Loading...
HomeMy WebLinkAboutKiwanis Park Project Details PROJECT MANUAL OF CONSTRUCTION DOCUMENTS KIWANIS PARK IMPROVEMENTS 815 Union Avenue North Renton, WA 98059 PROJECT NO. CAG-22-013 CITY OF RENTON PARKS AND RECREATION PARKS PLANNING AND NATURAL RESOURCES DIVISION 1055 SOUTH GRADY WAY RENTON, WASHINGTON 98057 Armondo Pavone, Mayor BID SET February 4, 2022 CONTRACT DOCUMENTS For City of Renton Kiwanis Park Improvements #CAG-22-013 IN RENTON, WASHINGTON Owner: City of Renton Contact: Alan Wyatt (425) 430-6571 PRE-BID CONFERENCE Date: February 17, 2022 Time: 8:30 AM Zoom: Meeting ID: 821 7929 6943 BID DUE Date: March 8, 2022 Time: 2:00 PM Location: Office of the City Clerk Address: Renton City Hall - Lobby 1055 S Grady Way Renton, WA 98057 BID OPEN Date: March 8, 2022 Time: 3:00 PM Zoom: Meeting ID: 870 32720 934 Zoom Password: 806074 Time of Completion Substantial Completion: November 25, 2022 Anticipated Notice to Proceed: April 4, 2022 CONTRACT DOCUMENTS FOR Kiwanis Park Improvements #CAG-22-013 RENTON, WASHINGTON Approvals and Certifications Approved for Construction The portion of these Contract Documents pertaining to Landscape Architecture was prepared by me or under my direct supervisions.     Contract No. CAG-22-013 00 00 00 - 1 Kiwanis Park Improvements February 4, 2022  TABLE OF CONTENTS Contract No. CAG-22-013 City of Renton Kiwanis Park Improvements DIVISON 0 – PROCUREMENT & CONTRACTING REQUIREMENTS 00 00 00 Table of Contents 00 00 03 Bid Proposal Form 00 11 13 Advertisement for Bids 00 20 00 Bidder’s Qualification Statement 00 21 00 Instructions to Bidders 00 23 00 Supplementary Instructions 00 42 10 Bid Submittal Checklist 00 52 00 Agreement Between Owner and Contractor – City of Renton Agreement 00 72 00 General Conditions 00 73 00 Supplemental Conditions 00 80 00 Forms: Form A – Proposal Bid Bond Form B – List of Subcontractors, Part 1 (Plumbing, Electrical) Form C – List of Subcontractors, Part 2 (Structural Steel) Form D – Contractor Qualification, Evaluation Form E – Qualifications of Key Personnel Form F – Contract Bond Form DIVISION 1 – GENRAL REQUIREMENTS 01 10 00 Summary of Work 01 11 30 Hazardous Materials 01 12 00 Delegated Design 01 14 00 Work Restrictions 01 20 00 Payment Procedures 01 21 00 Prevailing Wage Rates 01 30 00 Administrative Requirements 01 32 16 Construction Schedule 01 40 00 Quality Requirements 01 40 10 Product Substitution Request 01 42 00 Definitions 01 50 00 Temporary Facilities and Control 01 58 00 Temporary Project Signage 01 70 00 Execution and Closeout Requirements 01 74 00 Construction Waste Management and Disposal 01 78 00 Closeout Submittals     Contract No. CAG-22-013 00 00 00 - 2 Kiwanis Park Improvements February 4, 2022  DIVISION 2 – TECHNICAL SPECIFICATIONS 02050 Temporary Dust Control 02060 Demolition 02100 Temporary Erosion and Sediment Control 02110 Tree Protection 02230 Site Clearing 02300 Earthwork 02510 Domestic Water 02530 Sanitary Sewer 02620 Subdrainage 02630 Storm Drainage 02631 Stormwater Treatment Units 02632 Trench Drain 02740 Asphalt Concrete Pavement and Pavement Marking 02751 Cast-in-Place Concrete 02770 Curbs 02779 Court Surfacing 02790 Permeable Crushed Stone for Synthetic Turf 02791 Synthetic Sport Field Surfacing 02792 Plastic Timber 02800 Landscape Grading 02810 Irrigation System 02820 Chainlink Fencing and Gates 02821 Backstops 02830 Ornamental Fence System 02869 Engineered Wood Fiber Playground Surfacing 02870 Site Furnishings 02872 Playground Equipment 02890 Signs 02910 Soil Mixes & Placement 02911 Root Barriers 02920 Sodding 02930 Planting 05501 Metal Fabrications 07411 Preformed Roof Panels 16000 Site Electrical and Lighting APPENDIX Appendix A Soil Classification Chart and Key to Test Data – Log of Test Pits Appendix B Good Faith Asbestos Inspection Appendix C List of Permits Appendix D The Portland Loo Manufacturer Drawings Appendix E Polygon Shelter – Alternate #1 Appendix F City of Renton Standard Signs Memorandum Appendix G Project Signage DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS SECTION 00 00 03 - BID PROPOSAL FORM Kiwanis Park Improvements Bid Form Page 1 of 5 CITY OF RENTON HAND DELIVER TO: OFFICE OF THE CITY CLERK RENTON CITY HALL – LOBBY 1055 S. GRADY WAY, RENTON, WA, 98057 for the KIWANIS PARK IMPROVEMENTS 815 Union Avenue North Renton, WA 98059 Bids Due: 2:00 PM PST March 8, 2022 Bidder’s Name: Address: Telephone: (MUST BE COMPLETED AND SIGNED) Having carefully examined the Bidding Documents and Instructions to Bidders, the Project site and conditions affecting the Work, and all Addenda, the undersigned Bidder certifies that: (i) it has the personnel and means to complete the Work and (ii) it will furnish all labor, materials, equipment, and management to perform all Work required by, and in strict accordance with, the above-named documents for the following sum within the time fixed. All Bid amounts shall include overhead, profit, bonds, insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax). The undersigned Bidder certifies that it is, at the time of submitting the Bid, and shall remain throughout the period of the Contract, licensed by the State of Washington to perform the type of work required under the Contract Documents. It further certifies that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. A.BASE BID The Bidder agrees to complete the Work for this Project for the following lump sum Base Bid amount: ______________________________________________________________ DOLLARS (words) $_____________________________________________________________ (numerals) Do not include in the Base Bid amount Washington State Sales Tax that will be paid based on the Contract Sum. B I D F O R M DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS SECTION 00 00 03 - BID PROPOSAL FORM Kiwanis Park Improvements Bid Form Page 2 of 5 B.ALTERNATES See the Summary of Work and Drawing Sheets in the Bidding Documents for descriptions of Alternates. Alternates shall not be included in the Base Bid amount. Alternates selected by the Owner will be added to the Base Bid amount. •Add Alternate #1 – Shelter: ADD Dollars (words) ($) (numerals) Do not include in the Alternate amounts Washington State Sales Tax that will be paid based on the Contract Sum. C.TRENCH EXCAVATION SAFETY PROVISIONS The Base Bid amount includes any trench-excavation safety provisions required for compliance with Chapter 39.04 RCW and Chapter 49.17 RCW, as applicable, and the amount included in the Base Bid is: $_______________ D.SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. As required by RCW 39.30.060, every Bidder must complete and provide the included Subcontractor listing forms (Form B and Form C) in accordance with the applicable timing requirements. E.RECEIPT OF ADDENDA Bidder acknowledges receipt of the following addenda: Addendum No. Addendum No. Addendum No. Addendum No. All requirements therein are included in the appropriate Bid amount. F.CONDITIONS OF PROPOSAL 1.Determination of Low Bidder: a.The City of Renton (alternatively referred to as “Owner” or “City”) reserves the right to award the Contract for the Project based on the Contractor’s Base Bid and any selected Alternates(s), in whatever manner is in the City’s best interest. 2.Overhead and Profit: a.All of the above Bid Prices shall include overhead, profit, bonds, insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax). G.PERIOD OF BID VALIDITY/ACCEPTANCE OF BID The undersigned hereby agrees that this Bid shall be a valid and firm offering for the period of sixty (60)days from the Bids Due date. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS SECTION 00 00 03 - BID PROPOSAL FORM Kiwanis Park Improvements Bid Form Page 3 of 5 Within sixty (60) days from the Bids Due date, the City will act either to accept the Bid Form the lowest responsive and responsible Bidder, or to reject all Bids. The City reserves the right to request extensions of such Bid acceptance period. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the Bidder whose Bid is under consideration for acceptance, together with a request to furnish a bond (if required), evidence of required insurance to execute the Agreement set forth in the Contract Documents, and other designated documents. H.EXECUTION OF CONTRACT If the written Notice of Intent to Award Contract is mailed, telegraphed, or delivered via facsimile to the undersigned within the period of Bid validity noted above, or any time thereafter before this Bid is withdrawn, the undersigned will, within ten (10) days after the date of such notification, execute the City of Renton Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum (“Agreement”) set forth in the Contract Documents. I.TIME FOR COMPLETION Substantial Completion - The undersigned hereby agrees to Substantially Complete all the Work under the Base Bid (and accepted Alternates) no later than November 25, 2022. Notice to Proceed – Anticipated date for Notice to Proceed is April 4, 2022. Final Completion – All the Work shall achieve Final Completion in accordance with the contract documents within 30 calendar days after the date of Substantial Completion. J.LIQUIDATED DAMAGES The undersigned agrees to pay the Owner as liquidated damages the sum of $750.00 for each calendar day beyond the date upon which Substantial Completion of the entire Work is required to be complete until Substantial Completion is achieved, in accordance with the Contract Documents. K.BID SECURITY (As per the Bidding Documents) If applicable, Bid Security must be submitted with the Bid Form. L. ACKNOWLEDGMENT The undersigned acknowledges that it has read, understands, and agrees to comply with all federal and state non-discrimination laws, regulations, and policies during the performance of the Work. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS SECTION 00 00 03 - BID PROPOSAL FORM Kiwanis Park Improvements Bid Form Page 4 of 5 Legal Name of Person or Entity Submitting Bid: _____ NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signatory: Title: Printed Name: Address: City: State: Zip Code: Date: Telephone: Fax: Washington Contractor's License No.: Federal Tax ID #: E-mail address: Washington State UBI No.: Expiration Date: DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS SECTION 00 00 03 - BID PROPOSAL FORM Kiwanis Park Improvements Bid Form Page 5 of 5 CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTES The undersigned Bidder hereby certifies, under the penalty of perjury, that within the three- year period immediately preceding the Bid Submission date, the Bidder has not been determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries, or through a civil judgment entered by a court of limited or general jurisdiction, to have willfully violated, as defined in RCW 49.48.082, any provision of chapters 49.46, 49.48, or 49.52 RCW. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Legal Name of Person or Entity Submitting Bid Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐Partnership ☐Joint Venture ☐Corporation ☐ LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. End of Bid Form CAG-22-013 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 11 13 – ADVERTISEMENT FOR BIDS Contract No. CAG-22-013 00 11 13 - 1 Kiwanis Park Improvements February 4, 2022 The City of Renton invites interested and qualified contractors to submit sealed bids for the following project: TITLE: KIWANIS PARK IMPROVEMENTS ESTIMATED BASE BID COST RANGE: $5,543,000.00 including WSST. PRE-BID CONFERENCE: 8:30 A.M. February 17, 2022 via ZOOM Attendance at the pre-bid conference is highly encouraged but is not mandatory. Pre-Bid Conference Zoom Information: –Click or use this link to join the Kiwanis Park Improvements Pre-Bid Zoom Conference: https://us06web.zoom.us/j/82179296943 Meeting ID: 821 7929 6943 One tap mobile +12532158782,,82179296943# US (Tacoma) SUBMITTAL TIME/DATE/LOCATION: Prior to 2:00 P.M. March 8, 2022 Bids must be hand delivered to: Office of the City Clerk Lobby, Renton City Hall 1055 S. Grady Way, Renton, WA, 98057 PUBLIC BID OPENING: Approximately 3:00 PM on March 8, 2022 via ZOOM. Public Bid Opening Zoom Information: –Click or use this link to join the Public Bid Opening Zoom Meeting: https://us02web.zoom.us/j/82424070643?pwd=T1huMDBDSFJYanNCYlozUWRid0dwQT09 –Using the Zoom app: Meeting ID: 870 3272 0934; Passcode: 806074 – Via telephone by dialing: 253-215-8782, followed by 87032720934#...... 0# … 806074# The work, to be substantially completed from the date of commencement under this contract, but shall not exceed a Substantial Completion date of November 25, 2022; shall include, but not be limited to: Construction of park improvements and related site work. Work includes earthwork, utility installation, picnic pavilion/shelter, Portland Loo Restroom, synthetic all-weather baseball infield surfacing, baseball field backstop, covered dugouts and bleachers, basketball court asphalt and sports surfacing, orname ntal fencing, lighting, park signage, concrete flatwork, site furnishings, playground equipment, landscape planting, and landscape irrigation and other improvements for the construction of Kiwanis Park Site CAG-22-013 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 11 13 – ADVERTISEMENT FOR BIDS Contract No. CAG-22-013 00 11 13 - 2 Kiwanis Park Improvements February 4, 2022 Improvements for the City of Renton, Washington, all as shown and described on the Contract Documents prepared by Bruce Dees & Associates, LLC., dated, February 4, 2022. Bid documents will be available February 9, 2022. Plans and specifications may be viewed at Builder’s Exchange of Washington. Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects", "Public Works", and "City of Renton". This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders “Register” in order to receive automatic e-mail notification of future addenda and to place themselves on the “Self-Registered Bidders List". Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan room for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258 -1303 should you require assistance with access or registration. Daily Journal of Commerce: POB 11050, Seattle, WA 98111. Phone: (206) 622-8272. Website: plancenter.com Please direct questions regarding this project to the City, attn: Alan J. Wyatt, RLA, ASLA, LEED-AP; Capital Projects Manager, Parks Planning and Natural Resources; phone (425) 430-6571, or email awyatt@rentonwa.gov. Document clarification questions must be submitted in writing no later than March 1, 2022, 5:00 PM . The City’s fair practices/non-discrimination policies and the State of Washington prevailing wage rates are applicable for this public works project located in King County. Bidders are responsible to verify and use the most recent prevailing wage rates. The “Effective Date” for this project is the Bid Form due date above. The applicable prevailing wage rates may be found on the Department of Labor & Industries website located at https://lni.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/. A Bid Bond in the amount of 5% of the total amount of the bid must accompany each bid. The City reserves the right to reject any and all bids and to waive any informalities or irregularities in bids received. The City’s Fair Practices and Non-Discrimination policies and State Prevailing Wage Rates apply to this project. Mandatory 15% apprentice labor hours of the total labor hours are a requirement of the construction contract. Voluntary workforce diversity goals for this apprentice participation are identified in the Instructions to Bidders. Bidders may contact the Department of Labor & Industries, Apprenticeship Section, to obtain information on available apprenticeship programs. Bids shall be in a sealed envelope marked “KIWANIS PARK IMPROVEMENTS”. CAG-22-013 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 11 13 – ADVERTISEMENT FOR BIDS Contract No. CAG-22-013 00 11 13 - 3 Kiwanis Park Improvements February 4, 2022 THE CITY OF RENTON Jason Seth, City Clerk Published: Daily Journal of Commerce on February 8, 2022. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 20 00 – Bidder’s Qualification Statement Contract No. CAG-22-013 00 20 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 – GENERAL 1.1 SECTION INCLUDES A.Each Bidder submitting a proposal on work included in these specifications shall prepare and submit as part of this bid, the following information. 1.Name of Bidder: __________________________________________________ 2.Business Address: __________________________________________________ 3. Telephone: _______________________________________________________ 4.How many years has said Bidder been engaged in the contracting business under the present firm name? _____ 5.Contracts now in hand (Gross Amount): $_____________________________________________________ 6.Experience with similar projects: List at least three (3) projects accomplished within the last five (5) years in which the Bidder constructed comparable projects of similar scope of Work and value. Include the name, telephone number and email address of the Owner or Owner’s Representative responsible for the project. Describe how the project met customer satisfaction. The City of Renton will discuss performance with the named references. a.Provide FORM D – Contractor Qualifications, per Section 00 80 00 FORMS. 7.Work Plan: Provide a Gantt chart or comparable of how the work will be done within the time window allowed. Include a schedule of activities planned. 8.Assigned Key Personnel: Provide a resume for the Project Manager, Superintendent, Foreman, and other key personnel that will be assigned and committed to this project. a.Provide FORM E – Qualifications of Project Key Personnel, per Section 00 80 00 FORMS. 9.List of company’s major equipment. PART 2 – NOT USED. PART 3 – NOT USED. END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 1 Kiwanis Park Improvements February 4, 2022 1.1 EXPLANATION TO PROSPECTIVE BIDDERS A.Any prospective Bidder desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must submit a request in writing to the Owner/Architect/Engineer (O/A/E) seven (7) calendar days before the bid due date. Oral explanations or instructions given before the award of a contract will not be binding. Any information given a prospective Bidder concerning a solicitation will be furnished promptly to all other prospective Bidders by addendum to the solicitation, if that information is necessary in submitting bids or if the lack of it would be prejudicial to other prospective Bidders. B.In accordance with the legislative findings and policies set forth in Chapter 39.19 RCW the City of Renton encourages participation in all of its contracts by MWBE firms certified by the Office of Minority and Women’s Business Enterprises (OMWBE). Participation may be either on a direct basis in response to this invitation or as a subcontractor to a bidder. However, unless required by federal statutes, regulations, grants, or contract terms referenced in the contract documents, no preference will be included in the evaluation of bids, no minimum level of MWBE participation shall be required as a condition for receiving an award, and bids will not be rejected or considered nonresponsive on that basis. Any affirmative action requirements set forth in federal regulations or statutes included or referenced in the contract documents will apply. C.The City of Renton encourages participation in all of its contracts by Veteran-owned businesses (defined in RCW 43.60.010) and located at http://www.dva.wa.gov/program/certified-veteran-and-servicemember-owned-businesses and Small, Mini and Micro businesses (defined in RCW 39.26.010) which have registered in WEBS at https://fortress.wa.gov/ga/webs/ D.In accordance with RCW 39.04.320 the state of Washington requires 15% Apprenticeship Participation for all projects estimated to cost one million dollars or more. On applicable projects, the bid advertisement and Bid Proposal Form shall establish a minimum required percentage of apprentice labor hours compared to the total labor hours. Bidders may contact the Department of Labor and Industries, Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530, by phone (360) 902- 5320, and e-mail at Apprentice@lni.wa.gov, to obtain information on available apprenticeship programs. 1.2 PREPARATION OF BIDS – CONSTRUCTION A.Bids must be: (1) submitted on the Bid Form, or copies of forms, furnished by the Owner or the Owner’s agent, and (2) signed in ink. The person signing a bid must initial each change appearing on any Bid Proposal Form. If the bid is made by a corporation, it shall be signed by the corporation’s authorized designee. The address of the Bidder shall be typed or printed on the Bid Proposal Form in the space provided. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 2 Kiwanis Park Improvements February 4, 2022 B.The Bid Form may require Bidders to submit bid prices for one or more items on various bases, including: (1) lump sum base bid; (2) lump sum bid alternate prices; (3) unit prices; or (4) any combination of items 1 through 3 above. C.If the solicitation includes alternate bid items, failure to bid on the alternates may disqualify the bid. If bidding on all items is not required, Bidders should insert the words “no bid” in the space provided for any item on which no price is submitted. D.Substitute bid forms will not be considered unless this solicitation authorizes their submission. 1.3 BID GUARANTEE A.When the sum of the base bid plus all additive bid alternates is $35,000.00 or less, bid security is not required. B.When the sum of the base bid plus all additive alternates is greater than $35,000.00, a bid guarantee in the amount of 5% of the base bid amount is required. Failure of the Bidder to provide bid guarantee when required shall render the bid non-responsive. C.Acceptable forms of bid guarantee are: A bid bond or postal money order, or certified check or cashier’s check made payable to the City of Renton Treasurer. D.The Owner will return bid guarantees (other than bid bond) to unsuccessful Bidders as soon as practicable, but not sooner than the execution of a contract with the successful Bidder. The successful Bidder’s bid guarantee will be returned to the successful Bidder with its official notice to proceed with the work of the contract. E.The Bidder will allow 60 calendar days from bid opening date for acceptance of its bid by the Owner. F.The Bidder will return to the Owner a signed contract, insurance certificate and bond or bond waiver within 15 calendar days after receipt of the contract. If the apparent successful Bidder fails to sign all contractual documents or provide the bond and insurance as required or return the documents within 15 calendar days after receipt of the contract, the Owner may terminate the award of the contract. G.In the event a Bidder discovers an error in its bid following the bid opening, the Bidder may request to withdraw its bid under the following conditions: 1.Written notification is received by the Owner within 24 hours following bid opening. 2.The Bidder provides written documentation of the claimed error to the satisfaction of the Owner within 72 hours following the bid opening. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 3 Kiwanis Park Improvements February 4, 2022 The Owner will approve or disapprove the request for withdrawal of the bid in writing. If the Bidder’s request for withdrawal of its bid is approved, the Bidder will be released from further obligation to the Owner without penalty. If it is disapproved, the Owner may retain the Bidder’s bid guarantee. 1.4 ADDITIVE OR DEDUCTIVE BID ITEMS The low Bidder, for purposes of award, shall be the responsive Bidder offering the low aggregate amount for the base bid item, plus additive or deductive bid alternates selected by the Owner, and within funds available for the project. The Bidder agrees to hold all bid alternate prices for sixty (60) calendar days from date of bid opening. 1.5 ACKNOWLEDGEMENT OF ADDENDA Bidders shall acknowledge receipt of all addenda to this solicitation by identifying the addenda numbers in the space provided for this purpose on the Bid Form. Failure to do so may result in the bid being declared non-responsive. 1.6 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK The Bidder acknowledges that it has taken steps necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to; (1) conditions bearing upon transportation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric power, and road; (3) uncertainties of weather, river stages, tides, or similar physical conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of equipment and facilities needed preliminary to and during the work. The Bidder also acknowledges that it has satisfied itself as to character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including exploratory work done by the Owner, as well as from the drawings and specifications made a part of this contract. Any failure of the Bidder to take the actions described and acknowledged in this paragraph will not relieve the Bidder from responsibility for estimating properly the difficulty and cost of successfully performing the work. 1.7 BID AMOUNTS A.The bid prices shown for each item on the Bid Form shall include all labor, material, equipment, overhead and compensation to complete all of the work for that item. B.The Owner will obtain and pay for Civil Construction permits for this project prior to project Notice to Proceed. Contractor shall obtain and pay for all Building Permits, Electrical, Plumbing, Traffic Control Plan, Environmental Stormwater Discharge, and other regulatory permits as required. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 4 Kiwanis Park Improvements February 4, 2022 C.The Bidder agrees to hold the base bid prices for sixty (60) calendar days from date of bid opening. 1.8 TAXES All bid amounts shall include Washington Sales Tax (WSST) based on the City of Renton rate (currently 10.1%) entered on the appropriate location on the Bid Form. All other taxes imposed by law shall be included in the bid amount. The Owner will include WSST in progress payments. The Contractor shall pay the WSST to the Department of Revenue and shall furnish proof of payment to the Owner if requested. [NOTE: Contractor must bond for contract amount plus the WSST.] 1.9 SUBMISSION OF BIDS A.Bids must be submitted on or before the time specified in the Advertisement for Bids. B.Subcontractor Listing: As the sum of the base bid and additive alternates is anticipated to exceed one million dollars or more, the Bid Form contains the following requirements: 1.Pursuant to RCW 39.30.060, the Bidder shall provide names of the Subcontractors with whom the Bidder will subcontract for performance of heating, ventilation and air conditioning (HVAC), plumbing, and electrical, if any of these trades are used. 2.The Bidder can name itself for the performance of the work. 3.The Bidder shall not list more than one Subcontractor for each category of work identified UNLESS Subcontractors vary with bid alternates, in which case the Bidder must indicate which Subcontractor will be used for which alternate. 4.Failure of the Bidder to submit as part of the bid the NAMES of such Subcontractors or to name itself to perform such work shall render the Bidder's bid nonresponsive and, therefore, void. C.The Bid Form shall be submitted in a sealed envelope addressed to the office specified in the Advertisement for Bids. The envelope shall have printed on the outside: 1.The project number and description. 2.The name and address of the Bidder 3.Identification as Bid Form. D.Prior to the bid opening, the Owner’s representative will designate the official bid clock. Any DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 5 Kiwanis Park Improvements February 4, 2022 part of the Bid Proposal Form, or in the rare situation of a bid modification, not received prior to the times specified, per the designated bid clock, will not be considered and the bid will be returned to the Bidder unopened. E.A bid may be withdrawn in person by a Bidder’s authorized representative before the opening of the bids. Bidder(s) representative will be required to show ID and sign on bid summary sheet before it will be released. F.People with disabilities who wish to request special accommodation, (e.g., sign language interpreters, braille, etc.) need to contact the Owner ten (10) working days prior to the scheduled bid opening. 1.10 BID RESULTS After the Bid Opening, Bidders may obtain bid results from the Owner. 1.11 LOW RESPONSIBLE BIDDER A.Mandatory Responsibility Criteria: Before award of a public works contract, a Bidder must meet the following mandatory responsibility criteria under RCW 39.04.350 (1) to be considered a responsible Bidder and qualified to be awarded a public works project. The Bidder must: 1.At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; 2.Have a current state unified business identifier number; 3.If applicable, have industrial insurance coverage for the Bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; 4.Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); and 5.If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the City of Renton Apprenticeship and Training Council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the bid solicitation. