pair of loppers shall be present and used. C. All existing trees shall be protected from damage by any cause whatsoever related directly or indirectly with the project. Contractor shall carefully plan all his operations so as to avoid creating situations in which trees may be damaged. Contractor shall notify the Architect,in advance, of all locations in which protective measures are required in order to avoid the possibility of direct damage to trees by actual construction or from the access or passage of equipment. D. Perform all heavy equipment work from angles and directions that minimize compaction to tree roots in the site area. Ensure that piles of soil are kept away from tree areas. E. Allow none of the following conditions at the project site,except with the approval of the Engineer within the drip line or maximum existing branch spread of trees: 1. Stockpiling of materials within the drip lines of existing trees. 2. Vehicular traffic or parking with the drip lines of existing trees. 3. Alteration of surface drainage patterns within the drip lines of existing trees. F. Notify the Architect in any case where the Contractor believes that construction activities may damage existing tree canopies,trunks,or roots to remain. Do not proceed with such Work until directed to do so by the Architect. G. All machinery and materials shall be handled in such a manner as to avoid damage to trees, including overhead branches,trunks,limbs and roots. The Contractor shall,under the supervision of the Engineer or arborist, tie back all flexible limbs and overhead branches which may,in the opinion of theArchitect,be damaged by the passage or activity of equipment. No tree limbs may be removed without the written approval of the Architect. H. Root Protection: Cut off roots cleanly with appropriate tool when roots are exposed due to grading and excavation activities. Eliminate all tears and breaks in root surfaces. During the time of exposure,keep roots moist with wet burlap or equivalent. Hand dig trenches in areas with extensive roots. Leave intact and undamaged roots larger than two (2)inches in diameter. Place 02230- 2 utility conduit either under roots by tunneling or over roots with adequate bedding. Backfill soil in area of roots with 10-6-4 fertilizer mixed at rate of four (4) pounds per inch of tree trunk diameter. Soil compaction to approximate original level of compaction. I. Watering and Maintenance: Thoroughly and evenly water protected areas at a rate not to exceed 2"per hour during dry periods, and coordinate water procedures and schedules with arborist and the Engineer. Maintain root protection procedures as required throughout term of Contract. J. Protected zone: Identify trees to remain. Install and maintain barrier per drawings or approximately 1.5 times the radius of the drip line out from the tree trunk and as shown on drawings. K. Protect root systems of trees, shrubs and ground covers from damage due to noxious materials in solution caused by run-off or spillage during mixing and placement of construction materials and facilities,or drainage from stored materials. L. Protect root systems from soil compaction, flooding, erosion or excessive wetting. M. All pruning and trimming shall be done under supervision of a qualified arborist. N. Where required,cut branches and roots with sharp pruning instruments; do not break or chop. 3.3 CONSTRUCTION WITHIN PROTECTED ZONE. A. Notify Architect prior to any work done within the protected zone and special excavation areas. Depending on the nature of the work,a qualified arborist may be required to supervise work to ensure proper technique is used to protect trees. All building contractors,including subcontractors,will be held responsible for damage to trees caused by the violation of any of the following provisions. B. Clearing and grubbing: Clearing and grubbing within the protected zone of"trees to remain"will be with hand tools or machinery approved by arborist. 1. Cutting roots: Cut roots using proper technique and tools as directed by arborist. Cuts shall be sharp and clean with cut surfaces facing down. Use root cutter, cement saw,or pruning saw or shears. In no case should heavy equipment excavate or trench in the root zone prior to proper root pruning. If a root greater than 1.5"in diameter of a tree to remain is found within conflict of construction,consult with Architect. 2. D. Excavation around trees: 1. Excavate within drip line of trees only where indicated. 