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 6 Kiwanis Park Improvements February 4, 2022 6.Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW. (Before award of a public works contract, a bidder shall submit to the contracting agency a signed statement in accordance with RCW 9A.72.085 verifying under penalty of perjury that the bidder is in compliance with the responsible bidder criteria requirements. A contracting agency may award a contract in reasonable reliance upon such a sworn statement.) B.Supplemental Responsibility Criteria: In addition to the mandatory Bidder responsibility, the Owner has adopted relevant supplemental criteria for determining Bidder responsibility which the Bidder must meet (RCW 39.04.350 (3)). 1.The Owner shall consider an overall accounting of the attached supplemental criteria for determining Bidder responsibility. 2.At least seven (7) days prior to the bid submittal deadline, a potential Bidder may request that the Owner modify the supplemental responsibility criteria. The Owner will evaluate the information submitted by the potential Bidder and respond before the bid submittal deadline. If the evaluation results in a change of the criteria, the Owner will issue an addendum to the bidding documents identifying the new criteria. 3.Upon Owner’s request, the apparent low Bidder must supply the requested responsibility information within two (2) business days of request by Owner. Withholding information or failure to submit all the information requested within the time provided may render the bid non-responsive 4.If the Owner determines that the apparent low Bidder is not responsible, the Owner will notify the Bidder of its preliminary determination in writing. 5.Within three (3) days after receipt of the preliminary determination, the Bidder may withdraw its bid or request a hearing where the Bidder may appeal the preliminary determination and present additional information to the Owner. 6.The Owner will schedule a hearing within three (3) working days of receipt of the Bidder’s request. 7.The Owner will issue a Final Determination after reviewing information presented at the hearing. 8.If the Owner determines a Bidder to be not responsible, the Owner will provide, in writing, the reasons for the determination. If the final determination affirms that the Bidder is not responsible, the Owner will not execute a contract with any other Bidder until two (2) business days after the Bidder determined to be not responsible has received the final determination. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-013 00 21 00 - 7 Kiwanis Park Improvements February 4, 2022 9. The Owner’s Final Determination is specific to this project and will have no effect on other or future projects. 1.12 CONTRACT AWARD A. The Owner will evaluate bid responsiveness and responsibility. 1. A bid will be considered responsive if it meets the following requirements: a. It is received at the proper time and place. b. It meets the stated requirements of the Bid Form. c. It is submitted by a licensed/registered contractor within the state of Washington at the time of bid opening and is not banned from bidding by the Department of Labor and Industries. d. It is accompanied by a bid guarantee, if required. 2. A bid will be considered responsible if it meets the following requirements: a. It meets the mandatory responsibility criteria established in RCW 39.04.350 and an overall accounting of the supplemental responsibility criteria established for the project. B. The Owner reserves the right to accept or reject any or all bids and to waive informalities. C. The apparent low Bidder, for purpose of award, shall be the responsive and responsible Bidder offering the low aggregate amount for the base bid plus selected additive or deductive bid alternates and meeting all other bid submittal requirements. 1.13 DOCUMENTS (ATTACHED) A. Advertisement for Bids B. Bid Proposal Form C. Supplemental Bidder Responsibility Criteria D. General Conditions for Construction E. Bonds - Bid and performance F. Sample contract G. Certification of Compliance with Wage Payment Statutes Note: Payment Bond and Performance Bond are required. These forms will be provided by the Owner. END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 23 00 – Supplementary Instructions Contract No. CAG-22-013 00 23 00 - 1 Kiwanis Park Improvements February 4, 2022 1.1 SUPPLEMENTARY INSTRUCTIONS A.The City’s fair practices and non-discrimination policies, and State Prevailing Wage Rates apply to this project. B.The Notice to Proceed shall be given after the City Council, City Attorney, and Risk Manager approves the Contract, and the Contract is signed by the Mayor. C.Upon Notification of Intent to Award Contract, the following documents must be submitted prior to commencement of the Work and not later than five (5) business days after receipt of Notification of Intent to Award Contract. 1.Standard Form of Agreement 2.Bond To the City of Renton 3.City of Renton Business License 4.Statement of Intent to Pay Prevailing Wages 5.Certificate of Liability Insurance; naming the City of Renton as additionally insured. 6.Project Schedule & Time of Completion 1.2 BIDDER SELECTION CRITERIA A.The City reserves the right to reject any and all bids and waive informalities or irregularities in bids received. END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 42 10 – Bid Submittal Checklist Contract No. CAG-22-013 00 42 10 - 1 Kiwanis Park Improvements February 4, 2022 1.1 FORMS BELOW MUST BE TIMELY SUBMITTED FOR A BID TO BE CONSIDERED RESPONSIVE: 1. BID PROPOSAL FORM, includes CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTE 2. FORM A - PROPOSAL BID BOND 3. FORM B - LIST OF SUBCONTRACTORS, PART ONE (SUBMISSION OF PLUMBING AND ELECTRICAL SUBCONTRACTORS) 4. FORM C – LIST OF SUBCONTRACTORS, PART TWO (SUBMISSION OF STRUCTURAL STEEL SUBCONTRACTORS) 5. FORM D – CONTRACTOR QUALIFICATIONS/EVALUATION 6. FORM E – QUALIFICATIONS OF PROJECT KEY PERSONNEL 7. FORM F – CONTRACT BOND FORM 1.2 Confirm Items Below Are Complete At Time of Bid Submission: 1. Have you included costs for Base Bid, and each of the Alternates as listed on the Bid Form? 2. Do written amounts in the Bid Form agree with amounts shown in figures? 3. Have you certified receipt of addenda? 4. Has the Bid Form been properly signed? 5. Have you completed the Deposit or Contract Bond Form? 6. Has a Bid Bond or certified check been enclosed with your Bid? 7. Is the amount of the Bid Bond at least 5% of the total amount of the Base Bid amount? 8. Are Bid Proposal Form and Form A listed above included in a sealed and properly endorsed envelope? 1.3 Form To Be Completed Within 1 hour of Bid Submission: 1. Form B – List of Subcontractors, Part One (Submission of Plumbing, and Electrical Subcontractors) 1.4 Form To Be Completed Within 48 hours of Bid Submission: 1. Form C – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors) 1.5 Forms To Be Completed By Apparent Low Bidder Within 2 Business Days of Notice by Owner of Apparent Low Bid: 1. Form D - Contractor Qualifications/Evaluation 2. Form E – Qualifications of Key Personnel END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 52 00 – Standard Form of Agreement Contract No. CAG-22-013 00 52 00 - 1 Kiwanis Park Improvements February 4, 2022 STANDARD FORM OF AGREEMENT CITY OF RENTON BETWEEN OWNER AND CONTRACTOR WHERE THE BASIS OF PAYMENT IS A STIPULATED SUM DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 52 00 – Standard Form of Agreement Contract No. CAG-22-013 00 52 00 - 2 Kiwanis Park Improvements February 4, 2022 AGREEMENT CONTRACT NO. [Enter Contract #] THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter Contractor name], hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as prepared by Bruce Dees & Associates, LLC. dated February 4, 2022 if fully set forth herein: the latest Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled [Enter Project name], [Enter Project number], including all changes to the Work and force account work, in accordance with the Contract Documents. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $___________, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 52 00 – Standard Form of Agreement Contract No. CAG-22-013 00 52 00 - 3 Kiwanis Park Improvements February 4, 2022 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR: CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION: [Enter state of incorporation] CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: [Address Line 1] City of Renton [Address Line 2] 1055 South Grady Way [City, State and Zip] Renton, WA 98057 [Enter Phone Number] [Enter Phone Number] [Enter Fax Number or Email Address] [Enter Fax Number or Email Address] Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. [Enter Project Name Line 1] [Enter Project Name Line 2 (if needed)] [Enter Agreement Name] [Enter Date] Contract Template Updated 12/29/2017 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 1 of 54 Kiwanis Park Improvements February 4, 2022 Section Description Page PART 1 – GENERAL PROVISIONS 1.1 Definitions ........................................................................................................................... 3 1.2 Order of Precedence .......................................................................................................... 5 1.3 Execution and Intent ........................................................................................................... 5 PART 2 – INSURANCE AND BONDS 2.1 Contractor’s Liability Insurance ........................................................................................... 6 2.2 Coverage Limits ................................................................................................................. 7 2.3 Insurance Coverage Certificates ........................................................................................ 7 2.4 Payment and Performance Bonds ...................................................................................... 8 2.5 Alternative Surety ............................................................................................................... 8 2.6 Builders Risk ...................................................................................................................... 8 PART 3 – TIME AND SCHEDULE 3.1 Progress and Completion ................................................................................................... 9 3.2 Construction Schedule ....................................................................................................... 9 3.3 Owner’s Right to Suspend the Work for Convenience ........................................................ 10 3.4 Owner’s Right to Stop the Work for Cause ......................................................................... 11 3.5 Delay .................................................................................................................................. 11 3.6 Notice to Owner of Labor Disputes ..................................................................................... 12 3.7 Damages for Failure to Achieve Timely Completion ........................................................... 12 PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS 4.1 Discrepancies and Contract Document Review .................................................................. 13 4.2 Project Record .................................................................................................................... 14 4.3 Shop Drawings ................................................................................................................... 14 4.4 Organization of Specifications ............................................................................................ 15 4.5 Ownership and Use of Drawings, Specifications & other Documents ................................. 16 PART 5 – PERFORMANCE 5.1 Contractor Control and Supervision .................................................................................... 17 5.2 Permits, Fees and Notices .................................................................................................. 18 5.3 Patents and Royalties ......................................................................................................... 18 5.4 Prevailing Wages ................................................................................................................ 18 5.5 Hours of Labor .................................................................................................................... 19 5.6 Nondiscrimination ............................................................................................................... 20 5.7 Safety Precautions ............................................................................................................. 20 5.8 Operations, Material Handling, and Storage Areas............................................................. 23 5.9 Prior Notice of Excavation .................................................................................................. 24 5.10 Unforeseen Physical Conditions ......................................................................................... 24 5.11 Protection of Existing Structures, Equipment, Vegetation, Utilities, & Improvements ......... 24 5.12 Layout of Work ................................................................................................................... 24 5.13 Material and Equipment ...................................................................................................... 25 5.14 Availability and Use of Utility Services ................................................................................ 25 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 2 of 54 Kiwanis Park Improvements February 4, 2022 Section Description Page 5.15 Tests and Inspections ......................................................................................................... 25 5.16 Correction of Nonconforming Work .................................................................................... 26 5.17 Clean Up ............................................................................................................................ 28 5.18 Access to Work ................................................................................................................... 28 5.19 Subcontractors and Suppliers ............................................................................................. 28 5.20 Warranty of Construction .................................................................................................... 30 5.21 Indemnification ................................................................................................................... 30 PART 6 – PAYMENTS AND COMPLETION 6.1 Contract Sum ...................................................................................................................... 31 6.2 Schedule of Values ............................................................................................................. 31 6.3 Application for Payment ...................................................................................................... 31 6.4 Progress Payments ............................................................................................................ 32 6.5 Payments Withheld ............................................................................................................. 33 6.6 Retainage and Bond Claim Rights ...................................................................................... 33 6.7 Substantial Completion ....................................................................................................... 33 6.8 Prior Occupancy ................................................................................................................. 34 6.9 Final Completion, Acceptance, and Payment ..................................................................... 34 PART 7 – CHANGES 7.1 Change in the Work ............................................................................................................ 35 7.2 Change in the Contract Sum .............................................................................................. 36 7.3 Change in the Contract Time .............................................................................................. 43 PART 8 – CLAIMS AND DISPUTE RESOLUTION 8.1 Claims Procedure ............................................................................................................... 45 8.2 Arbitration ........................................................................................................................... 47 8.3 Claims Audits ...................................................................................................................... 48 PART 9 – TERMINATION OF THE WORK 9.1 Termination by Owner for Cause ........................................................................................ 49 9.2 Termination by Owner for Convenience ............................................................................. 50 PART 10 – MISCELLANEOUS PROVISIONS 10.1 Governing Law ................................................................................................................... 51 10.2 Successors and Assigns ..................................................................................................... 51 10.3 Meaning of Words .............................................................................................................. 51 10.4 Rights and Remedies ......................................................................................................... 52 10.5 Contractor Registration ....................................................................................................... 52 10.6 Time Computations............................................................................................................. 52 10.7 Records Retention .............................................................................................................. 52 10.8 Third-Party Agreements ...................................................................................................... 53 10.9 Antitrust Assignments ......................................................................................................... 53 10.10 Headings and Captions ...................................................................................................... 53 10.11 Diverse Business Participation ........................................................................................... 53 10.12 Apprenticeship Participation ............................................................................................... 53 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 3 of 54 Kiwanis Park Improvements February 4, 2022 PART 1 – GENERAL PROVISIONS 1.1 DEFINITIONS A. “Application for Payment” means a written request submitted by Contractor to Owner for payment of Work completed in accordance with the Contract Documents and approved Schedule of Values, supported by such substantiating data as Owner or A/E may require. B. “Architect,” “Engineer,” or “A/E” means a person or entity lawfully entitled to practice architecture or engineering, representing Owner within the limits of its delegated authority. C. “Change Order” means a written instrument signed by Owner and Contractor stating their agreement upon all of the following: (1) a change in the Work; (2) the amount of the adjustment in the Contract Sum, if any, and (3) the extent of the adjustment in the Contract Time, if any. D. “Claim” means Contractor’s exclusive remedy for resolving disputes with Owner regarding the terms of a Change Order or a request for equitable adjustment, as more fully set forth in Part 8. E. “Contract Award Amount” is the sum of the Base Bid and any accepted Alternates. F. “Contract Documents” means the Advertisement for Bids, Instructions for Bidders, completed Bid Form, General Conditions, Modifications to the General Conditions, Supplemental Conditions, Public Works Contract, other Special Forms, Drawings and Specifications, and all addenda and modifications thereof. G. “Contract Sum” is the total amount payable by Owner to Contractor, for performance of the Work in accordance with the Contract Documents, including all taxes imposed by law and properly chargeable to the Work, except Washington State sales tax. H. “Contract Time” is the number of calendar days allotted in the Contract Documents for achieving Substantial Completion of the Work. I. “Contractor” means the person or entity who has agreed with Owner to perform the Work in accordance with the Contract Documents. J.“Day(s): Unless otherwise specified, day(s) shall mean calendar day(s).” K. “Drawings” are the graphic and pictorial portions of the Contract Documents showing the design, location, and dimensions of the Work, and may include plans, elevations, sections, details, schedules, and diagrams. L. “Final Acceptance” means the written acceptance issued to Contractor by Owner afterContractor has completed the requirements of the Contract Documents, as more fully setforth in Section 6.9 B. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 4 of 54 Kiwanis Park Improvements February 4, 2022 M. “Final Completion” means that the Work is fully and finally complete in accordance with the Contract Documents, as more fully set forth in Section 6. 9 A. N. “Force Majeure” means those acts entitling Contractor to request an equitable adjustment in the Contract Time, as more fully set forth in paragraph 3. 5A. O. “Notice” means a written notice which has been delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended or, if delivered or sent by registered or certified mail, to the last business address known to the party giving notice. P. “Notice to Proceed” means a notice from Owner to Contractor that defines the date on which the Contract Time begins. Q. “Owner” means the City of Renton, or its authorized representative with the authority to enter into, administer, and/or terminate the Work in accordance with the Contract Documents and make related determinations and findings. R. “Person” means a corporation, partnership, business association of any kind, trust, company, or individual. S. “Prior Occupancy” means Owner’s use of all or parts of the Project before Substantial Completion, as more fully set forth in Section 6.8 A. T. “Progress Schedule” means a schedule of the Work, in a form satisfactory to Owner, as further set forth in Section 3.2. U. “Project” means the total construction of which the Work performed in accordance with the Contract Documents may be the whole or a part and which may include construction by Owner or by separate contractors. V. “Project Record” means the separate set of Drawings and Specifications as further set forth in paragraph 4.2A. W. “Schedule of Values” means a written breakdown allocating the total Contract Sum to each principal category of Work, in such detail as requested by Owner. X. “Specifications” are that portion of the Contract Documents consisting of the written requirements for materials, equipment, construction systems, standards and workmanship for the Work, and performance of related services. Y. “Subcontract” means a contract entered into by Subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind for or in connection with the Work. Z. “Subcontractor” means any person, other than Contractor, who agrees to furnish or furnishes any supplies, materials, equipment, or services of any kind in connection with the Work. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 5 of 54 Kiwanis Park Improvements February 4, 2022 AA. “Substantial Completion” means that stage in the progress of the Work when the construction is sufficiently complete, as more fully set forth in Section 6.7. AB. “Work” means the construction and services required by the Contract Documents, and includes, but is not limited to, labor, materials, supplies, equipment, services, permits, and the manufacture and fabrication of components, performed, furnished, or provided in accordance with the Contract Documents. 1.2 ORDER OF PRECEDENCE Any conflict or inconsistency in the Contract Documents shall be resolved by giving the documents precedence in the following order: 1. Signed Agreement, including any Change Orders. 2. Supplemental Conditions. 3. Modifications to the General Conditions. 4. General Conditions. 5. Specifications. Provisions in Division 1 shall take precedence over provisions of any other Division. 6. Drawings. In case of conflict within the Drawings, large scale drawings shall take precedence over small scale drawings. 7. Signed and Completed Bid Form. 8. Instructions to Bidders. 9. Advertisement for Bids. 1.3 EXECUTION AND INTENT A. Contractor Representations: Contractor makes the following representations to Owner: B. Contract Sum reasonable: The Contract Sum is reasonable compensation for the Work and the Contract Time is adequate for the performance of the Work, as represented by the Contract Documents; C. Contractor familiar with project: Contractor has carefully reviewed the Contract Documents, visited and examined the Project site, become familiar with the local conditions in which the Work is to be performed, and satisfied itself as to the nature, location, character, quality and quantity of the Work, the labor, materials, equipment, goods, supplies, work, services and other items to be furnished and all other requirements of the Contract Documents, as well as the surface and subsurface conditions and other matters that may be encountered at the Project site or affect performance of the Work or the cost or difficulty thereof; D. Contractor financially capable: Contractor is financially solvent, able to pay its debts as they mature, and possesses sufficient working capital to complete the Work and perform Contractor’s obligations required by the Contract Documents; and DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 6 of 54 Kiwanis Park Improvements February 4, 2022 E. Contractor can complete Work: Contractor is able to furnish the plant, tools, materials, supplies, equipment and labor required to complete the Work and perform the obligations required by the Contract Documents and has sufficient experience and competence to do so. PART 2 – INSURANCE AND BONDS 2.1 CONTRACTOR’S LIABILITY INSURANCE A. General insurance requirements: Prior to commencement of the Work, Contractor shall obtain all the insurance required by the Contract Documents and provide evidence satisfactory to Owner that such insurance has been procured. Review of the Contractor’s insurance by Owner shall not relieve or decrease the liability of Contractor. Companies writing the insurance to be obtained by this part shall be licensed to do business under Chapter 48 RCW or comply with the Surplus Lines Law of the City of Renton. Contractor shall include in its bid the cost of all insurance and bond costs required to complete the base bid work and accepted alternates. Insurance carriers providing insurance in accordance with the Contract Documents shall be acceptable to Owner. B. Term of insurance coverage: Contractor shall maintain the following insurance coverage during the Work and for one year after Final Acceptance, with the exception of Professional Liability insurance, when required, which shall be maintained for a minimum of three years. Contractor shall also maintain the following insurance coverage during the performance of any corrective Work required by Section 5.16. 1. Commercial General Liability Insurance: Commercial General Liability (CGL) on an Occurrence Form. Coverage shall include, but not be limited to: a. Completed operations/products liability; b. Explosion, collapse, and underground, when applicable to the work being performed; and c. Stop loss coverage applicable to the State of Washington. 2. Commercial Automobile Liability Insurance: Required if a commercial vehicle will be used in performance of work or delivery of products by the contractor, beyond normal commutes. 3. Professional Liability: Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the Owner and if those professional services are excluded from the CGL policy. Coverage may be on a Claims Made basis, if coverage is maintain at least 3-years beyond the conclusion of work. 4. Excess Liability or Umbrella: Required if needed to reach minimum CGL or auto liability coverage limits. 5. Builders Risk – When applicable to the work being performed, is required up to the amount of the completed value of a new building or major construction project, with no coinsurance provisions. See section 2.6. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 7 of 54 Kiwanis Park Improvements February 4, 2022 6.Pollution Liability – Required if work involves a pollution risk to the environment. Coverage may be included in other required policies. C.Industrial Insurance compliance (Workers’ Compensation): Contractor shall comply with the Washington State Industrial Insurance Act and, if applicable, the Federal Longshoremen’s and Harbor Workers’ Act and the Jones Act. D.Insurance to protect for the following: All insurance coverages shall protect against claims for damages for personal and bodily injury or death, as well as claims for property damage, which may arise from operations in connection with the Work whether such operations are by Contractor or any Subcontractor. E.Owner as Additional Insured: Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy (only applies to Commercial General, Auto Liability, Excess/Umbrella, when applicable). F.Insurance certificate requirements and minimum limits may be waived or modified by the Risk Manager or with Risk Manager approval. 2.2 COVERAGE LIMITS Insurance amounts: The minimum coverage limits shall be as follows for applicable required insurance: A.Limits of General Liability shall not be less than $1,000,000 per each Occurrence; including Personal Injury and Advertising Liability for Each Occurrence and $2,000,000 Annual Aggregate B.$1,000,000 Combined Single Limit for Automobile Bodily Injury and Property Damage Liability, Each Accident or Loss. C.$1,000,000 for Professional Liability. D.$1,000,000 for Pollution Liability. E.The Owner does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. 2.3 INSURANCE COVERAGE CERTIFICATES A.Certificate required: Prior to commencement of the Work, Contractor shall furnish to Owner a completed and acceptable certificate of insurance coverage showing all required insurance coverage. B.List Project info: All insurance certificates shall name Owner as the certificate holder. The certificate holder should read: City of Renton ATTN: Kelsey Urban 1055 South Grady Way Renton, WA 98057 C.Cancellation provisions: The Owner shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 8 of 54 Kiwanis Park Improvements February 4, 2022 2.4 PAYMENT AND PERFORMANCE BONDS Conditions for bonds: Payment and performance bonds for 100% of the Contract Award Amount, plus state sales tax, shall be furnished for the Work, using the City of Renton Contract Bond Form provided. Prior to execution of a Change Order that, cumulatively with previous Change Orders, increases the Contract Award Amount by 15% or more, the Contractor shall provide either new payment and performance bonds for the revised Contract Sum, or riders to the existing payment and performance bonds increasing the amount of the bonds. The Contractor shall likewise provide additional bonds or riders when subsequent Change Orders increase the Contract Sum by 15% or more. No payment or performance bond is required if the Contract Sum is $35,000 or less and Contractor agrees that Owner may, in lieu of the bond, retain 50% of the Contract Sum for the period allowed by RCW 39.08.010. 2.5 ALTERNATIVE SURETY When alternative surety required: Contractor shall promptly furnish payment and performance bonds from an alternative surety as required to protect Owner and persons supplying labor or materials required by the Contract Documents if: A.Owner has a reasonable objection to the surety; or B.Any surety fails to furnish reports on its financial condition if required by Owner. 2.6 BUILDER’S RISK A.Contractor to buy Builders Risk Insurance: When the project involves substantial new building construction, as determined by the Owner, Contractor shall purchase and maintain Builders Risk insurance in the amount of the Contract Sum including all Change Orders for the Work on a replacement cost basis until Substantial Completion. For projects not involving New Building Construction, “Installation Floater” is an acceptable substitute for the Builder’s Risk Insurance. The insurance shall cover the interest of Owner, Contractor, and any Subcontractors, as their interests may appear. B.Losses covered: Contractor property insurance shall be placed on an “all risk” basis and insure against the perils of fire and extended coverage and physical loss or damage including theft, vandalism, malicious mischief, collapse, false work, temporary buildings, debris removal including demolition occasioned by enforcement of any applicable legal requirements and shall cover reasonable compensation for A/E’s services and expenses required as a result of an insured loss. C.Waiver of subrogation rights: Owner and Contractor waive all subrogation rights against each other, any Subcontractors, A/E, A/E’s sub-consultants, separate contractors described in Section 5.20, if any, and any of their subcontractors, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this section or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by Owner as fiduciary. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 9 of 54 Kiwanis Park Improvements February 4, 2022 indirectly, and whether or not the person or entity had an insurable interest in the property damaged. PART 3 – TIME AND SCHEDULE 3.1 PROGRESS AND COMPLETION Contractor to meet schedule: Contractor shall diligently prosecute the Work, with adequate forces, achieve Substantial Completion within the Contract Time, and achieve Final Completion within thirty (30) calendar days thereafter. 3.2 CONSTRUCTION SCHEDULE A.Preliminary Progress Schedule: Unless otherwise provided in Division 1, Contractor shall, within 14 Days after issuance of the Notice to Proceed, submit a preliminary Progress Schedule. The Progress Schedule shall show the sequence in which Contractor proposes to perform the Work, and the dates on which Contractor plans to start and finish major portions of the Work, including dates for shop drawings and other submittals, and for acquiring materials and equipment. 1.The Schedule Duration shall be based on the Contract Time of Completion listed on the Bid Form. The Owner shall not be obligated to accept any Early Completion Schedule suggested by the Contractor. The Contract Time for Completion shall establish the Schedule Completion Date. 2.If the Contractor feels that the work can be completed in less than the Specified Contract Time, then the Surplus Time shall be considered Project Float. This Float time shall be shown on the Project Schedule. It shall be available to accommodate changes in the work and unforeseen conditions. Neither the Contractor nor the Owner have exclusive right to this Float Time. It belongs to the project. B.Form of Progress Schedule: Unless otherwise provided in Division 1, the Progress Schedule shall be in the form of a bar chart, or a critical path method analysis, as specified by Owner. The preliminary Progress Schedule may be general, showing the major portions of the Work, with a more detailed Progress Schedule submitted as directed by Owner. C.Owner comments on Progress Schedule: Owner shall return comments on the preliminary Progress Schedule to Contractor within 14 Days of receipt. Review by Owner of Contractor’s schedule does not constitute an approval or acceptance of Contractor’s construction means, methods, or sequencing, or its ability to complete the Work within the Contract Time. Contractor shall revise and resubmit its schedule, as necessary. Owner may withhold a portion of progress payments until a Progress Schedule has been submitted which meets the requirements of this section. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 10 of 54 Kiwanis Park Improvements February 4, 2022 D.Monthly updates and compliance with Progress Schedule: Contractor shall utilize and comply with the Progress Schedule. On a monthly basis, or as otherwise directed by Owner, Contractor shall submit an updated Progress Schedule at its own expense to Owner indicating actual progress. If, in the opinion of Owner, Contractor is not in conformance with the Progress Schedule for reasons other than acts of Force Majeure as identified in Section 3.05, Contractor shall take such steps as are necessary to bring the actual completion dates of its work activities into conformance with the Progress Schedule, and if directed by Owner, Contractor shall submit a corrective action plan or revise the Progress Schedule to reconcile with the actual progress of the Work. E.Contractor to notify Owner of delays: Contractor shall promptly notify Owner in writing of any actual or anticipated event which is delaying or could delay achievement of any milestone or performance of any critical path activity of the Work. Contractor shall indicate the expected duration of the delay, the anticipated effect of the delay on the Progress Schedule, and the action being or to be taken to correct the problem. Provision of such notice does not relieve Contractor of its obligation to complete the Work within the Contract Time. 3.3 OWNER’S RIGHT TO SUSPEND THE WORK FOR CONVENIENCE A.Owner may suspend Work: Owner may, at its sole discretion, order Contractor, in writing, to suspend all or any part of the Work for up to 90 Days, or for such longer period as mutually agreed. B.Compliance with suspension; Owner’s options: Upon receipt of a written notice suspending the Work, Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of cost of performance directly attributable to such suspension. Within a period up to 90 Days after the notice is delivered to Contractor, or within any extension of that period to which the parties shall have agreed, Owner shall either: 1.Cancel the written notice suspending the Work; or 2.Terminate the Work covered by the notice as provided in the termination provisions of Part 9. C.Resumption of Work: If a written notice suspending the Work is cancelled or the period of the notice or any extension thereof expires, Contractor shall resume Work. D.Equitable Adjustment for suspensions: Contractor shall be entitled to an equitable adjustment in the Contract Time, or Contract Sum, or both, for increases in the time or cost of performance directly attributable to such suspension, provided Contractor complies with all requirements set forth in Part 7. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 11 of 54 Kiwanis Park Improvements February 4, 2022 3.4 OWNER’S RIGHT TO STOP THE WORK FOR CAUSE A.Owner may stop Work for Contractor’s failure to perform: If Contractor fails or refuses to perform its obligations in accordance with the Contract Documents, Owner may order Contractor, in writing, to stop the Work, or any portion thereof, until satisfactory corrective action has been taken. B. No Equitable Adjustment for Contractor’s failure to perform: Contractor shall not be entitled to an equitable adjustment in the Contract Time or Contract Sum for any increased cost or time of performance attributable to Contractor’s failure or refusal to perform or from any reasonable remedial action taken by Owner based upon such failure. 3.5 DELAY A.Force Majeure actions not a default; Force Majeure defined: Any delay in or failure of performance by Owner or Contractor, other than the payment of money, shall not constitute a default hereunder if and to the extent the cause for such delay or failure of performance was unforeseeable and beyond the control of the party (“Force Majeure”). Acts of Force Majeure include, but are not limited to: 1.Acts of God or the public enemy; 2.Acts or omissions of any government entity; 3.Fire or other casualty for which Contractor is not responsible; 4.Quarantine or epidemic; 5.Strike or defensive lockout; 6.Unusually severe weather conditions which could not have been reasonably anticipated; and 7.Unusual delay in receipt of supplies or products which were ordered and expedited and for which no substitute reasonably acceptable to Owner was available. B.Contract Time adjustment for Force Majeure: Contractor shall be entitled to an equitable adjustment in the Contract Time for changes in the time of performance directly attributable to an act of Force Majeure, provided it makes a request for equitable adjustment according to Section 7.03. Contractor shall not be entitled to an adjustment in the Contract Sum resulting from an act of Force Majeure. C.Contract Time or Contract Sum adjustment if Owner at fault: Contractor shall be entitled to an equitable adjustment in Contract Time and may be entitled to an equitable adjustment in Contract Sum, if the cost or time of Contractor’s performance is changed due to the fault or negligence of Owner, provided the Contractor makes a request according to Sections 7.02 and 7.03. D.No Contract Time or Contract Sum adjustment if Contractor at fault: Contractor shall not be entitled to an adjustment in Contract Time or in the Contract Sum for any delay or failure of DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 12 of 54 Kiwanis Park Improvements February 4, 2022 performance to the extent such delay or failure was caused by Contractor or anyone for whose acts Contractor is responsible. E.Contract Time adjustment only for concurrent fault: To the extent any delay or failure of performance was concurrently caused by the Owner and Contractor, Contractor shall be entitled to an adjustment in the Contract Time for that portion of the delay or failure of performance that was concurrently caused, provided it makes a request for equitable adjustment according to Section 7.03 but shall not be entitled to an adjustment in Contract Sum. F.Contractor to mitigate delay impacts: Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay, whether occasioned by an act of Force Majeure or otherwise. 3.6 NOTICE TO OWNER OF LABOR DISPUTES A.Contractor to notify Owner of labor disputes: If Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay timely performance in accordance with the Contract Documents, Contractor shall immediately give notice, including all relevant information, to Owner. B.Pass through notification provisions to Subcontractors: Contractor agrees to insert a provision in its Subcontracts and to require insertion in all sub-subcontracts, that in the event timely performance of any such contract is delayed or threatened by delay by any actual or potential labor dispute, the Subcontractor or Sub-subcontractor shall immediately notify the next higher tier Subcontractor or Contractor, as the case may be, of all relevant information concerning the dispute. 3.7 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION A.Liquidated Damages 1.Reason for Liquidated Damages: Timely performance and completion of the Work is essential to Owner and time limits stated in the Contract Documents are of the essence. Owner will incur serious and substantial damages if Substantial Completion of the Work does not occur within the Contract Time. However, it would be difficult if not impossible to determine the exact amount of such damages. Consequently, provisions for liquidated damages are included in the Contract Documents. 2.Calculation of Liquidated Damages amount: The liquidated damage amounts set forth in the Contract Documents will be assessed not as a penalty, but as liquidated damages for breach of the Contract Documents. This amount is fixed and agreed upon by and between the Contractor and Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain. This amount shall be construed as the actual amount of DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 13 of 54 Kiwanis Park Improvements February 4, 2022 damages sustained by the Owner, and may be retained by the Owner and deducted from periodic payments to the Contractor. 3.Contractor responsible even if Liquidated Damages assessed: Assessment of liquidated damages shall not release Contractor from any further obligations or liabilities pursuant to the Contract Documents. B.Actual Damages Calculation of Actual Damages: Actual damages will be assessed for failure to achieve Final Completion within the time provided. Actual damages will be calculated on the basis of direct architectural, administrative, and other related costs attributable to the Project from the date when Final Completion should have been achieved, based on the date Substantial Completion is actually achieved, to the date Final Completion is actually achieved. Owner may offset these costs against any payment due Contractor. PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS 4.1 DISCREPANCIES AND CONTRACT DOCUMENT REVIEW A.Specifications and Drawings are basis of the Work: The intent of the Specifications and Drawings is to describe a complete Project to be constructed in accordance with the Contract Documents. Contractor shall furnish all labor, materials, equipment, tools, transportation, permits, and supplies, and perform the Work required in accordance with the Drawings, Specifications, and other provisions of the Contract Documents. B.Parts of the Contract Documents are complementary: The Contract Documents are complementary. What is required by one part of the Contract Documents shall be binding as if required by all. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications, shall be of like effect as if shown or mentioned in both. C.Contractor to report discrepancies in Contract Documents: Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by Owner. If, during the performance of the Work, Contractor finds a conflict, error, inconsistency, or omission in the Contract Documents, it shall promptly and before proceeding with the Work affected thereby, report such conflict, error, inconsistency, or omission to Owner in writing. D.Contractor knowledge of discrepancy in documents – responsibility: Contractor shall do no Work without applicable Drawings, Specifications, or written modifications, or Shop Drawings where required, unless instructed to do so in writing by Owner. If Contractor performs any construction activity, and it knows or reasonably should have known that any of the Contract Documents contain a conflict, error, inconsistency, or omission, Contractor DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 14 of 54 Kiwanis Park Improvements February 4, 2022 shall be responsible for the performance and shall bear the cost for its correction. E.Contractor to perform Work implied by Contract Documents: Contractor shall provide any work or materials the provision of which is clearly implied and is within the scope of the Contract Documents even if the Contract Documents do not mention them specifically. F.Interpretation questions referred to Owner: Questions regarding interpretation of the requirements of the Contract Documents shall be referred to the Owner. 4.2 PROJECT RECORD A.Contractor to maintain Project Record Drawings and Specifications: Contractor shall legibly mark in ink on a separate set of the Drawings and Specifications all actual construction, including horizontal and vertical locations of sub-structural materials referenced to permanent visible and accessible surface improvements, field changes of dimensions and details, actual suppliers, manufacturers and trade names, models of installed equipment, and Change Order Proposals (COP). This separate set of Drawings and Specifications shall be the “Project Record.” B.Update Project Record weekly and keep on site: The Project Record shall be maintained on the project site throughout the construction and shall be clearly labeled “PROJECT RECORD.” The Project Record shall be updated at least weekly noting all changes and shall be available to Owner at all times. C.Final Project Record to Owner before Final Acceptance: Contractor shall submit the completed and finalized Project Record to Owner prior to Final Acceptance 4.3 SHOP DRAWINGS A.Definition of Shop Drawings: “Shop Drawings” means documents and other information required to be submitted to Owner by Contractor pursuant to the Contract Documents, showing in detail: the proposed fabrication and assembly of structural elements; and the installation (i.e. form, fit, and attachment details) of materials and equipment. Shop Drawings include, but are not limited to, drawings, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data, samples, and similar materials furnished by Contractor to explain in detail specific portions of the Work required by the Contract Documents. For materials and equipment to be incorporated into the Work, Contractor submittal shall include the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the item. When directed, Contractor shall submit all samples at its own expense. Owner may duplicate, use, and disclose Shop Drawings provided in accordance with the Contract Documents. B.Approval of Shop Drawings by Contractor and A/E: Contractor shall coordinate all Shop Drawings, and review them for accuracy, completeness, and compliance with the Contract DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 15 of 54 Kiwanis Park Improvements February 4, 2022 Documents and shall indicate its approval thereon as evidence of such coordination and review. Where required by law, Shop Drawings shall be stamped by an appropriate professional licensed by the City of Renton. Shop Drawings submitted to A/E without evidence of Contractor’s approval shall be returned for resubmission. Contractor shall review, approve, and submit Shop Drawings with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of Owner or separate contractors. Contractor’s submittal schedule shall allow a reasonable time for A/E review. A/E will review, approve, or take other appropriate action on the Shop Drawings. Contractor shall perform no portion of the Work requiring submittal and review of Shop Drawings until the respective submittal has been reviewed and the A/E has approved or taken other appropriate action. A/E shall respond to Shop Drawing submittals with reasonable promptness. Any Work by Contractor shall be in accordance with reviewed Shop Drawings. Submittals made by Contractor which are not required by the Contract Documents may be returned without action. C.Contractor not relieved of responsibility when Shop Drawings approved: Approval, or other appropriate action with regard to Shop Drawings, A/E shall not relieve Contractor of responsibility for any errors or omissions in such Shop Drawings, nor from responsibility for compliance with the requirements of the Contract Documents. Unless specified in the Contract Documents, review by A/E shall not constitute an approval of the safety precautions employed by Contractor during construction or constitute an approval of Contractor’s means or methods of construction. If Contractor fails to obtain approval before installation and the item or work is subsequently rejected, Contractor shall be responsible for all costs of correction. D.Variations between Shop Drawings and Contract Documents: If Shop Drawings show variations from the requirements of the Contract Documents, Contractor shall describe such variations in writing, separate from the Shop Drawings, at the time it submits the Shop Drawings containing such variations. If A/E approves any such variation, an appropriate Change Order will be issued. If the variation is minor and does not involve an adjustment in the Contract Sum or Contract Time, a Change Order need not be issued; however, the modification shall be recorded upon the Project Record. E.Contractor to submit electronic files of Shop Drawings: Unless otherwise provided in Division 1, Contractor shall submit to Owner for approval electronic files of all Shop Drawings. Unless otherwise indicated, a reviewed electronic file shall be returned to Contractor. 4.4 ORGANIZATION OF SPECIFICATIONS Specification organization by trade: Specifications are prepared in sections which conform generally to trade practices. These sections are for Owner and Contractor convenience and shall not control Contractor in dividing the Work among the Subcontractors or in establishing the extent of the Work to be performed by any trade. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 16 of 54 Kiwanis Park Improvements February 4, 2022 4.5 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS A.The City/Owner not Contractor, owns Copyright of Drawings and Specifications: The Drawings, Specifications, and other documents prepared by A/E are instruments of A/E’s contracted service to the City through which the Work to be executed by Contractor is described. Neither Contractor nor any Subcontractor shall own or claim a copyright in the Drawings, Specifications, and other documents prepared by A/E, and A/E shall be deemed the author of them and will, along with any rights of Owner, retain all common law, statutory, and other reserved rights, in addition to the copyright. All copies of these documents, except Contractor’s set, shall be returned or suitably accounted for to A/E, on request, upon completion of the Work. B.Drawings and Specifications to be used only for this Project: The Drawings, Specifications, and other documents prepared by the A/E, and copies thereof furnished to Contractor, are for use solely with respect to this Project. They are not to be used by Contractor or any Subcontractor on other projects or for additions to this Project outside the scope of the Work without the specific written consent of Owner and A/E. Contractor and Subcontractors are granted a limited license to use and reproduce applicable portions of the Drawings, Specifications, and other documents prepared by A/E appropriate to and for use in the execution of their Work. C.Shop Drawing license granted to Owner: Contractor and all Subcontractors grant a non- exclusive license to Owner, without additional cost or royalty, to use for its own purposes (including reproduction) all Shop Drawings, together with the information and diagrams contained therein, prepared by Contractor or any Subcontractor. In providing Shop Drawings, Contractor and all Subcontractors warrant that they have authority to grant to Owner a license to use the Shop Drawings, and that such license is not in violation of any copyright or other intellectual property right. Contractor agrees to defend and indemnify Owner pursuant to the indemnity provisions in Section 5.3 and 5.22 from any violations of copyright or other intellectual property rights arising out of Owner’s use of the Shop Drawings hereunder, or to secure for Owner, at Contractor’s own cost, licenses in conformity with this section. D.Shop Drawings to be used only for this Project: The Shop Drawings and other submittals prepared by Contractor, Subcontractors of any tier, or its or their equipment or material suppliers, and copies thereof furnished to Contractor, are for use solely with respect to this Project. They are not to be used by Contractor or any Subcontractor of any tier, or material or equipment supplier, on other projects or for additions to this Project outside the scope of the Work without the specific written consent of Owner. The Contractor, Subcontractors of any tier, and material or equipment suppliers are granted a limited license to use and reproduce applicable portions of the Shop Drawings and other submittals appropriate to and for use in the execution of their Work under the Contract Documents. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 17 of 54 Kiwanis Park Improvements February 4, 2022 PART 5 – PERFORMANCE 5.1 CONTRACTOR CONTROL AND SUPERVISION A.Contractor responsible for Means and Methods of construction: Contractor shall supervise and direct the Work, using its best skill and attention, and shall perform the Work in a skillful manner. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, unless the Contract Documents give other specific instructions concerning these matters. Contractor shall disclose its means and methods of construction when requested by Owner. B.Competent Superintendent required: Performance of the Work shall be directly supervised by a competent superintendent who has authority to act for Contractor. The superintendent must be satisfactory to the Owner and shall not be changed without the prior written consent of Owner. Owner may require Contractor to remove the superintendent from the Work or Project site, if Owner reasonably deems the superintendent incompetent, careless, or otherwise objectionable, provided Owner has first notified Contractor in writing and allowed a reasonable period for transition. C.Contractor responsible for acts and omissions of self and agents: Contractor shall be responsible to Owner for acts and omissions of Contractor, Subcontractors, and their employees and agents. D.Contractor to employ competent and disciplined workforce: Contractor shall enforce strict discipline and good order among all of the Contractor’s employees and other persons performing the Work. Contractor shall not permit employment of persons not skilled in tasks assigned to them. Contractor’s employees shall at all times conduct business in a manner which assures fair, equal, and nondiscriminatory treatment of all persons. Owner may, by written notice, request Contractor to remove from the Work or Project site any employee Owner reasonably deems incompetent, careless, or otherwise objectionable. E.Contractor to keep project documents on site: Contractor shall keep on the Project site a copy of the Drawings, Specifications, addenda, reviewed Shop Drawings, and permits and permit drawings. F.Contractor to comply with ethical standards: Contractor shall ensure that its owner(s) and employees, and those of its Subcontractors, comply with the Ethics in Public Service Act RCW 42.52, which, among other things, prohibits state employees from having an economic interest in any public works contract that was made by, or supervised by, that employee. Contractor shall remove, at its sole cost and expense, any of its, or its Subcontractors’ employees, if they are in violation of this act. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 18 of 54 Kiwanis Park Improvements February 4, 2022 5.2 PERMITS, FEES, AND NOTICES A. Permits: Owner will obtain and pay for the Land Use Permit and Civil Construction Permit. All other permits and fees required to execute the work shall be obtained and paid for by the Contractor. Prior to Final Acceptance, the approved, signed permits shall be delivered to Owner. B. Contractor to comply with all applicable laws: Contractor shall comply with and give notices required by all federal, state, and local laws, ordinances, rules, regulations, and lawful orders of public authorities applicable to performance of the Work. 5.3 PATENTS AND ROYALTIES Payment, indemnification, and notice: Contractor is responsible for, and shall pay, all royalties and license fees. Contractor shall defend, indemnify, and hold Owner harmless from any costs, expenses, and liabilities arising out of the infringement by Contractor of any patent, copyright, or other intellectual property right used in the Work; however, provided that Contractor gives prompt notice, Contractor shall not be responsible for such defense or indemnity when a particular design, process, or product of a particular manufacturer or manufacturers is required by the Contract Documents. If Contractor has reason to believe that use of the required design, process, or product constitutes an infringement of a patent or copyright, it shall promptly notify Owner of such potential infringement 5.4 PREVAILING WAGES A. Contractor to pay Prevailing Wages: Contractor shall pay the prevailing rate of wages to all workers, laborers, or mechanics employed in the performance of any part of the Work in accordance with RCW 39.12 and the rules and regulations of the Washington Department of Labor and Industries or the federal Davis-Bacon Act Prevailing Wage Rates, as amended (40 U.S.C. 3141 – 3148); whichever is the greater. The schedule of prevailing wage rates for the locality or localities of the Work, is determined by the Industrial Statistician of the Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this public works project, which is in King County, may be found at the following website address of the Department of Labor and Industries: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates. Based upon the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is February 9, 2022. B. Statement of Intent to Pay Prevailing Wages: Before payment is made by the Owner to the Contractor for any work performed by the Contractor and subcontractors whose work is included in the application for payment, the Contractor shall submit, or shall have previously submitted to the Owner for the Project, a Statement of Intent to Pay Prevailing Wages, approved by the Department of Labor and Industries, certifying the rate of hourly wage paid and to be paid each classification of laborers, workers, or mechanics employed upon the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 19 of 54 Kiwanis Park Improvements February 4, 2022 Work by Contractor and Subcontractors. Such rates of hourly wage shall not be less than the prevailing wage rate. C. Affidavit of Wages Paid: Prior to release of retainage, the Contractor shall submit to the Owner an Affidavit of Wages Paid, approved by the Department of Labor and Industries, for the Contractor and every subcontractor, of any tier, that performed work on the Project. D. Disputes: Disputes regarding prevailing wage rates shall be referred for arbitration to the Director of the Department of Labor and Industries. The arbitration decision shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060. E. Statement with pay application; Post Statements of Intent at job site: Each Application for Payment submitted by Contractor shall state that prevailing wages have been paid in accordance with the pre-filed statement(s) of intent, as approved. Copies of the approved intent statement(s) shall be posted on the job site with the address and telephone number of the Industrial Statistician of the Department of Labor and Industries where a complaint or inquiry concerning prevailing wages may be made. F. Contractor to pay for Statements of Intent and Affidavits: In compliance with chapter 296- 127 WAC, Contractor shall pay to the Department of Labor and Industries the currently established fee(s) for each statement of intent and/or affidavit of wages paid submitted to the Department of Labor and Industries for certification. G. Certified Payrolls: Consistent with WAC 296-127-320, the Contractor and any subcontractor shall submit a certified copy of payroll records if requested. 5.5 HOURS OF LABOR A. Overtime: Contractor shall comply with all applicable provisions of RCW 49.28 and they are incorporated herein by reference. Pursuant to that statute, no laborer, worker, or mechanic employed by Contractor, any Subcontractor, or any other person performing or contracting to do the whole or any part of the Work, shall be permitted or required to work more than eight hours in any one calendar day, provided, that in cases of extraordinary emergency, such as danger to life or property, the hours of work may be extended, but in such cases the rate of pay for time employed in excess of eight hours of each calendar day shall be not less than one and one-half times the rate allowed for this same amount of time during eight hours of service. B. 4-10 Agreements: Notwithstanding the preceding paragraph, RCW 49.28 permits a contractor or subcontractor in any public works contract subject to those provisions, to enter into an agreement with its employees in which the employees work up to ten hours in a calendar day. No such agreement may provide that the employees work ten-hour days for more than four calendar days a week. Any such agreement is subject to approval by the employees. The overtime provisions of RCW 49.28 shall not apply to the hours, up to forty hours per week, worked pursuant to any such agreement. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 20 of 54 Kiwanis Park Improvements February 4, 2022 5.6 NONDISCRIMINATION A.Discrimination prohibited by applicable laws: The Contractor and all Subcontractors shall comply with all applicable federal and state non-discrimination laws, regulations, and policies and the City of Renton Summary of Fair Practices Policy Adopted by Resolution 4085. No person shall, on the grounds of age, race, creed, color, sex, sexual orientation, religion, national origin, marital status, honorably discharged veteran or military status, or disability (physical, mental, or sensory) be denied the benefits of, or otherwise be subjected to discrimination under any project, program, or activity, funded, in whole or in part, under this Agreement. B.During performance of the Work: 1.Protected Classes: Contractor shall not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, age, marital status, or the presence of any physical, sensory, or mental disability, Vietnam era veteran status, or disabled veteran status, nor commit any other unfair practices as defined in RCW 49.60. 2.Advertisements to state nondiscrimination: Contractor shall, in all solicitations or advertisements for employees placed by or for it, state that all qualified applicants will be considered for employment, without regard to race, creed, color, national origin, sex, age, marital status, or the presence of any physical, sensory, or mental disability. 3.Contractor to notify unions and others of nondiscrimination: Contractor shall send to each labor union, employment agency, or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice advising the labor union, employment agency, or workers’ representative of Contractor’s obligations according to the Contract Documents and RCW 49.60. 4.Owner and State access to Contractor records: Contractor shall permit access to its books, records, and accounts, and to its premises by Owner, and by the Washington State Human Rights Commission, for the purpose of investigation to ascertain compliance with this section of the Contract Documents. 5.Pass through provisions to Subcontractors: Contractor shall include the provisions of this section in every Subcontract. 5.7 SAFETY PRECAUTIONS A.In performing this contract, the Contractor shall provide for protecting the lives and health of employees and other persons; preventing damage to property, materials, supplies, and equipment; and avoid work interruptions. For these purposes, the Contractor shall: 1.Follow Washington Industrial Safety and Health Act (WISHA) regional directives and provide a site-specific safety program that will require an accident prevention and hazard analysis plan for the contractor and each subcontractor on the work site. The DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 21 of 54 Kiwanis Park Improvements February 4, 2022 Contractor shall submit a site-specific safety plan to the Owner’s representative prior to the initial scheduled construction meeting. 2. Provide adequate safety devices and measures including, but not limited to, the appropriate safety literature, notice, training, permits, placement and use of barricades, signs, signal lights, ladders, scaffolding, staging, runways, hoist, construction elevators, shoring, temporary lighting, grounded outlets, wiring, hazardous materials, vehicles, construction processes, and equipment required by all applicable state, federal, and local laws and regulations. 3. Comply with the State Environmental Policy Act (SEPA), Clean Air Act, Shoreline Management Act, and other applicable federal, state, and local statutes and regulations dealing with the prevention of environmental pollution and the preservation of public natural resources. 4. Post all permits, notices, and/or approvals in a conspicuous location at the construction site. B. Provide any additional measures that the Owner determines to be reasonable and necessary for ensuring a safe environment in areas open to the public. Nothing in this part shall be construed as imposing a duty upon the Owner or A/E to prescribe safety conditions relating to employees, public, or agents of the Contractors. C. Contractor safety responsibilities: In carrying out its responsibilities according to the Contract Documents, Contractor shall protect the lives and health of employees performing the Work and other persons who may be affected by the Work; prevent damage to materials, supplies, and equipment whether on site or stored off-site; and prevent damage to other property at the site or adjacent thereto. Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; shall erect and maintain all necessary safeguards for such safety and protection; and shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. D. Contractor to maintain safety records: Contractor shall maintain an accurate record of exposure data on all incidents relating to the Work resulting in death, traumatic injury, occupational disease, or damage to property, materials, supplies, or equipment. Contractor shall immediately report any such incident to Owner. Owner shall, at all times, have a right of access to all records of exposure. E. Contractor to provide HazMat training: Contractor shall provide all persons working on the Project site with information and training on hazardous chemicals in their work at the time of their initial assignment, and whenever a new hazard is introduced into their work area. 1. Information. At a minimum, Contractor shall inform persons working on the Project site of: a. WAC: The requirements of chapter 296-62 WAC, General Occupational Health Standards; b. Presence of hazardous chemicals: Any operations in their work area where DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 22 of 54 Kiwanis Park Improvements February 4, 2022 hazardous chemicals are present; and c.Hazard communications program: The location and availability of written hazard communication programs, including the required list(s) of hazardous chemicals and material safety data sheets required by chapter 296-62 WAC. 2.Training. At a minimum, Contractor shall provide training for persons working on the Project site which includes: a.Detecting hazardous chemicals: Methods and observations that may be used to detect the presence or release of a hazardous chemical in the work area (such as monitoring conducted by the employer, continuous monitoring devices, visual appearance or odor of hazardous chemicals when being released, etc.); b.Hazards of chemicals: The physical and health hazards of the chemicals in the work area; c.Protection from hazards: The measures such persons can take to protect themselves from these hazards, including specific procedures Contractor, or its Subcontractors, or others have implemented to protect those on the Project site from exposure to hazardous chemicals, such as appropriate work practices, emergency procedures, and personal protective equipment to be used; and d.Hazard communications program: The details of the hazard communications program developed by Contractor, or its Subcontractors, including an explanation of the labeling system and the material safety data sheet, and how employees can obtain and use the appropriate hazard information. F.Hazardous, toxic or harmful substances: Contractor’s responsibility for hazardous, toxic, or harmful substances shall include the following duties: 1.Illegal use of dangerous substances: Contractor shall not keep, use, dispose, transport, generate, or sell on or about the Project site, any substances now or hereafter designated as, or which are subject to regulation as, hazardous, toxic, dangerous, or harmful by any federal, state or local law, regulation, statute or ordinance (hereinafter collectively referred to as “hazardous substances”), in violation of any such law, regulation, statute, or ordinance, but in no case shall any such hazardous substance be stored more than 90 Days on the Project site. 2.Contractor notifications of spills, failures, inspections, and fines: Contractor shall promptly notify Owner of all spills or releases of any hazardous substances which are otherwise required to be reported to any regulatory agency and pay the cost of cleanup. Contractor shall promptly notify Owner of all failures to comply with any federal, state, or local law, regulation, or ordinance; all inspections of the Project site by any regulatory entity concerning the same; all regulatory orders or fines; and all responses or interim cleanup actions taken by or proposed to be taken by any government entity or private party on the Project site. G.Public safety and traffic: All Work shall be performed with due regard for the safety of the public. Contractor shall perform the Work so as to cause a minimum of interruption of DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 23 of 54 Kiwanis Park Improvements February 4, 2022 vehicular traffic or inconvenience to pedestrians. All arrangements to care for such traffic shall be Contractor’s responsibilities. All expenses involved in the maintenance of traffic by way of detours shall be borne by Contractor. H. Contractor to act in an emergency: In an emergency affecting the safety of life or the Work or of adjoining property, Contractor is permitted to act, at its discretion, to prevent such threatened loss or injury, and Contractor shall so act if so authorized or instructed. I. No duty of safety by Owner or A/E: Nothing provided in this section shall be construed as imposing any duty upon Owner or A/E with regard to, or as constituting any express or implied assumption of control or responsibility over, Project site safety, or over any other safety conditions relating to employees or agents of Contractor or any of its Subcontractors, or the public. 5.8 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS A. Limited storage areas: Contractor shall confine all operations, including storage of materials, to Owner-approved areas. B. Temporary buildings and utilities at Contractor expense: Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be provided by Contractor only with the consent of Owner and without expense to Owner. The temporary buildings and utilities shall be removed by Contractor at its expense upon completion of the Work. C. Roads and vehicle loads: Contractor shall use only established roadways or temporary roadways authorized by Owner. When materials are transported in prosecuting the Work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by federal, state, or local law or regulation. D. Ownership and reporting by Contractor of demolished materials: Ownership and control of all materials or facility components to be demolished or removed from the Project site by Contractor shall immediately vest in Contractor upon severance of the component from the facility or severance of the material from the Project site. Contractor shall be responsible for compliance with all laws governing the storage and ultimate disposal. Contractor shall provide Owner with a copy of all manifests and receipts evidencing proper disposal when required by Owner or applicable law. E. Contractor responsible for care of materials and equipment on-site: Contractor shall be responsible for the proper care and protection of its materials and equipment delivered to the Project site. Materials and equipment may be stored on the premises subject to approval of the Owner. When Contractor uses any portion of the Project site as a shop, Contractor shall be responsible for any repairs, patching, or cleaning arising from such use. F. Contractor responsible for loss of materials and equipment: Contractor shall protect and be responsible for any damage or loss to the Work, or to the materials or equipment until the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 24 of 54 Kiwanis Park Improvements February 4, 2022 date of Substantial Completion and shall repair or replace without cost to Owner any damage or loss that may occur, except damages or loss caused by the acts or omissions of Owner. Contractor shall also protect and be responsible for any damage or loss to the Work, or to the materials or equipment, after the date of Substantial Completion, and shall repair or replace without cost to Owner any such damage or loss that might occur, to the extent such damages or loss are caused by the acts or omissions of Contractor, or any Subcontractor. 5.9 PRIOR NOTICE OF EXCAVATION A.Excavation defined; Use of locator services: “excavation” means an operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than 12 inches in depth for agricultural purposes, or road ditch maintenance that does not change the original road grad or ditch flow line. Before commencing any excavation, Contractor shall provide notice of the scheduled commencement of excavation to the owners of underground facilities or utilities, through locator services. 5.10 UNFORESEEN PHYSICAL CONDITIONS A.Notice requirement for concealed or unknown conditions: If Contractor encounters conditions at the site which are subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents, or unknown physical conditions of an unusual nature which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then Contractor shall give written notice to Owner promptly and in no event later than 7 Days after the first observance of the conditions. Conditions shall not be disturbed prior to such notice. B.Adjustment in Contract Time and Contract Sum: If such conditions differ materially and cause a change in Contractor’s cost of, or time required for, performance of any part of the Work, the Contractor may be entitled to an equitable adjustment in the Contract Time or Contract Sum, or both, provided it makes a request therefore as provided in Part 7. 5.11 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES AND IMPROVEMENTS A.Contractor to protect and repair property: Contractor shall protect from damage all existing structures, equipment, improvements, utilities, and vegetation: at or near the Project site. Contractor shall repair any damage resulting from failure to comply with the requirements of the Contract Documents or failure to exercise reasonable care in performing the Work. If Contractor fails or refuses to repair the damage promptly, Owner may have the necessary work performed and charge the cost to Contractor. 5.12 LAYOUT OF WORK DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 25 of 54 Kiwanis Park Improvements February 4, 2022 A.Advanced planning of the Work: Contractor shall plan and lay out the Work in advance of operations so as to coordinate all work without delay or revision. B.Layout responsibilities: Contractor shall lay out the Work from Owner-established baselines and benchmarks indicated on the Drawings and shall be responsible for all field measurements about the layout. Contractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the Work. Contractor shall be responsible for executing the Work to the lines and grades that may be established. Contractor shall be responsible for maintaining or restoring all stakes and other marks established. 5.13 MATERIAL AND EQUIPMENT A.Contractor to provide new and equivalent equipment and materials: All equipment, material, and articles incorporated into the Work shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in the Contract Documents. References in the Specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard quality and shall not be construed as limiting competition. Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of A/E, is equal to that named in the specifications, unless otherwise specifically provided in the Contract Documents. B.Contractor responsible for fitting parts together: Contractor shall do all cutting, fitting, or patching that may be required to make its several parts fit together properly or receive or be received by work of others set forth in, or reasonably implied by, the Contract Documents. Contractor shall not endanger any work by cutting, excavating, or otherwise altering the Work and shall not cut or alter the work of any other contractor unless approved in advance by Owner. C.Owner may reject defective Work: Should any of the Work be found defective, or in any way not in accordance with the Contract Documents, this work, in whatever stage of completion, may be rejected by Owner. 5.14 AVAILABILITY AND USE OF UTILITY SERVICES A.Owner to provide and charge for utilities: Owner shall make all reasonable utilities available to Contractor from existing outlets and supplies, as specified in the Contract Documents, at no cost to the Contractor. 5.15 TESTS AND INSPECTION A.Contractor to provide for all testing and inspection of Work: Contractor shall maintain an adequate testing and inspection program and perform such tests and inspections as are necessary or required to ensure that the Work conforms to the requirements of the Contract Documents. Contractor shall be responsible for inspection and quality DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 26 of 54 Kiwanis Park Improvements February 4, 2022 surveillance of all its Work and all Work performed by any Subcontractor. Unless otherwise provided, Contractor shall make arrangements for such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections, and approvals. Contractor shall give Owner timely notice of when and where tests and inspections are to be made. Contractor shall maintain complete inspection records and make them available to Owner. B. Owner may conduct tests and inspections: Owner may, at any reasonable time, conduct such inspections and tests as it deems necessary to ensure that the Work is in accordance with the Contract Documents. Owner shall promptly notify Contractor if an inspection or test reveals that the Work is not in accordance with the Contract Documents. Unless the subject items are expressly accepted by Owner, such Owner inspection and tests are for the sole benefit of Owner and do not: 1. Constitute or imply acceptance; 2. Relieve Contractor of responsibility for providing adequate quality control measures; 3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or equipment; 4. Relieve Contractor of its responsibility to comply with the requirements of the Contract Documents; or 5. Impair Owner’s right to reject defective or nonconforming items, or to avail itself of any other remedy to which it may be entitled. C. Inspections or inspectors do not modify Contract Documents: Neither observations by an inspector retained by Owner, the presence or absence of such inspector on the site, nor inspections, tests, or approvals by others, shall relieve Contractor from any requirement of the Contract Documents, nor is any such inspector authorized to change any term or condition of the Contract Documents. D. Contractor responsibilities on inspections: Contractor shall promptly furnish, without additional charge, all facilities, labor, material and equipment reasonably needed for performing such safe and convenient inspections and tests as may be required by Owner. Owner may charge Contractor any additional cost of inspection or testing when Work is not ready at the time specified by Contractor for inspection or testing, or when prior rejection makes re-inspection or retest necessary. Owner shall perform its inspections and tests in a manner that will cause no undue delay in the Work. 5.16 CORRECTION OF NONCONFORMING WORK A. Work covered by Contractor without inspection: If a portion of the Work is covered contrary to the requirements in the Contract Documents, it must, if required in writing by Owner, be uncovered for Owner’s observation and be replaced at the Contractor’s expense and without change in the Contract Time. B. Payment provisions for uncovering covered Work: If, at any time prior to Final Completion, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 27 of 54 Kiwanis Park Improvements February 4, 2022 Owner desires to examine the Work, or any portion of it, which has been covered, Owner may request to see such Work and it shall be uncovered by Contractor. If such Work is in accordance with the Contract Documents, the Contractor shall be entitled to an adjustment in the Contract Sum for the costs of uncovering and replacement, and, if completion of the Work is thereby delayed, an adjustment in the Contract Time, provided it makes such a request as provided in Part 7. If such Work is not in accordance with the Contract Documents, the Contractor shall pay the costs of examination and reconstruction. C. Contractor to correct and pay for non-conforming Work: Contractor shall promptly correct Work found by Owner not to conform to the requirements of the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed, or completed. Contractor shall bear all costs of correcting such nonconforming Work, including additional testing and inspections. D. Contractor’s compliance with warranty provisions: If, within one year after the date of Substantial Completion of the Work or designated portion thereof, or within one year after the date for commencement of any system warranties established under Section 6.8, or within the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner to do so. Owner shall give such notice promptly after discovery of the condition. This period of one year shall be extended, with respect to portions of Work first performed after Substantial Completion, by the period of time between Substantial Completion and the actual performance of the Work. Contractor’s duty to correct with respect to Work repaired or replaced shall run for one year from the date of repair or replacement. Obligations under this paragraph shall survive Final Acceptance. E. Contractor to remove non-conforming Work: Contractor shall remove from the Project site portions of the Work which are not in accordance with the requirements of the Contract Documents and are neither corrected by Contractor nor accepted by Owner. F. Owner may charge Contractor for non-conforming Work: If Contractor fails to correct nonconforming Work within a reasonable time after written notice to do so, Owner may replace, correct, or remove the nonconforming Work and charge the cost thereof to the Contractor. G. Contractor to pay for damaged Work during correction: Contractor shall bear the cost of correcting destroyed or damaged Work, whether completed or partially completed, caused by Contractor’s correction or removal of Work which is not in accordance with the requirements of the Contract Documents. H. No Period of limitation on other requirements: Nothing contained in this section shall be construed to establish a period of limitation with respect to other obligations which Contractor might have according to the Contract Documents. Establishment of the time period of one year as described in Section 5.16D relates only to the specific obligation of Contractor to correct the Work and has no relationship to the time within which the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 28 of 54 Kiwanis Park Improvements February 4, 2022 Contractor’s obligation to comply with the Contract Documents may be sought to be enforced, including the time within which such proceedings may be commenced. I.Owner may accept non-conforming Work and charge Contractor: If Owner prefers to accept Work which is not in accordance with the requirements of the Contract Documents, Owner may do so instead of requiring its removal and correction, in which case the Contract Sum may be reduced as appropriate and equitable. 