2. Where trenching for utilities is required within drip lines, tunnel under or around roots by hand digging. Cut smaller roots which interfere with installations of new work,using sharp pruning instruments; do not break or chop. Do not cut main lateral roots or tap roots; utility trenches shall be tunneled under any root 1.5"in diameter or larger. Trench from both directions until the tree root is observed, then hand connect the two trenches. Soil removed during tunneling or trenching shall be used to backfill. 3. Where excavating for new construction is required within drip line of trees,hand excavated to minimize damage to root systems. Use narrow tine spading forks and comb soil to expose roots. Relocate roots in backfill areas wherever possible. If large,main lateral roots are encounter, expose beyond excavation limits as required to bend and relocate without breaking. 02230-3 4. If encountered immediately adjacent to location of new construction and relocation is not possible,cut roots approximately three inches back from new construction. If root is 1.5" in diameter or larger, consult with the Engineer before cutting. E. Grading and filling around trees: 1. Maintain existing grade within drip line of trees unless otherwise indicated. 2. Lowering grades: Where existing grade is above new finish grade shown around trees, carefully hand excavate within drip line to new grade. Cut roots exposed by excavation approximately three inches below elevation of new finish grade. END OF SECTION 02231 02230-4 DIVISION 2- SITEWORK CITY OF RENTON SECTION 02444 MAPLEWOOD DRIVING RANGE CHAIN LINK FENCING NET REPLACEMENT PART 1-GENERAL 1.1 SCOPE The scope of work described in this Section includes all the material and labor required for the installation of the 4 foot high chain link fencing at the perimeter of the range netting enclosure as part of Bid Additive No. 1 as shown on the Drawings. 1.2 SUBMITTAL Submit manufacturer's product literature for the fence components along with shop drawings indicating fencing and installation of support posts. 1.3 QUALITY ASSURANCE a. Thoroughly inspect site,related work,and notify Architect before bidding of any conditions adversely affecting the performance of fencing. b. Contractor shall provide warranty stating that the fencing is secure and stable, right, corrosion free,in proper alignment, complete in detail and finish,and free of hazardous conditions. C. All materials shall comply with ASTM Committee F-14 Standards on Fences (latest edition) Perform all shop and field welding in accordance with the pertinent recommendations of the American Welding Society. 1.4 EXISTING CONDITIONS Examine the site to determine existing conditions,location and extent of existing chain link fencing to remain,extent of work to be performed,and clearing operations required. Failure of the Contractor to visit the site and acquaint himself with the existing conditions shall in no way relieve him/her from obligations with respect to his bid of contract. 1.5 WARRANTY The Contractor shall provide warranty that the fencing is secure and stable, tight,corrosion free,in proper alignment,complete in detail and finish,and free of hazardous conditions. 1.6 PRODUCT HANDLING All materials are to be new and delivered to the site in an undamaged condition. Store materials off the ground and protect from damage. In the event of damage,immediately make repairs and/or replace as necessary to the approval of the Architect at no additional cost to the Owner. 1.7 RELATED WORK See Section 06200 Finish Carpentry for installation of wood edge board at bottom of chain link fencing. 02444-1 PART 2- PRODUCTS 2.1 GENERAL Dimensions shown are outside dimensions of pipe. All piping shall be schedule 40 hot- dipped galvanized steel,Tuff 40 steel or approved equal. See Section 01605-Substitutions for procedures for requesting approval of an equal product after award of contract. 2.2 MANUFACTURER All metal fencing components shall be provided by a commercial fence manufacturer- United States Steel,Anchor Fence,Dominion Fence, or approved equal. 2.3 STEEL FENCING FABRIC No 9 ga galvanized steel wire 1-1/2" mesh,with top and bottom selvages twisted and knuckled. Finish—fabric shall be galvanized and vinyl coated or powder coated—coating thickness shall be.0015 to .025 inch PPVC adhered to the core. Provide vinyl coated fabric at the fencing conforming to ASTM F 668-88 Class 2a material. Fabric shall be woven in a continuous 1-1/2"-inch mesh. 2.4 FRAMEWORK Galvanized steel, schedule 40,ASTM A 120 or A 123 with not less than 1.8 Oz zinc per sq. ft. New framework shall be vinyl or powder coated. 2.5 HARDWARE AND ACCESSORIES Galvanized ASTM 152 2.6 FRAMEWORK SIZES Line Posts - spaced at 10'-0" o.c between net poles,2-3/8" od steel pipe,2.70 lbs/lin ft. steel pipe with16" dia.x 42"deep footings. 2.7 BOTTOM TENSION WIRE 7 W&M gauge,galvanized, coated coil spring wire with finish to match fabric. Tension wire shall be secured to fence fabric with vinyl or powder coated 9 ga. hog rings at 18"o.c 2.8 POST CAPS Weathertight closure cap installed at top of each line and gate pipe. 2.9 STRETCHER BAR One piece of length equal to fencing min- 3/16"x3/4". Provide one stretcher bar for each gate and end posts and 2 for each corner and gate post. Install stretcher bands to secure bar to post at 15"o.c. max. 2.10 TENSION BARS Tension bars shall be one piece lengths equal to full height of fabric with a minimum cross section of 3/16"x 3/4". Provide two tension bars (vinyl or powder coated) for each gate, end post, corner,pull posts and landscape screen. Manufacturer's standard galvanized J-bolts to be installed. to secure tension bars to end,corner,gate posts.,and gate frames. 02444-2 2.12 CONCRETE See Division 3 for concrete work-provide concrete with 28 day compressive strength of 2500 psi. with min. of 5 sack mix. 2.13 FENCE HEIGHT As shown on the Drawings PART 3 EXECUTION 3.1 EXCAVATION Drill holes for posts of diameters and spacing as recommended by manufacturer with 42" depth min. at line posts. 3.2 Install all fencing in accordance with manufacturer's recommendations. Install 1" dia. through eye-bolt at fence post to secure bottom cable. 3.3 Contractor is responsible for all temporary barricades,enclosures,and protection of adjacent property and existing work. These are to be in place before operations are started. Coordinate this work with other work and trades. Complete clearing and site preparation work is required prior to excavation. 3.4 PAINTING All bare galvanized surfaces shall be painted in accordance with Section 09900—Painting. END OF SECTION 02444-3 DIVISION 3-CONCRETE CITY OF RENTON CAST-IN-PLACE CONCRETE MAPLEWOOD DRIVING RANGE SECTION 03000 NET REPLACEMENT PART 1- GENERAL 1.1 SCOPE OF WORK The scope of work includes all labor and material required for the complete installation of the concrete footings for the chain link fencing and miscellaneous concrete work as shown on the Drawings. 1.2 CODES AND STANDARDS ACI 301 "Specifications for Structural Concrete Buildings";ACI 318, "Building Code Requirements for Reinforced Concrete";comply with applicable provisions except as otherwise indicated. 1.3 SUBMITTALS A. Product Data-Submit manufacturer's product data with installation instructions for proprietary materials. B. Design Mix-The Contractor shall submit 4 copies of laboratory test or evaluation reports for concrete materials and mix designs. PART 2—MATERIALS 2.1 CONCRETE MATERIALS A. Portland Cement: ASTM C 150,Type as required. B. Aggregates: ASTM C 33,except local aggregates of proven durability may be used when acceptable to Architect. C. Water: Clean,drinkable. PART 3- EXECUTION 3.1 DESIGN MIXES Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. Water-cement ratio for mix- .46 air-entrained. 3.2 PLACEMENT A. Deposit concrete in forms in horizontal layers no deeper than 28 inches and in a manner to avoid inclined construction joints. Weather slope top surface of concrete. B. Consolidate placed concrete by hand-spading,rodding,or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 03000-1 3.3 PROTECTION A. Protect concrete surface exposed to view from damage by other trades. END OF SECTION 03000-2 DIVISION 5—METALS CITY OF RENTON SECTION 05120 MAPLEWOOD DRIVING RANGE MISCELLANEOUS METALS NET REPLACEMENT PART 1 - GENERAT. 1.1 CODES AND STANDARDS: AISC "Code of Standard Practice for Steel Buildings and Bridges";AISC "Specifications for the Design, Fabrication,and Erection of Structural Steel for Buildings"including"Commentary";AWS "Structural Welding Code"; comply with applicable provisions except as otherwise indicated. 1.2 SCOPE OF WORK: The scope of work described by this Section includes all the labor and material required for the installation of steel, steel plates and steel framing connectors angles,and miscellaneous fabricated steel fasteners as shown on the Drawings. 