5.17 CLEAN UP Contractor to keep site clean and leave it clean: Contractor shall at all times keep the Project site, including hauling routes, infrastructures, utilities, and storage areas, free from accumulations of waste materials. Before completing the Work, Contractor shall remove from the premises its rubbish, tools, scaffolding, equipment, and materials. Upon completing the Work, Contractor shall leave the Project site in a clean, neat, and orderly condition satisfactory to Owner. If Contractor fails to clean up as provided herein, and after reasonable notice from Owner, Owner may do so and the cost thereof shall be charged to Contractor. 5.18 ACCESS TO WORK Owner and A/E access to Work site: Contractor shall provide Owner and A/E access to the Work in progress wherever located. 5.19 SUBCONTRACTORS AND SUPPLIERS A.Subcontractor Responsibility: The Contractor shall include the language of this paragraph in each of its first-tier subcontracts and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this paragraph apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first-tier subcontractors meets the following bidder responsibility criteria: 1.Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; 2.Have a current City of Renton business license; 3.Have a current Washington Unified Business Identifier (UBI) number; 4.If applicable, have: a.Industrial Insurance (workers’ compensation) coverage for the subcontractor’s employees working in Washington, as required in Title 51 RCW; b.A Washington Employment Security Department number, as required in Title 50 RCW; c.A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 29 of 54 Kiwanis Park Improvements February 4, 2022 d.An electrical contractor license, if required by Chapter 19.28 RCW; 5.Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 6.Not be disqualified from bidding or working on any project receiving federal public works contract under SAM.gov. 7.On a project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the Owner’s first advertisement of the project. Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW. B.Provide names of Subcontractors and use qualified firms: Before submitting the first Application for Payment, Contractor shall furnish in writing to Owner the names, addresses, and telephone numbers of all Subcontractors, as well as suppliers providing materials in excess of $2,500. Contractor shall utilize Subcontractors and suppliers which are experienced and qualified, and meet the requirements of the Contract Documents, if any. Contractor shall not utilize any Subcontractor or supplier to whom the Owner has a reasonable objection and shall obtain Owner’s written consent before making any substitutions or additions. C.Subcontracts in writing and pass-through provision: All Subcontracts must be in writing. By appropriate written agreement, Contractor shall require each Subcontractor, so far as applicable to the Work to be performed by the Subcontractor, to be bound to Contractor by terms of the Contract Documents, and to assume toward Contractor all the obligations and responsibilities which Contractor assumes toward Owner in accordance with the Contract Documents. Each Subcontract shall preserve and protect the rights of Owner in accordance with the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights. Where appropriate, Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. However, nothing in this paragraph shall be construed to alter the contractual relations between Contractor and its Subcontractors with respect to insurance or bonds. D.Coordination of Subcontractors; Contractor responsible for Work: Contractor shall schedule, supervise, and coordinate the operations of all Subcontractors. No Subcontracting of any of the Work shall relieve Contractor from its responsibility for the performance of the Work in accordance with the Contract Documents or any other obligations of the Contract Documents. E.Automatic assignment of subcontracts: Each subcontract agreement for a portion of the Work is hereby assigned by Contractor to Owner provided that: DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 30 of 54 Kiwanis Park Improvements February 4, 2022 1. Effective only after termination and Owner approval: The assignment is effective only after termination by Owner for cause pursuant to Section 9.1 and only for those Subcontracts which Owner accepts by notifying the Subcontractor in writing; and 2. Owner assumes Contractor’s responsibilities: After the assignment is effective, Owner will assume all future duties and obligations toward the Subcontractor which Contractor assumed in the Subcontract. 3. Impact of bond: The assignment is subject to the prior rights of the surety, if any, obligated under any bond provided in accordance with the Contract Documents. 5.20 WARRANTY OF CONSTRUCTION A. Contractor warranty of Work: In addition to any special warranties provided elsewhere in the Contract Documents, Contractor warrants that all Work conforms to the requirements of the Contract Documents and is free of any defect in equipment, material, or design furnished, or workmanship performed by Contractor. B. Contractor responsibilities: With respect to all warranties, express or implied, for Work performed or materials furnished according to the Contract Documents, Contractor shall: 1. Obtain warranties: Obtain all warranties that would be given in normal commercial practice; 2. Warranties for benefit of Owner: Require all warranties to be executed, in writing, for the benefit of Owner; 3. Enforcement of warranties: Enforce all warranties for the benefit of Owner, if directed by Owner; and 4. Contractor responsibility for subcontractor warranties: Be responsible to enforce any subcontractor’s, manufacturer’s, or supplier’s warranties should they extend beyond the period specified in the Contract Documents. C. Warranties beyond Final Acceptance: The obligations under this section shall survive Final Acceptance. 5.20 INDEMNIFICATION Contractor shall indemnify, defend and hold harmless Renton, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys’ fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor’s own employees, agents and volunteers, or damage to property caused by Contractor’s negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by Renton and its officers, agents, employees and volunteers. Including Patent infringement: The use of any design, process, or equipment which constitutes an infringement of any United States patent presently issued, or violates any other proprietary interest, including copyright, trademark, and trade secret. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 31 of 54 Kiwanis Park Improvements February 4, 2022 Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and Renton, its officers, officials, employees and volunteers, Contractor’s liability shall be only to the extent of Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. PART 6 – PAYMENTS AND COMPLETION 6.1 CONTRACT SUM Owner shall pay Contract Sum: Owner shall pay Contractor the Contract Sum plus state sales tax for performance of the Work, in accordance with the Contract Documents. 6.2 SCHEDULE OF VALUES Contractor to submit Schedule of Values: Before submitting its first Application for Payment, Contractor shall submit to Owner for approval a breakdown allocating the total Contract Sum to each principal category of work, in such detail as requested by Owner (“Schedule of Values”). The approved Schedule of Values shall include appropriate amounts for demobilization, record drawings, O&M manuals, and any other requirements for Project closeout, and shall be used by Owner as the basis for progress payments. Payment for Work shall be made only for and in accordance with those items included in the Schedule of Values. 6.3 APPLICATION FOR PAYMENT A.Monthly Application for Payment with substantiation: At monthly intervals, unless determined otherwise by Owner, Contractor shall submit to Owner an itemized Application for Payment for Work completed in accordance with the Contract Documents and the approved Schedule of Values. Each application shall be supported by such substantiating data as Owner may require. B.Contractor certifies Subcontractors paid: By submitting an Application for Payment, Contractor is certifying that all Subcontractors have been paid, less earned retainage in accordance with RCW 60.28.011, as their interests appeared in the last preceding certificate of payment. By submitting an Application for Payment, Contractor is recertifying that the representations set forth in Section 1.3, are true and correct, to the best of Contractor’s knowledge, as of the date of the Application for Payment. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 32 of 54 Kiwanis Park Improvements February 4, 2022 C. Reconciliation of Work with Progress Schedule: At the time, it submits an Application for Payment, Contractor shall analyze and reconcile, to the satisfaction of Owner, the actual progress of the Work with the Progress Schedule. D. Payment for material delivered to site or stored off-site: If authorized by Owner, the Application for Payment may include request for payment for material delivered to the Project site and suitably stored, or for completed preparatory work. Payment may similarly be requested for material stored off the Project site, provided Contractor complies with or furnishes satisfactory evidence of the following: 1. Suitable facility or location: The material will be placed in a facility or location that is structurally sound, dry, lighted and suitable for the materials to be stored; 2. Facility or location within 10 miles of Project: The facility or location is located within a 10-mile radius of the Project. Other locations may be utilized, if approved in writing, by Owner; 3. Facility or location exclusive to Project’s materials: Only materials for the Project are stored within the facility or location (or a secure portion of a facility or location set aside for the Project); 4. Insurance provided on materials in facility or location: Contractor furnishes Owner a certificate of insurance extending Contractor’s insurance coverage for damage, fire, and theft to cover the full value of all materials stored, or in transit; 5. Facility or location locked and secure: The facility or location (or secure portion thereof) is continuously under lock and key, and only Contractor’s authorized personnel shall have access; 6. Owner right of access to facility or location: Owner shall have the right of access in company of Contractor; 7. Contractor assumes total responsibility for stored materials: Contractor and its surety assume total responsibility for the stored materials; and 8. Contractor provides documentation and Notice when materials moved to site: Contractor furnishes to Owner certified lists of materials stored, bills of lading, invoices, and other information as may be required, and shall also furnish Notice to Owner when materials are moved from storage to the Project site. 6.4 PROGRESS PAYMENTS A. Owner to pay within 30 Days: Owner shall make progress payments, in such amounts as Owner determines are properly due, within 30 Days after receipt of a properly executed Application for Payment. Owner shall notify Contractor in accordance with chapter 39.76 RCW if the Application for Payment does not comply with the requirements of the Contract Documents. B. Withholding retainage; Options for retainage: Owner shall retain 5% of the amount of each progress payment until 45 Days after Final Acceptance and receipt of all documents required by law or the Contract Documents, including, at Owner’s request, consent of surety to release of the retainage. In accordance with chapter 60.28 RCW, Contractor may request that monies reserved be retained in a fund by Owner, deposited by Owner in a DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 33 of 54 Kiwanis Park Improvements February 4, 2022 bank or savings and loan, or placed in escrow with a bank or trust company to be converted into bonds and securities to be held in escrow with interest to be paid to Contractor. Owner may permit Contractor to provide an appropriate bond in lieu of the retained funds. C. Title passes to Owner upon payment: Title to all Work and materials covered by a progress payment shall pass to Owner at the time of such payment free and clear of all liens, claims, security interests, and encumbrances. Passage of title shall not, however, relieve Contractor from any of its duties and responsibilities for the Work or materials, or waive any rights of Owner to insist on full compliance by Contractor with the Contract Documents. D. Interest on unpaid balances: Payments due and unpaid in accordance with the Contract Documents shall bear interest as specified in chapter 39.76 RCW. 6.5 PAYMENTS WITHHELD A. Owner’s right to withhold payment: Owner may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any payment to such extent as may be necessary to protect Owner from loss or damage for reasons including but not limited to: 1. Non-compliant Work: Work not in accordance with the Contract Documents; 2. Remaining Work to cost more than unpaid balance: Reasonable evidence that the Work required by the Contract Documents cannot be completed for the unpaid balance of the Contract Sum; 3. Owner correction or completion Work: Work by Owner to correct defective Work or complete the Work in accordance with Section 5.16; 4. Contractor’s failure to perform: Contractor’s failure to perform in accordance with the Contract Documents; or 5. Contractor’s negligent acts or omissions: Cost or liability that may occur to Owner as the result of Contractor’s fault or negligent acts or omissions. B. Owner to notify Contractor of withholding for unsatisfactory performance: In any case where part or all of a payment is going to be withheld for unsatisfactory performance, Owner shall notify Contractor in accordance with chapter 39.76 RCW. 6.6 RETAINAGE AND BOND CLAIM RIGHTS Chapters 39.08 RCW and 60.28 RCW incorporated by reference: Chapters 39.08 RCW and 60.28 RCW, concerning the rights and responsibilities of Contractor and Owner with regard to the performance and payment bonds and retainage, are made a part of the Contract Documents by reference as though fully set forth herein. 6.7 SUBSTANTIAL COMPLETION Substantial Completion defined: Substantial Completion is the stage in the progress of the Work (or portion thereof designated and approved by Owner) when the construction is sufficiently complete, in accordance with the Contract Documents, so Owner has full and unrestricted use DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 34 of 54 Kiwanis Park Improvements February 4, 2022 and benefit of the facilities (or portion thereof designated and approved by Owner) for the use for which it is intended. All Work other than incidental corrective or punch list work shall be completed. Substantial Completion shall not have been achieved if all systems and parts are not functional, if utilities are not connected and operating normally, if all required occupancy permits have not been issued, or if the Work is not accessible by normal vehicular and pedestrian traffic routes. The date Substantial Completion is achieved shall be established in writing by Owner. Contractor may request an early date of Substantial Completion which must be approved by Change Order. Owner’s occupancy of the Work or designated portion thereof does not necessarily indicate that Substantial Completion has been achieved. 6.8 PRIOR OCCUPANCY A.Prior Occupancy defined; Restrictions: Owner may, upon written notice thereof to Contractor, take possession of or use any completed or partially completed portion of the Work (“Prior Occupancy”) at any time prior to Substantial Completion. Unless otherwise agreed in writing, Prior Occupancy shall not: be deemed an acceptance of any portion of the Work; accelerate the time for any payment to Contractor; prejudice any rights of Owner provided by any insurance, bond, guaranty, or the Contract Documents; relieve Contractor of the risk of loss or any of the obligations established by the Contract Documents; establish a date for termination or partial termination of the assessment of liquidated damages; or constitute a waiver of claims. B.Damage; Duty to repair and warranties: Notwithstanding anything in the preceding paragraph, Owner shall be responsible for loss of or damage to the Work resulting from Prior Occupancy. Contractor’s one-year duty to repair any system warranties shall begin on building systems activated and used by Owner as agreed in writing by Owner and Contractor. 6.9 FINAL COMPLETION, ACCEPTANCE, AND PAYMENT A.Final Completion defined: Final Completion shall be achieved when the Work is fully and finally complete in accordance with the Contract Documents. The date Final Completion is achieved shall be established by Owner in writing, but in no case, shall constitute Final Acceptance which is a subsequent, separate, and distinct action. B.Final Acceptance defined: Final Acceptance shall be achieved when the Contractor has completed the requirements of the Contract Documents. The date Final Acceptance is achieved shall be established by Owner in writing. Prior to Final Acceptance, Contractor shall, in addition to all other requirements in the Contract Documents, submit to Owner a written notice of any outstanding disputes or claims between Contractor and any of its Subcontractors, including the amounts and other details thereof. Neither Final Acceptance, nor final payment, shall release Contractor or its sureties from any obligations of these Contract Documents or the payment and performance bonds, or constitute a waiver of any claims by Owner arising from Contractor’s failure to perform the Work in accordance with the Contract Documents. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 35 of 54 Kiwanis Park Improvements February 4, 2022 C. Final payment waives Claim rights: Acceptance of final payment by Contractor, or any Subcontractor, shall constitute a waiver and release to Owner of all claims by Contractor, or any such Subcontractor, for an increase in the Contract Sum or the Contract Time, and for every act or omission of Owner relating to or arising out of the Work, except for those Claims made in accordance with the procedures, including the time limits, set forth in Part 8. PART 7 – CHANGES 7.1 CHANGE IN THE WORK A. Changes in Work, Contract Sum, and Contract Time by Change Order: Owner may, at any time and without notice to Contractor’s surety, order additions, deletions, revisions, or other changes in the Work. These changes in the Work shall be incorporated into the Contract Documents through the execution of Change Orders. If any change in the Work ordered by Owner causes an increase or decrease in the Contract Sum or the Contract Time, an equitable adjustment shall be made as provided in Section 7.2 or 7.3, respectively, and such adjustment(s) shall be incorporated into a Change Order. B. Owner may request COP from Contractor: If Owner desires to order a change in the Work, it may request a written Change Order Proposal (COP) from Contractor. Contractor shall submit a Change Order Proposal within 14 Days of the request from Owner, or within such other period as mutually agreed. Contractor’s Change Order Proposal shall be full compensation for implementing the proposed change in the Work, including any adjustment in the Contract Sum or Contract Time, and including compensation for all delays in connection with such change in the Work and for any expense or inconvenience, disruption of schedule, or loss of efficiency or productivity occasioned by the change in the Work. C. COP negotiations: Upon receipt of the Change Order Proposal, or a request for equitable adjustment in the Contract Sum or Contract Time, or both, as provided in Sections 7.02 and 7.03, Owner may accept or reject the proposal, request further documentation, or negotiate acceptable terms with Contractor. Pending agreement on the terms of the Change Order, Owner may direct Contractor to proceed immediately with the Change Order Work. Contractor shall not proceed with any change in the Work until it has obtained Owner’s approval. All Work done pursuant to any Owner-directed change in the Work shall be executed in accordance with the Contract Documents. D. Change Order as full payment and final settlement: If Owner and Contractor reach agreement on the terms of any change in the Work, including any adjustment in the Contract Sum or Contract Time, such agreement shall be incorporated in a Change Order. The Change Order shall constitute full payment and final settlement of all claims for time and for direct, indirect, and consequential costs, including costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity, related to any Work either covered or affected by the Change Order, or related to the events giving rise to the request for equitable adjustment. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 36 of 54 Kiwanis Park Improvements February 4, 2022 E.Failure to agree upon terms of Change Order; Final offer and Claims: If Owner and Contractor are unable to reach agreement on the terms of any change in the Work, including any adjustment in the Contract Sum or Contract Time, Contractor may at any time in writing, request a final offer from Owner. Owner shall provide Contractor with its written response within 30 Days of Contractor’s request. Owner may also provide Contractor with a final offer at any time. If Contractor rejects Owner’s final offer, or the parties are otherwise unable to reach agreement, Contractor’s only remedy shall be to file a Claim as provided in Part 8. F.Field Authorizations: The Owner may direct the Contractor to proceed with a change in the work through a written Field Authorization (also referred to as a Field Order) when the time required to price and execute a Change Order would impact the Project. The Field Authorization shall describe and include the following: 1.The scope of work 2.An agreed upon maximum not-to-exceed amount 3.Any estimated change to the Contract Time 4.The method of final cost determination in accordance with the requirements of Part 7 of the General Conditions 5.The supporting cost data to be submitted in accordance with the requirements of Part 7 of the General Conditions Upon satisfactory submittal by the Contractor and approval by the Owner of supporting cost data, a Change Order will be executed. The Owner will not make payment to the Contractor for Field Authorization work until that work has been incorporated into an executed Change Order. 7.2 CHANGE IN THE CONTRACT SUM A.General Application 1.Contract Sum changes only by Change Order: The Contract Sum shall only be changed by a Change Order. Contractor shall include any request for a change in the Contract Sum in its Change Order Proposal. 2.Owner fault or negligence as basis for change in Contract Sum: If the cost of Contractor’s performance is changed due to the fault or negligence of Owner, or anyone for whose acts Owner is responsible, Contractor shall be entitled to make a request for an equitable adjustment in the Contract Sum in accordance with the following procedure. No change in the Contract Sum shall be allowed to the extent: Contractor’s changed cost of performance is due to the fault or negligence of Contractor, or anyone for whose acts Contractor is responsible; the change is concurrently caused by Contractor and Owner; or the change is caused by an act of Force Majeure as defined in Section 3.5. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 37 of 54 Kiwanis Park Improvements February 4, 2022 a. Notice and record keeping for equitable adjustment: A request for an equitable adjustment in the Contract Sum shall be based on written notice delivered to Owner within 7 Days of the occurrence of the event giving rise to the request. For purposes of this part, “occurrence” means when Contractor knew, or in its diligent prosecution of the Work should have known, of the event giving rise to the request. If Contractor believes it is entitled to an adjustment in the Contract Sum, Contractor shall immediately notify Owner and begin to keep and maintain complete, accurate, and specific daily records. Contractor shall give Owner access to any such records and, if requested shall promptly furnish copies of such records to Owner. b. Content of notice for equitable adjustment; Failure to comply: Contractor shall not be entitled to any adjustment in the Contract Sum for any occurrence of events or costs that occurred more than 7 Days before Contractor’s written notice to Owner. The written notice shall set forth, at a minimum, a description of: the event giving rise to the request for an equitable adjustment in the Contract Sum; the nature of the impacts to Contractor and its Subcontractors of any tier, if any; and to the extent possible the amount of the adjustment in Contract Sum requested. Failure to properly give such written notice shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. c. Contractor to provide supplemental information: Within 30 Days of the occurrence of the event giving rise to the request, unless Owner agrees in writing to allow an additional period of time to ascertain more accurate data, Contractor shall supplement the written notice provided in accordance with subparagraph a. above with additional supporting data. Such additional data shall include, at a minimum: the amount of compensation requested, itemized in accordance with the procedure set forth herein; specific facts, circumstances, and analysis that confirms not only that Contractor suffered the damages claimed, but that the damages claimed were actually a result of the act, event, or condition complained of and that the Contract Documents provide entitlement to an equitable adjustment to Contractor for such act, event, or condition; and documentation sufficiently detailed to permit an informed analysis of the request by Owner. When the request for compensation relates to a delay, or other change in Contract Time, Contractor shall demonstrate the impact on the critical path, in accordance with Section 7.3C. Failure to provide such additional information and documentation within the time allowed or within the format required shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. d. Contractor to proceed with Work as directed: Pending final resolution of any request made in accordance with this paragraph, unless otherwise agreed in writing, Contractor shall proceed diligently with performance of the Work. e. Contractor to combine requests for same event together: Any requests by Contractor for an equitable adjustment in the Contract Sum and in the Contract Time that arise out of the same event(s) shall be submitted together. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 38 of 54 Kiwanis Park Improvements February 4, 2022 3. Methods for calculating Change Order amount: The value of any Work covered by a Change Order, or of any request for an equitable adjustment in the Contract Sum, shall be determined by one of the following methods: a. Fixed Price: On the basis of a fixed price as determined in paragraph 7.2B. b. Unit Prices: By application of unit prices to the quantities of the items involved as determined in paragraph 7.2C. c. Time and Materials: On the basis of time and material as determined in paragraph 7.2D. 4. Fixed price method is default; Owner may direct otherwise: When Owner has requested Contractor to submit a Change Order Proposal, Owner may direct Contractor as to which method in subparagraph 3 above to use when submitting its proposal. Otherwise, Contractor shall determine the value of the Work, or of a request for an equitable adjustment, on the basis of the fixed price method. B. Change Order Pricing – Fixed Price Procedures: When the fixed price method is used to determine the value of any Work covered by a Change Order, or of a request for an equitable adjustment in the Contract Sum, the following procedures shall apply: 1. Breakdown and itemization of details on COP: Contractor’s Change Order Proposal, or request for adjustment in the Contract Sum, shall be accompanied by a complete itemization of the costs, including labor, material, subcontractor costs, and overhead and profit. The costs shall be itemized in the manner set forth below and shall be submitted on breakdown sheets in a form approved by Owner. 2. Use of industry standards in calculating costs: All costs shall be calculated based upon appropriate industry standard methods of calculating labor, material quantities, and equipment costs such as R.S. Means or other standards acceptable to the Owner and Contractor. 3. Costs contingent on Owner’s actions: If any of Contractor’s pricing assumptions are contingent upon anticipated actions of Owner, Contractor shall clearly state them in the proposal or request for an equitable adjustment. 4. Markups on additive and deductive Work: The cost of any additive or deductive changes in the Work shall be calculated as set forth below, except that overhead and profit shall not be included on deductive changes in the Work. Where a change in the Work involves additive and deductive work by the same Contractor or Subcontractor, small tools, overhead, profit, bond and insurance markups will apply to the net difference. 