1.3 RELATED WORK: Section 13130 Range Enclosure 1.4 SUBMITTALS: A. Submit shop drawings of all fabricated framing items and connectors except standard prefabricated framing connectors. B. Submit welder certificates signed by Contractor certifying that the welders comply with requirements specified under the'Quality Assurance" Article. 1.5 QUALITY ASSURANCE: Comply with applicable provisions of AWS D1.1 "Structural Welding Code- Steel",AWS D1.2"Structural Welding Code-Aluminum",Certify that each welder has satisfactorily passed AWS qualifications test for welding process and is currently certified. PART 2- PRQDTTCTS 2.1 STEEL PLATES,SHAPES,BARS,AND TUBING: ASTM A 36. 2.2 FASTENERS: High-strength bolts and nuts,ASTM A 325 or A 490;unfinished bolts and nuts,ASTM A 307,Grade A. Provide plated fasteners complying with ASTM B 633,Class FE/Zn 25 for electro-deposited zinc coating, for exterior use. 2.3 SHOP PAINT: 05120 - 1 FS TT-P-86,Type II;or,SSPC-Paint 14. 2.4 GALVANIZING: All steel connectors and framing shall be hot-dipped galvanized per ASTM A 53. 2.5 GALVANIZING REPAIR PAINT: High zinc-dust-content paint for re-galvanizing welds in galvanized steel with dry film containing not less than 94% zinc dust by weight, and complying with DOD-P 21035 or SSPC-Paint 20. PART 3-RXECI1T10_ 3.1 FABRICATION: Comply with AISC "Specifications" and final shop drawings. Mark and match-mark units for field assembly. 3.2 CONNECTIONS: As shown on final shop drawings. Use high-strength bolts for field connections, except as otherwise indicated. Comply with AWS Code for procedures,appearance,and quality of welds. 3.3 PROVISIONS FOR OTHER WORK: Fabricate structural steel members to provide holes for securing other work and for passage of other work through steel framing as indicated. 3.4 SHOP PAINTING: Paint structural steel work, except members or portions of members embedded in concrete or mortar, and contact areas to be welded or riveted. Clean steel free of loose mill scale,rust,oil and grease. Apply prime paint to provide a minimum dry film thickness of 2.0 mils. 3.5 ERECTION: Comply with AISC Code and Specifications, and maintain work in safe and stable condition during erection. Provide temporary bracing and shoring as required;remove when final connections placed. END OF SECTION 05120 - 2 DIVISION 6-WOOD & PLASTICS CITY OF RENTON SECTION 06200 MAPLEWOOD DRIVING RANGE FINISH CARPENTRY NET REPLACEMENT PART 1- GENERAL 1.1 SCOPE OF WORK The scope of work described by this Section includes all labor and material necessary for the complete installation of wood edge board at the bottom of the chain link fencing as shown on the Drawings. 1.2 RELATED WORK See Section 02444 Chain Link Fencing PART 2- PRODUCTS 2.1 SOFTWOOD LUMBER A. Comply with PS 20 and applicable grading rules of respective grading and inspecting agency for species and product indicated. Manufacture to sizes and patterns using kiln dried lumber. B. Edge Board at Fencing—Pressure Treated 2x10 Doug Fir#2. .2.2 FASTENERS AND ANCHORAGE Provide nails,screws and other anchoring devices of type, size,material and finish suitable for intended use and required to provide secure attachment,concealed where possible. Hot-dip galvanize fasteners for work exposed to exterior to comply with ASTM A 153. Install edge board at bottom of chain link fencing by securing boards to fence posts with Simpson fence rail fastener and secure board to existing wood net poles with galvanized steel lag bolts as shown on the Drawings. 2.3 Preservative pressure treat lumber with water-borne preservatives to comply with AWPB Quality Standard LP-2 (minimum retention of 0.25 lbs. per cubic ft.) for above ground use. PART 3- EXECUTION 3.1 INSTALLATION Install finish carpentry work plumb,level, true and straight with no distortions.. Scribe and cut finish carpentry items to fit adjoining work. Anchor finish carpentry work securely to supporting substrates. END OF SECTION 06200-1 DIVISION 13—SPECIAL STRUCTURES CITY OF RENTON SECTION 13130 MAPLEWOOD DRIVING RANGE RANGE ENCLOSURE NET REPLACEMENT PART 1- GENERAL 1.1 SCOPE The scope of work described by this Section includes all labor and material to install the netting assembly as shown on the Drawings. The enclosure shall include replacement of vertical net cable members, connection bolts & fasteners,net fabric,net lacing material and miscellaneous items as shown or required for a complete installation. The Contractor shall install the netting components so that the finished installation provides and enclosure where no golf ball can pass though the net fabric or joints between the net panels or between the net panel and chain link fencing. 1.2 COORDINATION The netting installer shall provide complete drawings of all enclosure components including connection of cables to poles and connection of fabric to net border rope,and net boarder rope to cables. 1.3 SUBMITTALS .01 The Contractor shall submit shop drawings of a complete net panel assembly showing connections of horizontal net cord to horizontal cable,bottom horizontal border rope to bottom horizontal cable and connection of bottom horizontal cable to top of chain link fencing. The Contractor shall also submit shop drawings of the connection of net fabric to border rope and the lacing of the vertical border rope at the panel edge to the adjacent vertical border rope and vertical cable. .02 Sample—The netting fabricator shall provide a sample mock panel section showing the proposed net fabric to border rope connection and the border rope to border rope connection at the joint between the two abutting vertical panel border ropes. 1.4 RECEIVING,STORAGE AND HANDLING OF MATERIALS ON JOBSITE .01 All materials shall be unloaded,handled,hauled and delivered to storage by competent workers in a manner which will prevent damage too material. Damaged materials shall be recorded and promptly replaced. All materials shall be properly stored and protected from weather damage. 1.5 RELATED WORK See Section 03000 Concrete and Section 02444 Chain link Fencing for work that will be incorporated into the range enclosure. See Section 05120 Miscellaneous Metals for standards of miscellaneous steel items. 1.6 APPROVED NETTING SYSTEM MANUFACTURERS Netting assembly and cable support components shall be manufactured by an experienced and qualified company. Approved manufacturers include:: 13130- 1 Redden Nets,Bellingham WA—Ph: 1-800-426-9284 Netex Canada Netting Inc.,Delta,B.C.—Ph: 1-800-936-6388 1.7 APPROVED NETTING INSTALLERS The netting system shall be installed by experienced and qualified installers with a minimum of 5 years of experience in driving range net installation that include 3 driving range netting projects of similar size. The netting installer shall provide written approval by the netting manufacturer that the netting installation company has been approved by the manufacturer and that the net manufacturer's warranty includes the installation by the approved installer. 1.8 WARRANTY Provide the net manufacture's warranty for performance of installed net components and net UV coating for 7 years. The warranty on the net material and assembly shall be 100% non-prorated full value for the duration of the coverage. PART 2- PRODUCTS 2.1 ENCLOSURE NETTING Redden#970 Polyester Netting as manufactured by Redden Nets (Bellingham,or HD Plus Polyethylene Monofilament Golf Ball Barrier Netting as manufactured by Netesx Canada Netting or approved equal. Material to be max. 1"mesh size with resin dye and bonding treatment. . Netting assembly shall have a 9 year 100%non-prorated full value limited warranty. Polyester net strands shall have a minimum 168 lbs average single break strength. 2.2 BORDER ROPE 3/8" dia.Braided polyester-Perimeter border rope and ribline edges shall be a braided synthetic cover with parallel synthetic core with 3,500 lb. tensile strength. 2.3 TWINE #48 braided dye-treated polyester twine or#36 black nylon braided,with 375 lbs breaking strength. 2.4 CABLE&FASTENERS .01 Vertical Cables 5/16" 1x7 galvanized aircraft cable— 11,200 lbs. nominal strength at vertical line and 3/8" 1x7 galv.Aircraft horizontal cable— 15,400 lbs. nominal strength at horizontal cable and guy wires. Provide 3/8"galvanized cable clamps, All hardware and fittings shall be hot-dipped galvanized in accordance with ASTM A153 or A123. 