5. Breakdown not required if change less than $1,000: If the total cost of the change in the Work or request for equitable adjustment does not exceed $1,000, Contractor shall not be required to submit a breakdown if the description of the change in the Work or request for equitable adjustment is sufficiently definitive for Owner to determine fair value. 6. Breakdown required if change between $1,000 and $2,500: If the total cost of the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 39 of 54 Kiwanis Park Improvements February 4, 2022 change in the Work or request for equitable adjustment is between $1,000 and $2,500, Contractor may submit a breakdown in the following level of detail if the description of the change in the Work or if the request for equitable adjustment is sufficiently definitive to permit the Owner to determine fair value: a. lump sum labor; b. lump sum material; c. lump sum equipment usage; d. overhead and profit as set forth below; and e. insurance and bond costs as set forth below. 7. Components of increased cost: Any request for adjustment of Contract Sum based upon the fixed price method shall include only the following items: a. Craft labor costs: These are the labor costs determined by multiplying the estimated or actual additional number of craft hours needed to perform the change in the Work by the hourly labor costs. Craft hours should cover direct labor, as well as indirect labor due to trade inefficiencies. The hourly costs shall be based on the following: (1) Basic wages and benefits: Hourly rates and benefits as stated on the Department of Labor and Industries approved “statement of intent to pay prevailing wages” or a higher amount if approved by the Owner. Direct supervision shall be a reasonable percentage not to exceed 15% of the cost of direct labor. No supervision markup shall be allowed for a working supervisor’s hours. (2) Worker’s insurance: Direct contributions to the City of Renton for industrial insurance; medical aid; and supplemental pension, by the class and rates established by the Department of Labor and Industries. (3) Federal insurance: Direct contributions required by the Federal Insurance Compensation Act; Federal Unemployment Tax Act; and the State Unemployment Compensation Act. (4) Travel allowance: Travel allowance and/or subsistence, if applicable, not exceeding those allowances established by regional labor union agreements, which are itemized and identified separately. (5) Safety: Cost incurred due to the Washington Industrial Safety and Health Act, which shall be a reasonable percentage not to exceed 2% of the sum of the amounts calculated in (1), (2), and (3) above. b. Material costs: This is an itemization of the quantity and cost of materials needed to perform the change in the Work. Material costs shall be developed first from actual known costs, second from supplier quotations or if these are not available, from standard industry pricing guides. Material costs shall consider all available discounts. Freight costs, express charges, or special delivery charges shall be itemized. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 40 of 54 Kiwanis Park Improvements February 4, 2022 c. Equipment costs: This is an itemization of the type of equipment and the estimated or actual length of time the construction equipment appropriate for the Work is or will be used on the change in the Work. Costs will be allowed for construction equipment only if used solely for the changed Work, or for additional rental costs actually incurred by the Contractor. Equipment charges shall be computed on the basis of actual invoice costs or if owned, from the current edition of one of the following sources: (1) The Equipment Watch Fleet Manager Estimator Package (digital). The maximum rate for standby equipment shall not exceed that shown in the Associated General Contractors Washington State Department of Transportation (AGC WSDOT) Equipment Rental Agreement, current edition on the Contract execution date. (2) The National Electrical Contractors Association for equipment used on electrical work. (3) The Mechanical Contractors Association of America for equipment used on mechanical work. The Equipment Watch Rental Rate Blue Book shall be used as a basis for establishing rental rates of equipment not listed in the above sources. The maximum rate for standby equipment shall not exceed that shown in the AGC WSDOT Equipment Rental Agreement, current edition on the Contract execution date. d. Allowance for small tools, expendables & consumable supplies: Small tools consist of tools which cost $250 or less and are normally furnished by the performing contractor. The maximum rate for small tools shall not exceed the following: (1) 3% for Contractor: For Contractor, 3% of direct labor costs. (2) 5% for Subcontractors: For Subcontractors, 5% of direct labor costs. Expendables and consumables supplies directly associated with the change in Work must be itemized. e. Subcontractor costs: This is defined as payments Contractor makes to Subcontractors for changed Work performed by Subcontractors of any tier. The Subcontractors’ cost of Work shall be calculated and itemized in the same manner as prescribed herein for Contractor. f. Allowance for overhead: This is defined as costs of any kind attributable to direct and indirect delay, acceleration, or impact, added to the total cost to Owner of any change in the Contract Sum. If the Contractor is compensated under Section 7.3D, the amount of such compensation shall be reduced by the amount Contractor is otherwise entitled to under this subsection (f). This allowance shall compensate Contractor for all non-craft labor, temporary construction facilities, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 41 of 54 Kiwanis Park Improvements February 4, 2022 field engineering, schedule updating, as-built drawings, home office cost, B&O taxes, office engineering, estimating costs, additional overhead because of extended time, and any other cost incidental to the change in the Work. It shall be strictly limited in all cases to a reasonable amount, mutually acceptable, or if none can be agreed upon to an amount not to exceed the rates below: (1) Projects less than $3 million: For projects where the Contract Award Amount is under $3 million, the following shall apply: (a) Contractor markup on Contractor Work: For Contractor, for any Work actually performed by Contractor’s own forces, 16% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (b) Subcontractor markup for Subcontractor Work: For each Subcontractor (including lower tier subcontractors), for any Work actually performed by its own forces, 16% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (c) Contractor markup for Subcontractor Work: For Contractor, for any work performed by its Subcontractor(s) 6% of the first $50,000 of the amount due each Subcontractor, and 4% of the remaining amount if any. (d) Subcontractor markup for lower tier Subcontractor Work: For each Subcontractor, for any Work performed by its Subcontractor(s) of any lower tier, 4% of the first $50,000 of the amount due the sub- Subcontractor, and 2% of the remaining amount if any. (e) Basis of cost applicable for markup: The cost to which overhead is to be applied shall be developed in accordance with Section 7.2B 7a. – e. (2) Projects more than $3 million: For projects where the Contract Award Amount is equal to or exceeds $3 million, the following shall apply: (a) Contractor markup on Contractor Work: For Contractor, for any Work actually performed by Contractor’s own forces, 12% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (b) Subcontractor markup for Subcontractor Work: For each Subcontractor (including lower tier subcontractors), for any Work actually performed by its own forces, 12% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (c) Contractor markup for Subcontractor Work: For Contractor, for any Work performed by its Subcontractor(s), 4% of the first $50,000 of the amount due each Subcontractor, and 2% of the remaining amount if any. (d) Subcontractor markup for lower tier Subcontractor Work: For each Subcontractor, for any Work performed by its Subcontractor(s) of any lower tier, 4% of the first $50,000 of the amount due the sub- Subcontractor, and 2% of the remaining amount if any. (e) Basis of cost applicable for markup: The cost to which overhead is to be DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 42 of 54 Kiwanis Park Improvements February 4, 2022 applied shall be developed in accordance with Section 7.2B 7a. – e. g.Allowance for profit: Allowance for profit is an amount to be added to the cost of any change in contract sum, but not to the cost of change in Contract Time for which contractor has been compensated pursuant to the conditions set forth in Section 7.3. It shall be limited to a reasonable amount, mutually acceptable, or if none can be agreed upon, to an amount not to exceed the rates below: (1)Contractor / Subcontractor markup for self-performed Work: For Contractor or Subcontractor of any tier for work performed by their forces, 6% of the cost developed in accordance with Section 7.2B 7a. – e. (2)Contractor / Subcontractor markup for Work performed at lower tier: For Contractor or Subcontractor of any tier for work performed by a subcontractor of a lower tier, 4% of the subcontract cost developed in accordance with Section 7.2B 7a. – h. h.Insurance and bond premiums: Cost of change in insurance or bond premium: This is defined as: (1) Contractor’s liability insurance: The cost of any changes in Contractor’s liability insurance arising directly from execution of the Change Order; and (2)Payment and Performance Bond: The cost of the additional premium for Contractor’s bond arising directly from the changed Work. The cost of any change in insurance or bond premium shall be added after overhead and allowance for profit are calculated in accordance with subparagraph f. and g above. C.Change Order Pricing – Unit Prices 1.Content of Owner authorization: Whenever Owner authorizes Contractor to perform Work on a unit-price basis, Owner’s authorization shall clearly state: a.Scope: Scope of work to be performed; b.Reimbursement basis: Type of reimbursement including pre-agreed rates for material quantities; and c.Reimbursement limit: Cost limit of reimbursement. 2.Contractor responsibilities: Contractor shall: a.Cooperate with Owner and assist in monitoring the Work being performed. As requested by Owner, Contractor shall identify workers assigned to the Change Order Work and areas in which they are working; b.Leave access as appropriate for quantity measurement; and c.Not exceed any cost limit(s) without Owner’s prior written approval. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 43 of 54 Kiwanis Park Improvements February 4, 2022 3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit costs in accordance with paragraph 7.2B and satisfy the following requirements: a. Unit prices must include overhead, profit, bond and insurance premiums: Unit prices shall include reimbursement for all direct and indirect costs of the Work, including overhead, profit, bond, and insurance costs; and b. Owner verification of quantities: Quantities must be supported by field measurement statements signed by Owner. D. Change Order Pricing – Time-and-Material Prices 1. Content of Owner authorization: Whenever Owner authorizes Contractor to perform Work on a time-and-material basis, Owner’s authorization shall clearly state: a. Scope: Scope of Work to be performed; b. Reimbursement basis: Type of reimbursement including pre-agreed rates, if any, for material quantities or labor; and c. Reimbursement limit: Cost limit of reimbursement. 2. Contractor responsibilities: Contractor shall: a. Identify workers assigned: Cooperate with Owner and assist in monitoring the Work being performed. As requested by Owner, identify workers assigned to the Change Order Work and areas in which they are working; b. Provide daily timesheets: Identify on daily time sheets all labor performed in accordance with this authorization. Submit copies of daily time sheets within 2 working days for Owner’s review. c. Allow Owner to measure quantities: Leave access as appropriate for quantity measurement; d. Perform Work efficiently: Perform all Work in accordance with this section as efficiently as possible; and e. Not exceed Owner’s cost limit: Not exceed any cost limit(s) without Owner’s prior written approval. 3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit costs in accordance with paragraph 7.02B and additional verification supported by: a. Timesheets: Labor detailed on daily time sheets; and b. Invoices: Invoices for material. 7.3 CHANGE IN THE CONTRACT TIME A. COP requests for Contract Time: The Contract Time shall only be changed by a Change Order. Contractor shall include any request for a change in the Contract Time in its Change Order Proposal. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 44 of 54 Kiwanis Park Improvements February 4, 2022 B.Time extension permitted if not Contractor’s fault: If the time of Contractor’s performance is changed due to an act of Force Majeure, or due to the fault or negligence of Owner or anyone for whose acts Owner is responsible, Contractor shall be entitled to make a request for an equitable adjustment in the Contract Time in accordance with the following procedure. No adjustment in the Contract Time shall be allowed to the extent Contractor’s changed time of performance is due to the fault or negligence of Contractor, or anyone for whose acts Contractor is responsible. 1.Notice and record keeping for Contract Time request: A request for an equitable adjustment in the Contract Time shall be based on written notice delivered within 7 Days of the occurrence of the event giving rise to the request. If Contractor believes it is entitled to adjustment of Contract Time, Contractor shall immediately notify Owner and begin to keep and maintain complete, accurate, and specific daily records. Contractor shall give Owner access to any such record and if requested, shall promptly furnish copies of such record to Owner. 2.Timing and content of Contractor’s Notice: Contractor shall not be entitled to an adjustment in the Contract Time for any events that occurred more than 7 Days before Contractor’s written notice to Owner. The written notice shall set forth, at a minimum, a description of: the event giving rise to the request for an equitable adjustment in the Contract Time; the nature of the impacts to Contractor and its Subcontractors of any tier, if any; and to the extent possible the amount of the adjustment in Contract Time requested. Failure to properly give such written notice shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. 3.Contractor to provide supplemental information: Within 30 Days of the occurrence of the event giving rise to the request, unless Owner agrees in writing to allow an additional period of time to ascertain more accurate data, Contractor shall supplement the written notice provided in accordance with subparagraph 7.3B.2 with additional supporting data. Such additional data shall include, at a minimum: the amount of delay claimed, itemized in accordance with the procedure set forth herein; specific facts, circumstances, and analysis that confirms not only that Contractor suffered the delay claimed, but that the delay claimed was actually a result of the act, event, or condition complained of, and that the Contract Documents provide entitlement to an equitable adjustment in Contract Time for such act, event, or condition; and supporting documentation sufficiently detailed to permit an informed analysis of the request by Owner. Failure to provide such additional information and documentation within the time allowed or within the format required shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. 4.Contractor to proceed with Work as directed: Pending final resolution of any request in accordance with this paragraph, unless otherwise agreed in writing, Contractor shall proceed diligently with performance of the Work. C.Contractor to demonstrate impact on critical path of schedule: Any change in the Contract DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 45 of 54 Kiwanis Park Improvements February 4, 2022 Time covered by a Change Order or based on a request for an equitable adjustment in the Contract Time, shall be limited to the change in the critical path of Contractor’s schedule attributable to the change of Work or event(s) giving rise to the request for equitable adjustment. Any Change Order Proposal or request for an adjustment in the Contract Time shall demonstrate the impact on the critical path of the schedule. Contractor shall be responsible for showing clearly on the Progress Schedule that the change or event: had a specific impact on the critical path, and except in case of concurrent delay, was the sole cause of such impact; and could not have been avoided by resequencing of the Work or other reasonable alternatives. D. Cost of change in Contract Time: Contractor may request compensation for the cost of a change in Contract Time in accordance with this paragraph, 7.3D, subject to the following conditions: 1. Must be solely fault of Owner or A/E: The change in Contract Time shall solely be caused by the fault or negligence of Owner or A/E; 2. Procedures: Contractor shall follow the procedure set forth in paragraph 7.3B; 3. Demonstrate impact on critical path: Contractor shall establish the extent of the change in Contract Time in accordance with paragraph 7.3C; and 4. Limitations on daily costs: The daily cost of any change in Contract Time shall be limited to the items below, less the amount of any change in the Contract Sum the Contractor may otherwise be entitled to pursuant to Section 7.2B 7f for any change in the Work that contributed to this change in Contract Time: a. Non-productive supervision or labor: cost of nonproductive field supervision or labor extended because of delay; b. Weekly meetings and indirect activities: cost of weekly meetings or similar indirect activities extended because of the delay; c. Temporary facilities or equipment r ental: cost of temporary facilities or equipment rental extended because of the delay; d. Insurance premiums: cost of insurance extended because of the delay; e. Overhead: general and administrative overhead in an amount to be agreed upon, but not to exceed 3% of the Contract Award Amount divided by the originally specified Contract Time for each Day of the delay. PART 8 – CLAIMS AND DISPUTE RESOLUTION 8.1 CLAIMS PROCEDURE A. Claim is Contractor’s remedy: If the parties fail to reach agreement on the terms of any Change Order for Owner-directed Work as provided in Section 7. 1, or on the resolution of any request for an equitable adjustment in the Contract Sum as provided in Section 7. 2 or the Contract Time as provided in Section 7. 3, Contractor’s only remedy shall be to file a Claim with Owner as provided in this section. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 46 of 54 Kiwanis Park Improvements February 4, 2022 B. Claim filing deadline for Contractor: Contractor shall file its Claim within 120 Days from Owner’s final offer made in accordance with paragraph 7. 1E, or by the date of Final Acceptance, whichever occurs first. C. Claim must cover all costs and be documented: The Claim shall be deemed to cover all changes in cost and time (including direct, indirect, impact, and consequential) to which Contractor may be entitled. It shall be fully substantiated and documented. At a minimum, the Claim shall contain the following information: 1. Factual statement of Claim: A detailed factual statement of the Claim for additional compensation and time, if any, providing all necessary dates, locations, and items of Work affected by the Claim; 2. Dates: The date on which facts arose which gave rise to the Claim; 3. Owner and A/E employee’s knowledgeable about Claim: The name of each employee of Owner or A/E knowledgeable about the Claim; 4. Support from Contract Documents: The specific provisions of the Contract Documents which support the Claim; 5. Identification of other supporting information: The identification of any documents and the substance of any oral communications that support the Claim; 6. Copies of supporting documentation: Copies of any identified documents, other than the Contract Documents, that support the Claim; 7. Details on Claim for Contract Time: If an adjustment in the Contract Time is sought: the specific days and dates for which it is sought; the specific reasons Contractor believes an extension in the Contract Time should be granted; and Contractor’s analysis of its Progress Schedule to demonstrate the reason for the extension in Contract Time; 8. Details on Claim for adjustment of Contract Sum: If an adjustment in the Contract Sum is sought, the exact amount sought and a breakdown of that amount into the categories set forth in, and in the detail as required by Section 7.2; and 9. Statement certifying Claim: A statement certifying, under penalty of perjury, that the Claim is made in good faith, that the supporting cost and pricing data are true and accurate to the best of Contractor’s knowledge and belief, that the Claim is fully supported by the accompanying data, and that the amount requested accurately reflects the adjustment in the Contract Sum or Contract Time for which Contractor believes Owner is liable. D. Owner’s response to Claim filed: After Contractor has submitted a fully documented Claim that complies with all applicable provisions of Parts 7 and 8, Owner shall respond, in writing, to Contractor as follows: 1. Response time for Claim less than $50,000: If the Claim amount is less than $50,000, with a decision within 60 Days from the date the Claim is received; or 2. Response time for Claim of $50,000 or more: If the Claim amount is $50,000 or more, with a decision within 60 Days from the date the Claim is received, or with notice to DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 47 of 54 Kiwanis Park Improvements February 4, 2022 Contractor of the date by which it will render its decision. Owner will then respond with a written decision in such additional time. E. Owner’s review of Claim and finality of decision: To assist in the review of Contractor’s Claim, Owner may visit the Project site, or request additional information, in order to fully evaluate the issues raised by the Claim. Contractor shall proceed with performance of the Work pending final resolution of any Claim. Owner’s written decision as set forth above shall be final and conclusive as to all matters set forth in the Claim, unless Contractor follows the procedure set forth in Section 8.2. F. Waiver of Contractor rights for failure to comply with this Section: Any Claim of the Contractor against the Owner for damages, additional compensation, or additional time, shall be conclusively deemed to have been waived by the Contractor unless made in accordance with the requirements of this Section. 8.2 ARBITRATION A. Timing of Contractor’s demand for arbitration: If Contractor disagrees with Owner’s decision rendered in accordance with paragraph 8.1D, Contractor shall provide Owner with a written demand for arbitration. No demand for arbitration of any such Claim shall be made later than 30 Days after the date of Owner’s decision on such Claim; failure to demand arbitration within said 30 Day period shall result in Owner’s decision being final and binding upon Contractor and its Subcontractors. B. Filing of Notice for arbitration: Notice of the demand for arbitration shall be filed with the American Arbitration Association (AAA), with a copy provided to Owner. The parties shall negotiate or mediate under the Voluntary Construction Mediation Rules of the AAA, or mutually acceptable service, before seeking arbitration in accordance with the Construction Industry Arbitration Rules of AAA as follows: 1. Claims less than $30,000: Disputes involving $30,000 or less shall be conducted in accordance with the Northwest Region Expedited Commercial Arbitration Rules; or 2. Claims greater than $30,000: Disputes over $30,000 shall be conducted in accordance with the Construction Industry Arbitration Rules of the AAA, unless the parties agree to use the expedited rules. C. Arbitration is forum for resolving Claims: All Claims arising out of the Work shall be resolved by arbitration. The judgment upon the arbitration award may be entered, or review of the award may occur, in the superior court having jurisdiction thereof. No independent legal action relating to or arising from the Work shall be maintained. D. Settlement outside of arbitration to be documented in Change Order: If the parties resolve the Claim prior to arbitration judgment, the terms of the resolution shall be incorporated in a Change Order. The Change Order shall constitute full payment and final settlement of the Claim, including all claims for time and for direct, indirect, or consequential costs, including costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 48 of 54 Kiwanis Park Improvements February 4, 2022 8.3 CLAIMS AUDITS A.Owner may audit Claims: All Claims filed against Owner shall be subject to audit at any time following the filing of the Claim. Failure of Contractor, or Subcontractors of any tier, to maintain and retain sufficient records to allow Owner to verify all or a portion of the Claim or to permit Owner access to the books and records of Contractor, or Subcontractors of any tier, shall constitute a waiver of the Claim and shall bar any recovery. B.Contractor to make documents available: In support of Owner audit of any Claim, Contractor shall, upon request, promptly make available to Owner the following documents: 1.Daily time sheets and supervisor’s daily reports; 2.Collective bargaining agreements; 3.Insurance, welfare, and benefits records; 4.Payroll registers; 5.Earnings records; 6.Payroll tax forms; 7.Material invoices, requisitions, and delivery confirmations; 8.Material cost distribution worksheet; 9.Equipment records (list of company equipment, rates, etc.); 10.Vendors’, rental agencies’, Subcontractors’, and agents’ invoices; 11.Contracts between Contractor and each of its Subcontractors, and all lower-tier Subcontractor contracts and supplier contracts; 12.Subcontractors’ and agents’ payment certificates; 13.Cancelled checks (payroll and vendors); 14.Job cost report, including monthly totals; 15.Job payroll ledger; 16.Planned resource loading schedules and summaries; 17.General ledger; 18.Cash disbursements journal; 19.Financial statements for all years reflecting the operations on the Work. In addition, the Owner may require, if it deems it appropriate, additional financial statements for 3 years preceding execution of the Work; 20.Depreciation records on all company equipment whether these records are maintained by the company involved, its accountant, or others; 21.If a source other than depreciation records is used to develop costs for Contractor’s internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents; 22.All non-privileged documents which relate to each and every Claim together with all documents which support the amount of any adjustment in Contract Sum or Contract Time sought by each Claim; 23.Work sheets or software used to prepare the Claim establishing the cost components for items of the Claim including but not limited to labor, benefits and insurance, materials, equipment, Subcontractors, all documents which establish the time periods, individuals involved, the hours for the individuals, and the rates for the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 49 of 54 Kiwanis Park Improvements February 4, 2022 individuals; and 24.Work sheets, software, and all other documents used by Contractor to prepare its bid. C.Contractor to provide facilities for audit and shall cooperate: The audit may be performed by employees of Owner or a representative of Owner. Contractor, and its Subcontractors, shall provide adequate facilities acceptable to Owner, for the audit during normal business hours. Contractor, and all Subcontractors, shall make a good faith effort to cooperate with Owner’s auditors. PART 9 – TERMINATION OF THE WORK 9.1 TERMINATION BY OWNER FOR CAUSE A.7 Day Notice to Terminate for Cause: Owner may, upon 7 Days written notice to Contractor and to its surety, terminate (without prejudice to any right or remedy of Owner) the Work, or any part of it, for cause upon the occurrence of any one or more of the following events: 1.Contractor fails to prosecute Work: Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Substantial Completion of the Work within the Contract Time; 2.Contractor bankrupt: Contractor is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; 3.Contractor fails to correct Work: Contractor fails in a material way to replace or correct Work not in conformance with the Contract Documents; 4.Contractor fails to supply workers or materials: Contractor repeatedly fails to supply skilled workers or proper materials or equipment; 5.Contractor failure to pay Subcontractors or labor: Contractor repeatedly fails to make prompt payment due to Subcontractors or for labor; 6.Contractor violates laws: Contractor materially disregards or fails to comply with laws, ordinances, rules, regulations, or orders of any public authority having jurisdiction; or 7.Contractor in material breach of Contract: Contractor is otherwise in material breach of any provision of the Contract Documents. B. Owner’s actions upon termination: Upon termination, Owner may at its option: 1.Take possession of Project site: Take possession of the Project site and take possession of or use all materials, equipment, tools, and construction equipment and machinery thereon owned by Contractor to maintain the orderly progress of, and to finish, the Work; 2.Accept assignment of Subcontracts: Accept assignment of subcontracts pursuant to Section 5.20; and 3.Finish the Work: Finish the Work by whatever other reasonable method it deems expedient. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 50 of 54 Kiwanis Park Improvements February 4, 2022 C. Surety’s role: Owner’s rights and duties upon termination are subject to the prior rights and duties of the surety, if any, obligated under any bond provided in accordance with the Contract Documents. D. Contractor’s required actions: When Owner terminates the Work in accordance with this section, Contractor shall take the actions set forth in paragraph 9.2B and shall not be entitled to receive further payment until the Work is accepted. E. Contractor to pay for unfinished Work: If the unpaid balance of the Contract Sum exceeds the cost of finishing the Work, including compensation for A/E’s services and expenses made necessary thereby and any other extra costs or damages incurred by Owner in completing the Work, or as a result of Contractor’s actions, such excess shall be paid to Contractor. If such costs exceed the unpaid balance, Contractor shall pay the difference to Owner. These obligations for payment shall survive termination. F. Contractor and Surety still responsible for Work performed: Termination of the Work in accordance with this section shall not relieve Contractor or its surety of any responsibilities for Work performed. G. Conversion of “Termination for Cause” to “Termination for Convenience”: If Owner terminates Contractor for cause and it is later determined that none of the circumstances set forth in paragraph 9.1A exist, then such termination shall be deemed a termination for convenience pursuant to Section 9.2. 9.2 TERMINATION BY OWNER FOR CONVENIENCE A. Owner Notice of Termination for Convenience: Owner may, upon written notice, terminate (without prejudice to any right or remedy of Owner) the Work, or any part of it, for the convenience of Owner. B. Contractor response to termination Notice: Unless Owner directs otherwise, after receipt of a written notice of termination for either cause or convenience, Contractor shall promptly: 1. Cease Work: Stop performing Work on the date and as specified in the notice of termination; 2. No further orders or Subcontracts: Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work as is not terminated; 3. Cancel orders and Subcontracts: Cancel all orders and subcontracts, upon terms acceptable to Owner, to the extent that they relate to the performance of Work terminated; 4. Assign orders and Subcontracts to Owner: Assign to Owner all of the right, title, and interest of Contractor in all orders and subcontracts; 5. Take action to protect the Work: Take such action as may be necessary or as directed by Owner to preserve and protect the Work, Project site, and any other property related to this Project in the possession of Contractor in which Owner has DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 51 of 54 Kiwanis Park Improvements February 4, 2022 an interest; and 6. Continue performance not terminated: Continue performance only to the extent not terminated C. Terms of adjustment in Contract Sum if Contract terminated: If Owner terminates the Work or any portion thereof for convenience, Contractor shall be entitled to make a request for an equitable adjustment for its reasonable direct costs incurred prior to the effective date of the termination, plus reasonable allowance for overhead and profit on Work performed prior to termination, plus the reasonable administrative costs of the termination, but shall not be entitled to any other costs or damages, whatsoever, provided however, the total sum payable upon termination shall not exceed the Contract Sum reduced by prior payments. Contractor shall be required to make its request in accordance with the provisions of Part 7. D. Owner to determine whether to adjust Contract Time: If Owner terminates the Work or any portion thereof for convenience, the Contract Time shall be adjusted as determined by Owner. PART 10 – MISCELLANEOUS PROVISIONS 10.1 GOVERNING LAW Applicable law and venue: The Contract Documents and the rights of the parties herein shall be governed by the laws of the State of Washington and the City of Renton. Venue shall be in King County. 10.2 SUCCESSORS AND ASSIGNS Bound to successors; Assignment of Contract: Owner and Contractor respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party hereto and to partners, successors, assigns, and legal representatives of such other party in respect to covenants, agreements, and obligations contained in the Contract Documents. Neither party shall assign the Work without written consent of the other, except that Contractor may assign the Work for security purposes, to a bank or lending institution authorized to do business in the City of Renton. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations set forth in the Contract Documents. 10.3 MEANING OF WORDS Meaning of words used in Specifications: Unless otherwise stated in the Contract Documents, words which have well-known technical, or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall be to the latest standard specification, manual, or code in effect on the date for submission of bids, except as may be otherwise specifically stated. Wherever in these Drawings and Specifications DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 52 of 54 Kiwanis Park Improvements February 4, 2022 an article, device, or piece of equipment is referred to in the singular manner, such reference shall apply to as many such articles as are shown on the drawings or required to complete the installation. 10.4 RIGHTS AND REMEDIES No waiver of rights: No action or failure to act by Owner or A/E shall constitute a waiver of a right or duty afforded them under the Contract Documents, nor shall action or failure to act constitute approval or an acquiescence in a breach therein, except as may be specifically agreed in writing. 10.5 CONTRACTOR REGISTRATION Contractor must be registered or licensed: Pursuant to RCW 39.06, Contractor shall be registered or licensed as required by the laws of the City of Renton, including but not limited to RCW 18.27. 10.6 TIME COMPUTATIONS Computing time: When computing any period of time, the day of the event from which the period of time begins shall not be counted. The last day is counted unless it falls on a weekend or legal holiday, in which event the period runs until the end of the next day that is not a weekend or holiday. When the period of time allowed is less than 7 days, intermediate Saturdays, Sundays, and legal holidays are excluded from the computation. 10.7 RECORDS RETENTION / PUBLIC RECORDS REQUESTS A. Six-year records retention period: The wage, payroll, and cost records of Contractor, and its Subcontractors, and all records subject to audit in accordance with Section 8.03, shall be retained for a period of not less than 6 years after the date of Final Acceptance. B. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Services provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). C. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor’s own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 53 of 54 Kiwanis Park Improvements February 4, 2022 attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. 10.8 THIRD-PARTY AGREEMENTS No third-party relationships created: The Contract Documents shall not be construed to create a contractual relationship of any kind between: A/E and Contractor; Owner and any Subcontractor; or any persons other than Owner and Contractor. 10.9 ANTITRUST ASSIGNMENT Contractor assigns overcharge amounts to Owner: Owner and Contractor recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, Contractor hereby assigns to Owner any and all claims for such overcharges as to goods, materials, and equipment purchased in connection with the Work performed in accordance with the Contract Documents, except as to overcharges which result from antitrust violations commencing after the Contract Sum is established and which are not passed on to Owner under a Change Order. Contractor shall put a similar clause in its Subcontracts, and require a similar clause in its sub- Subcontracts, such that all claims for such overcharges on the Work are passed to Owner by Contractor. 10.10 HEADINGS AND CAPTIONS Headings for convenience only: All headings and captions used in these General Conditions are only for convenience of reference and shall not be used in any way in connection with the meaning, effect, interpretation, construction, or enforcement of the General Conditions, and do not define the limit or describe the scope or intent of any provision of these General Conditions. 10.11 DIVERSE BUSINESS PARTICIPATION The City of Renton encourages participation in all of its contracts by Diverse Businesses as found in RCW Chapters 39, 43, and WAC 326. The voluntary Diverse Business goal of 26%, which is an aggregate of: 10% Minority Business Enterprises (MBE), 6% Women Business Enterprises (WBE), 5% Veteran-owned Business, and 5% Washington Small Businesses self- identified in the Washington Electronic Business Solution (WEBS) http://www.des.wa.gov/services/ContractingPurchasing/Business/Pages/WEBSRegistration.aspx. Contractors are encouraged to meet or exceed the project goals in the advertisement by any level of participation, regardless of category. 10.12 APPRENTICESHIP PARTICIPATION In accordance with RCW 39.04.320, the City of Renton requires 15% apprenticeship participation for projects estimated to cost one million dollars or more. Apprentice participation, under this DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-013 00 72 00 - 54 of 54 Kiwanis Park Improvements February 4, 2022 contract, may be counted towards the required percentage (%) only if the apprentices are from an apprenticeship program registered and approved by the Washington State Apprenticeship and Training Council (RCW 49.04 and WAC 296-05). A. Bidders may contact the Department of Labor and Industries, Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 by phone at (360) 902-5320, and e-mail at Apprentice@Lni.wa.gov, to obtain information on available apprenticeship programs. B. For each project that has apprentice requirements, the contractor shall submit a “Statement of Apprentice and Journeyman Participation” in a format approved by the City with every request for progress payment. The Contractor shall submit consolidated and cumulative data collected by the Contractor and collected from all subcontractors by the Contractor. The data to be collected and submitted includes the following: 1. Contractor name and address 2. Contract number 3. Project name END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 73 00 – Supplemental Conditions Contract No. CAG-22-013 00 73 00 - 1 Kiwanis Park Improvements February 4, 2022 1.1 NON-DISCRIMINATION LAWS A.Comply with all applicable federal, state and local nondiscrimination laws and/or policies, including but not limited to the Americans with Disabilities Act; Civil Rights Act; and the Age Discrimination Act. 1.2 WAGES AND JOB SAFETY A.Comply with all applicable laws, regulations and policies of the United States, State of Washington, and City of Renton which affect wages and job safety. State Prevailing Wage Laws (RCW 39.12) or federal Davis-Bacon Act, as amended, (40 U.S.C. 3141-3148); whichever is greater, are applicable, to comply with such laws, to pay the prevailing rate of wage to all workers, laborers, mechanics employed in the performance of any part of this contract. B.File a Statement of Intent to pay prevailing wage with the Washington State Department of Labor and Industries as required by RCW 39.12.040. Comply with the provisions of the rules and regulations of the Washington State Department of Labor and Industries. 1.3 DISBARMENT AND CERTIFICATION A.Do not enter into any agreements or arrangements related to this Agreement with any party that is on the Washington State Department of Labor and Industries “Debarred Contractor List”. 1.4 RECORD MAINTENANCE A.Maintain all books, records, documents, data, and other evidence relating to this Agreement and performance of services, as described herein. Retain such records for a period of nine (9)years from the date of Final Acceptance, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. B.Access to Records and Data. At no additional cost, records relating to this project, including all materials generated under this Agreement, shall be subject at all reasonable times to inspection, review or audit by state granting agencies, Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. 1.5 EQUAL EMPLOYMENT OPPORTUNITY A.In accordance to 41 C.F.R. Part 60. B.Disadvantaged Business Enterprise Requirements 1.Comply with the requirements of the EPA’s Utilization of Small, Minority, and Women’s Business Enterprises in this work. 2.Minority and Women’s Business Participation – solicit and recruit, to the maximum extent possible, certified minority owned (MBE) and women owned (WBE) businesses. Meeting the goals is voluntary, achievement of these goals is encouraged and all Bidders/Contractors or organizations submitting qualifications shall take the following affirmative steps in procurement of goods and services: DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 73 00 – Supplemental Conditions Contract No. CAG-22-013 00 73 00 - 2 Kiwanis Park Improvements February 4, 2022 a. Included qualified minority and women’s businesses on solicitation lists. b. Assure qualified minority and women’s businesses are solicited whenever they are potential sources for services or supplies. c. Divide the total requirements, when economically feasible, into smaller tasks or quantities, to permit maximum participation by qualified minority and women’s businesses. d. Establish delivery scheduled, where work requirements permit, which will encourage participation of qualified minority and women’s businesses. e. Use the services and assistance of the State Office of Minority and Women’s Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. 3. MBE/WBE Goals: a. Purchased Goods – 8% MBE 4% WBE b. Purchased Services – 10% MBE 4% WBE c. Professional Services – 10% MBE 4% WBE 4. MBE/WBE Reporting. In accordance with the deviation from 40 C.F.R. 33.502, signed November 8, 2013. 1.6 CONTRACT ANTI-KICKBACK A. Comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), prohibits from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is entitled. 1.7 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. 3701-3708) A. Employment of mechanics and laborers must be in compliance with 40 U.S.C. 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours in excess of 40 hours in the work week. B. In accordance to 40 U.S.C. 3704, no laborer or mechanic must be required to work in surroundings or under conditions which are unsanitary, hazardous or dangerous. 1.8 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT A. Comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671 q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387), as amended. 1.9 HISTORICAL AND CULTURAL ARTIFACTS A. In the event that historical or cultural artifacts are discovered at the Project site during construction, construction shall immediately stop and notify the local historical preservation officer and the state historical perseveration officer and the Washington State Department of Archaeology and Historic Preservation. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 00 73 00 – Supplemental Conditions Contract No. CAG-22-013 00 73 00 - 3 Kiwanis Park Improvements February 4, 2022 2.0 TREATMENT OF EQUIPMENT AND ASSETS A. Provide records of all equipment installed in the Work, description of the property, including serial number or other identification number. 2.1 RIGHT OF INSPECTION A. Authorized agent of the funding agencies shall have a right of access to the project at reasonable times, in order to monitor and evaluate performance, long-term obligations, compliance, and other quality assurance under the funding agreement. 2.2 ACKNOWLEDGEMENT AND SIGNS A. Post on Project Signage the acknowledgment of the applicable grant program’s funding contribution. B. Post open visible signage or other appropriate media at project entrances and other locations to notify the public of the closure of park site. 1. Closure of project site. 2. Closure of trail and access at northwest pedestrian gate. 3. Closure at parking lot at 7th Avenue. 2.3 INDEMIFICATION RCW TITLE 51 – INDUSTRIAL INSURANCE A. Any agreement relating to this project involving any contractors, subcontractors and/or vendors of any tier shall require that the contracting entity indemnify, defend, waive RCW 51 immunity, and otherwise protect, defend, indemnify and hold the State and its officers and employees harmless from all crimes, demands, or suits of law or equity arising in whole or in part. 2.4 SECULAR USE OF FUNDS A. No funds may be used to pay for any religious activities, worship, or instructions, or for the lands and facilities for religious activities, worship or instruction. 2.6 COVID HEALTH AND SAFETY REQUIREMENTS A. Contractor shall follow all Federal, State, County and Local health requirements for COVID safety and work conditions. B. All contractors have a general obligation to keep a safe and healthy worksite in accordance accordingly. Under RCW 49.17.060, “each employer shall furnish to each of their employees a place of employment free from recognized hazards that are causing or likely to cause serious injury or death to his or her employees and shall comply with the rules, regulations, and orders promulgated under this chapter.” END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS KIWANIS PARK IMPROVEMENTS SECTION 00 80 00 - Forms Contract No. CAG-22-013 00 80 00 - 1 Kiwanis Park Improvements February 4, 2022 1.1 Submit With Bid 1.Bid Proposal Form 2.Form A – Proposal Bid Bond 1.2 Submit Within 1 hour of Bid Submission: 1.Form B – List of Subcontractors, Part One (Submission of Plumbing and Electrical Subcontractors) 1.3 Submit Within 48 hours of Bid Submission: 1.Form C – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors) 1.4 Submit Within 2 Business Days of Notice by Owner of Apparent Low Bid: 1.Form D – Contractor Qualifications/Evaluation 2.Form E – Qualifications of Key Personnel 1.5 Submit With Executed Agreement – City of Renton Standard Form of Agreement 1.Form F – 100% Contract Bond Form 2.Required Insurance Certificates END OF SECTION KIWANIS PARK IMPROVEMENTS Proposal Bid Bond – FORM A BID BOND PAGE 1 OF 1 FORM A Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ________________________________ ____________________of [address] ____________________________________________ as Principal, and [Surety] __________________________________________________________________ a corporation duly organized under the laws of the State of ____________________________________ , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the Bid of said Principal for the Work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed Bid for the following construction, to wit: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ said Bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal Bid by said Principal be accepted, and the Contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said Contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Bidding Documents and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ___________________________ day of ___________________________, ________. ________________________________ ________________________________ [Principal] [Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] ________________________________ By: _____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ [Phone Number] KIWANIS PARK IMPROVEMENTS List of Subcontractors, Part One – FORM B Kiwanis Park Improvements Page 1 of 2 List of Subcontractors, Part One – FORM B CITY OF RENTON EMAIL TO: awyatt@rentonwa.gov This list must be submitted within one (1) hour of the time and date specified for Bid Submission. Bidder’s Name: Project: Kiwanis Park Improvements 815 Union Avenue North Renton, WA 98059 CAG 22-013 SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. Every Bidder must list the Heating, Ventilation, and Air Conditioning (HVAC), Plumbing, and Electrical subcontractors as required per RCW 39.30.060. Subcontractor Name Work Category 1. Plumbing 2. Electrical If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted, is described below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.) Describe any change to list if Alternates are accepted: [SIGNATURE PAGE FOLLOWS] LIST OF SUBCONTRACTORS, PART ONE Submission of Plumbing, and Electrical Subcontractors KIWANIS PARK IMPROVEMENTS List of Subcontractors, Part One – FORM B Kiwanis Park Improvements Page 2 of 2 List of Subcontractors, Part One – FORM B Legal Name of Person or Entity Submitting Bid: _____ NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signature: Title: Printed Name: Address: City: State: Zip Code: Date: Telephone: Fax: Washington Contractor's License No.: Federal Tax ID #: E-mail address: Washington State UBI No.: Expiration Date: End of Form KIWANIS PARK IMPROVEMENTS List of Subcontractors, Part Two – FORM C Kiwanis Park Improvements Page 1 of 2 List of Subcontractors, Part Two – FORM C CITY OF RENTON EMAIL TO: awyatt@rentonwa.gov This list must be submitted within forty-eight (48) hours of the time and date specified for Bid Submission. Bidder’s Name: Project: Kiwanis Park Improvements 815 Union Avenue North Renton, WA 98059 CAG 22-013 SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. Every Bidder must list the Heating, Ventilation, and Air Conditioning (HVAC), Plumbing, and Electrical subcontractors as required per RCW 39.30.060. Subcontractor Name Work Category 1. Structural Steel Installer If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted, is described below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.) Describe any change to list if Alternates are accepted: [SIGNATURE PAGE FOLLOWS] LIST OF SUBCONTRACTORS, PART TWO Submission of Structural Steel Subcontractors KIWANIS PARK IMPROVEMENTS List of Subcontractors, Part Two – FORM C Kiwanis Park Improvements Page 2 of 2 List of Subcontractors, Part Two – FORM C Legal Name of Person or Entity Submitting Bid: _____ NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signature: Title: Printed Name: Address: City: State: Zip Code: Date: Telephone: Fax: Washington Contractor's License No.: Federal Tax ID #: E-mail address: Washington State UBI No.: Expiration Date: End of Form KIWANIS PARK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM D (Must submit within 2 Business Days following Bid Submittal) – Email to: awyatt@rentonwa.gov KIWANIS PARK IMPROVEMENTS 1 | Page Contractor Qualifications/Evaluation – FORM D Contractor Name: Date Incorporated: Mailing Address: State Incorporated: Business Phone: Owner/President’s Name: Contact Name and Title: Other or Former Organization Name(s) Contact Phone: Contact Email: Reason for Name Change(s): PERFORMANCE EXPERIENCE •Has company been disqualified (debarred) from performing public work by State of Washington or federal government? •Yes No •Are there any judgments, claims, arbitration proceedings or suits pending against company or its officers? Yes No If Yes, please describe: Judgments •Has company ever failed to complete any work awarded to it? Yes No If Yes, please describe: •Has company been obligated for liquidated damages within the past 5 years? Yes No If Yes, please describe: FINANCIAL INFORMATION 1.Average total annual value of construction work performed during the past 5 years: 2. Provide at least three trade references: •Name/Contact •Name/Contact •Name/Contact3.Provide surety company and agent name: Surety PROJECT EXPERIENCE – Projects of Similar Scope Requiring Prevailing or Davis Bacon Wages within Past 5 Years (3 Required) PROJECT #1 Description Of Project: Original Contract Amount Final Contract Amount: Project Name: Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date Firm was General Contractor: Yes No If not GC, describe role: Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No KIWANIS PARK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM D (Must submit within 2 Business Days following Bid Submittal) – Email to: awyatt@rentonwa.gov KIWANIS PARK IMPROVEMENTS 2 | Page Contractor Qualifications/Evaluation – FORM D Phone: Phone: Email: Email: PROJECT #2 Description Of Project: Original Contract Amount Final Contract Amount: Project Name: Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date Firm was General Contractor: Yes No If not GC, describe role: Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No Phone: Phone: Email: Email: PROJECT #3 Description Of Project: Original Contract Amount Final Contract Amount: Project Name: Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date Firm was General Contractor: Yes No If not GC, describe role Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No Phone: Phone: Email: Email: KIWANIS PARK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM D (Must submit within 2 Business Days following Bid Submittal) – Email to: awyatt@rentonwa.gov KIWANIS PARK IMPROVEMENTS 3 | Page Contractor Qualifications/Evaluation – FORM D KIWANIS PARK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E (Must submit within 2 Business Days following Bid Submittal) Email to: awyatt@rentonwa.gov KIWANIS PARK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E Page 1 of 2 PROJECT MANAGER Name: Current Position with Company: Years’ Experience Total With Current Firm Firm Name and Location (City and State): Training/Education/Specialization: Years of Experience in the Proposed Role: RELEVANT PROJECT 1 of 3 (Minimum) Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 2 of 3 (Minimum) Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 3 of 3 (Minimum) Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm Name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: KIWANIS PARK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E (Must submit within 2 Business Days following Bid Submittal) Email to: awyatt@rentonwa.gov KIWANIS PARK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E Page 2 of 2 SUPERINTENDENT Name: Current Position with Company: Years’ Experience Total With Current Firm Firm Name and Location (City and State): Training/Education/Specialization: Years of Experience in the Proposed Role: RELEVANT PROJECT 1 of 3 Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 2 of 3 Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 3 of 3 Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm Name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: End of Form KIWANIS PARK IMPROVEMENTS Contract Bond – FORM F KIWANIS PARK IMPROVEMENTS PAGE 1 OF 2 Contract Bond – FORM F CONTRACT BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned ______________________________________________________________________________ ______________________________________________________________________________ as principal, and _____________________________________ corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $_______________________________ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at ______________, Washington, this ______________ day of ___________, 20___. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. __________ providing for construction of the Kiwanis Park Improvements; the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the condition that Principal: •Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; •Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all other persons or agents who supply labor, equipment, or materials to the Project; •Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and KIWANIS PARK IMPROVEMENTS Contract Bond – FORM F KIWANIS PARK IMPROVEMENTS PAGE 2 OF 2 Contract Bond – FORM F reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. • Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington (RCW) and all taxes imposed on the Principle under Title 82 RCW. The indemnities to Owner shall also inure to the benefit of the Architect and other design professionals retained by Owner in connection with the Project. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this _______ day of _________________, 20 ___. Principal Surety Signature Signature Title Title Name and address of local office of agent and/or Surety Company: DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-013 01 10 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A.This Section includes the following: 1.Work covered by the Contract Documents. 2.Type of contract. 3.Permits, fees and bonds. 4.Work sequence 5.Owner's occupancy requirements. 6. Contractor use of site and premises. 