2.5 REPLACEMENT CABLE All existing horizontal or guy cables that show signs of failure will be replaced with new cable of matching diameter. Replacement of these cables will be paid by the Owner as an additional cost based on the linear foot cost for the replacement that is identified by the Contractor in the Bid Form. 2.6 CORNER THIMBLE Net fabricator shall install galvanized eye thimbles in top corners of each net panel,laced 13130-2 into border rope. 2.7 FASTENERS 9/32"galvanized steel carabineers shall be installed to connect horizontal top,horizontal mid ropes,and interior vertical ribline ropes to horizontal cable with spacing at 24"o.c. Minimum 9 ga Galvanized steel hog rings will be installed to connect the bottom horizontal border rope to cable at the top of the chain link fencing at 12"o.c. 2.8 EYEBOLTS Install new 3/4" dia galvanized through eye bolts for the installation of the new 3/8" horizontal cable at the top of the new chain link fencing. PART 3—EXECUTION 3.1 TURF PROTECTION The Contractor shall take measures required to protect the existing artificial turf and underlying subgrade from damage from vehicles,materials and equipment during netting installation. The Contractor shall install approved protective sheets at areas where wheeled lifts are operated to prevent damage to range. Any area of turf,damaged by the net installation,will be repaired as required by the Owner. 3.2 NET FABRICATION Fabricate each panel section to fit between the space between two pole sections as shown on the Drawings.. All net panels shall be custom fabricated to as-built measurements of the existing poles to provide a properly fit and secure panel upon completion. 3.3 NET FABRIC TO BORDER ROPE ATTACHEMENT Secure net fabric to border rope by tying the lacing twine to edge net pale strands and to the rope with clove hitches as 6"o.c.. The twin shall run continuous and lace between the edge fabric diamonds and around the border rope,with a minimum of three complete twine wraps around the border rope between the clove hitches as shown on the Drawings. 3.4 NET INSTALLATION Netting shall be installed by qualified trained installers with experience in the installation of driving range netting. Cables,rope netting and fasteners shall be installed in accordance with manufacturer's installation directions. 3.5 ATTACHMENT OF VERTICAL BORDER ROPE PANELS The two abutting border ropes are to be laced together and secured to the vertical cable as shown on the Drawings and recommended by manufacture to provide a joint condition that will allow no golf balls to escape. The net installer,at the installers option,if approved by the Architect,can seam the abutting border ropes together with ties that are warranted for the life of the installation. The Contractor shall submit the ties to the architect with product data for approval. 3.6 NET ATTACHMENT TO FENCING The bottom 3/8"galv. horiz cable shall be run through each eyebolt at the top of each 13130-3 chain link fence post and secured to the new 5/8" dia eye bolt at the existing wood net Posts. END OF SECTION 13130-4 Maplewood Golf Course Driving Range Netting Project The addendum forms part of the contract documents and modifies the original Sheet 2 of Drawings dated 6/5/06. This addendum will supplement and supercede noted portion of Sheet 2 of Drawings and shall be reflected in all proposals. Addendum#1 Clarification on Drawings—Sheet#2 Vertical Net Baffle Detail D - "Revision to length of netting at baffles": The netting at the four(4) vertical net panels shown on detail D/2 and detail 7/3 are to extend from the net poles a distance of 40 feet at each side of the range. The remaining center area of baffles shall be open without netting. End of Addendum#1 Maplewood Golf Course Driving Range Netting Project 6/16/06 The addendum forms part of the contract documents and modifies the original "Call for Bids" document dated 6/5/06. This addendum will supplement and supercede all dates listed on contract documents, to include but not limited to; Synopsis of Bidding Information and Invitation to Bid and shall reflect in all proposals. Addendum#2 Revision of Call for Bid dates - Please See Attached Revised dates: Sealed bids accepted until 2:30pm June 30, 2006 Bid opening—June 30, 2006 @ 2:30pm- Conference Room 521 —Renton City Hall Pre-Bid walk through - June 28th 2006 @ 10:00am Maplewood Golf Course Driving Range End of Addendum#2 Maplewood Golf Course Driving Range Netting Project The addendum forms part of the contract documents and modifies the original Specification Section 13130 Range Enclosure dated 6/5/06. This addendum will supplement and supercede noted portion of Specification Section 13130 and shall be reflected in all proposals. Addendum#3 Clarification - Specification Section 13130 - Ranee Enclosure The product warranty limits called for in paragraph 1.8 —Warranty and paragraph 2.1- Enclosure Netting shall be changed to read... "The netting manufacturer shall provide a six (6) year 100%non pro-rated full value warranty for the net assembly consisting of net mesh, border rope, and twine." End of Addendum#3