7.Work restrictions. B.Related Sections include the following: 1.Division 1 Section 01 50 00 “Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.02 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.03 PROJECT A.Project Name: Kiwanis Park Improvements 1.Owner's Name: City of Renton 2.Architect’s Name: Bruce Dees & Associates, LLC. 3.The Project consists of the following: a.Construction of park improvements and related site work. Work includes demolition of existing Activity Building and related works, earthwork, utility installation, picnic pavilion/shelter, Portland Loo Restroom, synthetic all-weather baseball infield surfacing, baseball field backstop, covered dugouts and bleachers, basketball court asphalt and sports surfacing, ornamental fencing, lighting, park signage, concrete flatwork, site furnishings, playground equipment, landscape planting, landscape irrigation and other improvements for the construction of Kiwanis Park Improvements, for the City of Renton, Washington, as shown and described in the Contract Documents prepared by Bruce Dees & Associates, LLC dated February 4, 2022. b.Additive Alternate 1: (1)State the amount to be added to the Base Bid to provide the Prefabricated Site Shelter including footings. If this alternate is not awarded, terminate the electrical conduit in a J-Box at the northwest corner post location. (2)NOTE: The Base Bid includes all other work. 1.04 CONTRACT DESCRIPTION A.Contract Type: Single General Construction Contract based on a single lump-sum price as described in Division 00 11 13 – Advertisement for Bids. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-013 01 10 00 - 2 Kiwanis Park Improvements February 4, 2022 1.05 PERMITS, FEES AND BONDS A.The Owner will obtain and pay for the following permits prior to a Notice to Proceed. Permits obtained: WA Department of Ecology 401 Water Quality Certification, City of Renton Land Use Permit. The Contractor shall follow all Provisions noted on the Approvals and Permits. Copies of the Approvals and Permits are available from the Owner. B.Contractor shall obtain and pay for all Plumbing, Electrical, Traffic Control Plan and other Building Permits as required by the City of Renton and other regulatory agencies. 1.06 WORK SEQUENCE A.The work will be a single project with Notice to Proceed and Substantial Completion dates. 1.Work period from Notice to Proceed to Substantial Completion. 2.Anticipated Notice to Proceed: April 4, 2022. 3.Substantial Completion Date: November 25, 2022. B.The Contractor shall schedule and supervise the work to accomplish completion within the contract time. 1.07 OWNER OCCUPANCY A.Cooperate with Owner to minimize conflict and to facilitate Owner's operations. Maintain access to existing walkways, corridors, and other adjacent facilities. Do not close or obstruct roads, sidewalks, or driveways without written permission from Owner and authorities having jurisdiction. 1.08 CONTRACTOR USE OF SITE AND PREMISES A.Construction Operations: Limited to areas noted on Drawings. B.Arrange use of site and premises to allow: 1.Work by Others. 2.Work by Owner. C.Provide access to and from site as required by law. 1.Do not obstruct roadways, sidewalks, or other public ways without permit. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-013 01 10 00 - 3 Kiwanis Park Improvements February 4, 2022 D. SPECIFICATION SECTIONS APPLICABLE TO ALL CONTRACTS 1. Unless otherwise noted, all provisions of the sections listed below apply to all contracts. Specific items of work listed under individual contract descriptions constitute exceptions. 2. Section 01 30 00 - Administrative Requirements. 3. Section 01 32 16 - Construction Schedule. 4. Section 01 40 00 - Quality Requirements. 5. Section 01 50 00 - Temporary Facilities and Controls. 6. Section 01 70 00 - Execution and Closeout Requirements. 7. Section 01 78 00 - Closeout Submittals. F. WORK RESTRICTIONS 1. Hours of Operation: Per City of Renton Municipal Code 4-4-030 C.: Commercial, multi- family, new single family and other nonresidential construction activities shall be restricted to the hours between seven o’clock (7:00) a.m. and eight o’clock (8:00) p.m., Monday through Friday. Haul hours shall be restricted to the hours between eight-thirty (8:30) a.m. and three-thirty (3:30) p.m., Monday through Friday, and work on Saturdays shall be restricted to the hours between nine o’clock (9:00) and seven o’clock (7:00), unless otherwise approved in advance by the Owner, in conjunction with the Parks and Recreation Division. 2. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated. a. Provide Owner not less than 72 hours’ notice in advance of proposed utility interruptions. b. Do not proceed with utility interruptions without Owner's written permission. 3. Contractor will coordinate construction activities, including all deliveries and equipment movement with Parks Maintenance Staff, , and others as required before commencing activities in the construction area. Contractor will notify Owner of any planned construction activities in the areas of the parking lots, roadways, or other areas of the park ten (10) calendar days before scheduled activities. 4. Other Restriction per Section 01 50 00 Temporary Facilities and Controls. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 11 30 – Hazardous Materials Contract No. CAG-22-013 01 11 30 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 – GENERAL 1.01 SUMMARY A.This Section includes administrative and procedural requirements for hazardous materials. 1.02 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.03 NOT USED 1.04 CONTRACTOR NOTIFICATION A.Contractor to provide the Owner with a complete list of all hazardous chemicals and other materials intended to be used during execution of the project, including storage locations. 1.05 HAZARDOUS MATERIAL A.The Contractor shall bring to the attention of the Owner any material suspected of being hazardous which is encountered during execution of the Work. The Owner will arrange for tests to determine if the material is hazardous. If the material is found to be hazardous the Owner will initiate the construction modification procedure for its abatement by the Contractor. B.Compliance with Regulations: All work shall comply with the applicable laws, regulations and requirements. The disposal of any hazardous materials encountered shall also comply with the requirements of applicable federal, state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent shall apply. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 12 00 – Delegated Design Contract No. CAG-22-013 01 12 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 - GENERAL 1.01 GENERAL A. Section Includes: Requirements in this section apply to delegated design ("design-build") building systems and fabricated assemblies identified in individual specification sections B. The general provisions of the Contract, including General, Modified, and Supplemental Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: Requirements in this section apply to delegated design ("design-build") building systems and fabricated assemblies identified in individual specification sections: 1. Portland Loo 2. Shelter 3. Fencing 4. Playground Equipment 1.03 INTENT A. Design requiring structural analysis of load bearing components and connections. 2. Design requiring compliance with life or health safety regulation. B. Performance and Design Criteria: Provide products and systems complying with specific performance and design criteria indicated where professional design services or certifications by a design professional are specifically required of Contractor by Contract Documents. C. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to the Owner. D. Delegated design will be required for elements designed by a specialty professional, which may include: 1. Elements that require specialized fabrication equipment or a proprietary fabrication process not usually available at job site 2. Elements normally fabricated off-site 3. Elements requiring engineering, not normally a part of scope of services performed by architectural; structural; mechanical; electrical; or other disciplines of Engineer. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 12 00 – Delegated Design Contract No. CAG-22-013 01 12 00 - 2 Kiwanis Park Improvements February 4, 2022 1.04 STATUS OF BID DOCUMENT A. Contract Drawings are diagrammatic and do not purport to identify nor solve problems of thermal or structural movement, anchorage or moisture resistance of any manufactured assemblies. B. Requirements shown by details are intended to establish basic dimension of unit, sight lines and profiles of members. C. Coordinate shop drawings and installation to resolve conflicts. D. Allow for installation tolerances, expansion and contraction of adjacent materials, and design. E. Assemblies shall be free from rattles, and noise due to thermal and structural movement and wind pressure. F. Attachment considerations are to take into account site peculiarities and expansion and contraction movements so there is no possibility of loosening, weakening, or fracturing connection between units and building structure or between units themselves. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 14 00 – Work Restrictions Contract No. CAG-22-013 01 14 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 USE OF PREMISES A.Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1.Unless otherwise indicated, keep roadways, building entryways, pathways and sidewalks clear and available to Owner and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a.Schedule deliveries to minimize use of roadways and to minimize space and time requirements for storage of materials and equipment on-site. b.Maintain site fencing. Protect existing conditions and areas to remain. B.Work Hours: 1.Weekdays (Monday through Friday): 7 a.m. to 8 p.m. 2.Haul Activities: 8:30 a.m. to 3:30 p.m. 3. Weekends: a.Saturday: 9 a.m. to 8 p.m. b.Sunday and Holidays (City of Renton official recognized): No work permitted. 1.03 NOISE CONTROL A.Meet all requirements of WAC 173-60-040. Maintain the level of construction noise inside adjacent buildings from exceeding a dB(A) 60 curve (with windows closed). B.Meet all requirements of the City of Renton Municipal Code. C.Outdoor Vehicle and Internal Combustion Engine Noise: The noise level of each piece of equipment shall not be greater than 85 dB(A) at a distance of 50 feet as measured under noisier operating conditions. Provide rubber-tired equipment whenever possible instead of metal- tracked equipment. Mufflers for stationary engines shall provide hospital-area silencing quality. D.Air Compressors: Equip air compressors with silencing packages. Electric-driven compressors are preferred. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-013 01 20 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A.Procedures for preparation and submittal of applications for progress payments. B.Documentation of changes in Contract Sum and Contract Time. C.Modification procedures. D.Procedures for preparation and submittal of application for final payment. 1.02 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B.See General Conditions all requirements pertaining to retainage. 1.03 SCHEDULE OF VALUES A.Format: On 8-1/2" X 11" paper. B.Forms filled out by hand will not be accepted. C.Submit printed schedule on form acceptable to the Owner. Contractor's standard form or electronic media printout will be considered. D.Submit for Owner approval, electronic format of Schedule of Values, a minimum of 15 days before first Application for Payment submittal. Approved Schedule of Values will be used by the Owner as the basis for progress payments. E.Format: Schedule of Values shall breakdown the total Contract Sum to each category of work utilizing the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. 1.Site mobilization shall not exceed 5% of Contract Sum. 2.Construction closeout shall not be less than 3% of Contract Sum. 3.For each line item exceeding 5% of Contract Sum, show breakdown by major products and operations. 4.Cross reference Schedule of Values amounts to the Construction Progress Schedule scheduled tasks with specified in Section 01 32 16 – Construction Schedule. 5.Round figures to nearest dollar amount. 6.Make sum of total scheduled costs equal to Contract Sum. 7.Major cost items, which are not directly a cost of actual work-in-place, such as distinct temporary facilities, may be either shown as items in schedule of values or included in General Conditions, mobilization and/or demobilization at Contractor's option. F.Revise schedule to list approved Change Order Proposals (COP), with each Application for Payment. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-013 01 20 00 - 2 Kiwanis Park Improvements February 4, 2022 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A.Payment Period: Submit at intervals stipulated in the Agreement, if not stipulated, at monthly intervals. B.Prior to first Application for Payment, submit approved Intent to Pay Prevailing Wages forms for Contractor and all subcontractors. Without exception, processing of an Application for Payment will not begin until approved copies are on file with Owner for each classification of laborers, workers, or mechanics employed by Contractor or subcontractors included in that Application. 1.Submit a list of all subcontractors and all suppliers. 2.Submit instructions to Owner for the disposition of retainage funds. a.In accordance with chapter 60.28 of the Revised Code of Washington (RCW), Owner shall reserve a contract retainage not to exceed Five percent of the moneys earned by Contractor as trust fund for the protection and payment of: 1)The claims of any person and Owner arising in accordance with the Contract Documents. 2)The state with respect to taxes imposed pursuant to Title 82 RCW which may be due from such Contractor. b.The funds held in retainage shall be held until forty-five (45) days following Final Acceptance subject to the provisions of chapters 39.12 and 60.28 RCW. c.Contractor's written instructions should be addressed to the Owner with a copy to the Architect. d.At the option of Contractor, the moneys reserved by Owner shall be either: 1)Retained in a fund by Owner. 2)Bonded for all or any portion of the contract retainage in a form acceptable to Owner; or 3)Deposited in an interest-bearing account in a bank, mutual savings bank, or savings and loan association. 4)Placed in escrow with a bank or trust company by Owner. (a)Escrow Agent: If the retained funds are to be placed in escrow, Contractor will select the escrow agent, subject to approval by Owner. The selected agent must be a bank or trust company in the State of Washington. (b)Pursuant to electing the escrow option, an escrow agreement shall be executed by Contractor, Owner, and bank. Three copies of the agreement should be completed and executed by Contractor and returned to Owner for joint execution, who in turn will forward all copies to the bank for receipt and acceptance. The bank will retain one copy and return one copy each to Contractor and Owner. A completed and signed escrow agreement must be on file with Owner for payment before Contractor's first application is processed. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-013 01 20 00 - 3 Kiwanis Park Improvements February 4, 2022 (c)Escrow Payments: As each progress estimate is presented for payment, Contractor shall make a vouchered request for the retained funds that are to be placed in escrow. Upon receiving a retainage invoice, Owner will issue a check payable to Contractor and the bank jointly. Such checks will be mailed to the bank and Contractor will receive copies of check transmittal letters. (d)Escrow Investments: The bank shall invest the retained funds in bonds and other securities selected by Contractor from the following list approved by Owner: (1)Bills, certificates, notes or bonds of the United States. (2)Other obligations of the United States or its agencies. (3)Obligations of any corporation wholly owned by the government of the United States. (4)Indebtedness of the Federal National Mortgage Association. (5)Time deposits in commercial banks, mutual savings banks, and savings and loan associations in the State of Washington. (e)Deposits in savings accounts in commercial banks, mutual savings banks, and savings and loan associations in the State of Washington. (f)The investments selected must mature on or prior to the date set for completion of the contract, including extensions thereof or forty-five (45) days following the Final Acceptance of the improvement or work. Interest on such investments shall be paid to Contractor as it accrues. (g)Escrow Costs and Fees: All escrow costs and fees shall be paid by Contractor, in accordance with the Escrow Agreement. (h)Release of Escrow Investments to Contractor: Upon Final Acceptance and the expiration of forty-five (45) days following the date of Acceptance, and contingent upon Contractor's compliance with provisions of the public works statutes, Owner will issue written instructions to the bank to release to Contractor the investment held in escrow. If there should be either unpaid taxes or other unsatisfied claims against the retained percentage, the provisions of the Escrow Agreement will govern. C.Submit draft Application for Payment to Owner for approval 10 days prior to submittal of actual Application for Payment. D.Present required information in digital form. E.Form: As approved by the Owner F.Execute certification by signature of authorized officer. G.Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed. H.List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. I.Submit one signed digital image of each Application for Payment. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-013 01 20 00 - 4 Kiwanis Park Improvements February 4, 2022 J.Include the following with the application: 1.Construction progress schedule revised and current as specified in Section 01 32 16. 2.Partial release of liens from major Subcontractors and vendors. 3.Affidavits attesting to off-site stored products if any. 4.Statements of Intents to Pay Prevailing Wages as documented by the Washington State Department of Labor and Industries for each contractor or subcontractor included on the Pay Application. 5.List with Contractor, sub-contractors, and all sub-sub-contractors invoice amounts, UBI number, and Affidavit of Intent’s number. 6.Copies of Certified Payroll from Contractor and all sub-contractors. K.When Owner requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. 1.05 MODIFICATION PROCEDURES A.Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time as authorized by the Conditions of the Contract by issuing supplemental instructions on Owner's standard form. B.For other required changes, Owner will issue a Field Authorization (FA) signed by the Owner, A/E and Contractor instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1.The document will describe the required changes, will identify an initial estimate of the probable cost of any changes, and will designate method of determining any change in Contract Sum or Contract Time. 2.Promptly execute the change. C.For changes for which advance pricing is desired, Owner will issue a request for Change Order Proposal (COP) that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit a fixed price quotation within 5 days. D.Contractor may propose a change by submitting a request for change to Owner, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation. E.Computation of Change in Contract Sum: Will be as specified in the Agreement and the General Conditions. 1.For change requested by Owner for work falling under a fixed price contract, the amount will be based on Contractor's price quotation. 2.For change requested by Contractor, the amount will be based on the Contractor's request for a Change Order as approved by Owner. 3.For change ordered by Owner without a quotation from Contractor, the amount will be determined by Owner based on the Contractor's substantiation of costs as specified for DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-013 01 20 00 - 5 Kiwanis Park Improvements February 4, 2022 Time and Material work. F. Substantiation of Costs: Provide full information required for evaluation. 1. Provide following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. f. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 2. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. G. Execution of Change Orders: Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. H. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price. I. Promptly revise progress schedules to reflect any change in Contract Time, revise sub- schedules to adjust times for other items of work affected by the change, and resubmit. J. Promptly enter changes in Project Record Documents. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: 1. Closeout procedures specified in Section 01 70 00. 2. Contractor's Certification of Payment of Debts Claims. 3. Contractor's Certificate of Release of Liens. 4. Owner's approval of Closeout submittals specified in Section 01 78 00. 5. Completion of punchlist with Owner’s approval. 6. Completion of all Change Orders. 7. Submittal of Affidavit of wages paid for Contractor and subcontractors. 8. L&I release. 9. Sign-off of all required permits. 10. Posting of Certificate of Occupancy. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 21 00 – Prevailing Wage Rates Contract No. CAG-22-013 01 21 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 - GENERAL 1.01 SUMMARY A. This project, located in King County Washington, is subject to the payment of prevailing wages to all workers. It is the contractor’s responsibility to determine and use the applicable rates for the appropriate area of the state, as published by the Washington State Department of Labor and Industries. These rates are available on the web at https://lni.wa.gov/licensing- permits/public-works-projects/prevailing-wage-rates/. 1. Contractor must include these provisions in all subcontracts for work performed under this Contract. B. Based in the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is February 9, 2022. Upon written request, the Owner will mail a hard copy of the applicable prevailing wages for this project. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A.Administration and supervisory personnel. B.Communication procedures. C.Project meetings. D.Preconstruction meeting. E.Site mobilization meeting. F.Progress meetings. G.Coordination procedures. H.Submittal Types. I.Submittals for review and information. J.Number of copies of submittals. K.Submittal procedures. L.Daily Progress reports. 1.02 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B.Section 01 10 00 - Summary of Work: Work sequence and Owner occupancy. C.Section 01 32 16 - Construction Progress Schedule: Form, content, and administration of schedules. D.Section 01 40 00 - Quality Requirements: Procedural requirements for quality assurance and quality control. E.Section 01 70 00 - Execution and Closeout Requirements: Additional coordination requirements. F.Section 01 78 00 - Closeout Submittals: Project record documents. 1.03 SUBMITTALS A.Personnel list: For principal staff assignments. Include areas of responsibility, addresses, and phone numbers for 24-hour-contact. Include back-up personnel. B.Coordination drawings. C.Superintendent Daily Reports: Submit at progress meeting intervals, as approved by Owner and Architect. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 2 Kiwanis Park Improvements February 4, 2022 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ADMINISTRATION AND SUPERVISORY PERSONNEL A. Provide designated Project Manager, Superintendent and other administrative and supervisory personnel as required for proper performance of the Work. 3.02 COMMUNICATION PROCEDURES A. General 1. Address all Project correspondence through Owner. Do not contact Owner’s consultants directly, unless directed otherwise. Contractor's subcontractors will not directly contact the Owner, Architect, or Architect’s sub consultants. 2. Owner will issue all instructions, whether verbal or written. No other instructions will be recognized. Owner to coordinate all decisions and communications with the Architect. Owner will confirm verbal instructions in writing to Contractor. a. Exception: Minor clarifications may be confirmed in site reports or meeting minutes. 3. Format: Number correspondence sequentially beginning with Serial Letter No. 1. Include project title and number on all correspondence. B. Requests for Information 1. When field conditions or Contract Documents require clarification or verification by the Architect or Architect’s sub consultants, submit a written Request for Information (RFI) to the Owner. 2. Format: Number RFI's sequentially using a consistent form approved by Owner, containing the following information: a. Project name and number. b. RFI number (three digits, beginning with 001). c. Date of request. d. Date of required response. e. Subject title. f. Initiator of request. g. Contract Document reference (drawing and/or specification). h. Location on site. i. Description of issue. j. Contractor's proposed solution, if known. k. Cost impacts, if known. l. Space adequate for Architect's review acknowledgement and reply. 3. Provide only one question per RFI. 4. Route RFI's in same manner as Project correspondence. 5. Allow 10 working days for Owner to issue response. 6. Owner reserves the right to deny any RFI whose resolution is already contained within the Contract Documents. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 3 Kiwanis Park Improvements February 4, 2022 3.03 PROJECT MEETINGS A. Preconstruction Meeting 1. Owner will schedule a meeting to take place before or on the date for Notice to Proceed. 2. Attendance Required: a. Owner. b. Architect and selected consultants. c. Contractor, including Project Manager, Superintendent, QAM, and major site related subcontractors. d. City Parks, Facilities, and Development Services staff. 3. Agenda: a. Distribution of Contract Documents. b. Designation of project personnel. c. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal request, Change Orders, Record drawings and Contract closeout. d. Scheduling, early occupancy. e. Working hours. f. Responsibility for temporary facilities and controls. g. Construction related air quality control procedures. h. Safety. i. Security. j. Site access, traffic control, parking availability. 4. Owner will record minutes and provide copies to Architect and Contractor for their distribution to all parties affected by decisions or actions resulting from the meeting. B. Progress Meetings 1. Attend progress meetings at approvedintervals or as required by the Owner and Architect. Coordinate meeting schedule with preparation of applications for payment. 2. Owner will prepare agenda and preside at meetings. 3. Attendance Required: a. Owner. b. Architect and required sub consultants. c. Contractor, including Project Manager, Superintendent. d. Others as appropriate, such as but not limited to; Major Subcontractors, Suppliers, Manufacturers Representatives, and Consultants. 4. Agenda: a. Safety Report. b. Review minutes of previous meetings for any discrepancies and correct or approve. c. Review of Work progress since previous meeting. d. Look Ahead Schedule: Provide three (3) week look ahead simplified bar chart schedule coordinated and interfaced with project CPM schedule. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 4 Kiwanis Park Improvements February 4, 2022 e. Coordination issues, field observations, problems, and decisions. f. Identification of problems that impede, will impede, or present the potential for impeding planned progress. Identify corrective measures to regain projected schedules. g. Review Non-conforming work and status of correction. h. Review of submittals schedule and status of submittals. i. Review of off-site fabrication and delivery schedules. j. Review Requests for Information status. k. Review issuance of Supplemental Instructions. l. Review Contract Modifications status, including any effect on coordination and progress schedule. m. Maintenance of quality and work standards. n. Other business relating to Work. 5. Owner will record minutes and provide copies to Architect and Contractor for their distribution to all parties affected by decisions or actions resulting from the meeting. a. Required performance results. b. Protection of construction and personnel. 3.04 COORDINATION PROCEDURES A. Coordinate construction operations to ensure orderly and efficient installation of each part of the Work, with due consideration of those features of the Work dependent on each other for proper installation, connection, and operation. Ensure full accessibility for required maintenance, service, and repair. Make adequate accommodations for items scheduled for installation by others. B. When necessary to assure coordination, provide memoranda for distribution to each party involved, describing special coordination procedures. Include such items as required notices, reports, and meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their work is required. C. Coordination Meetings: Owner will conduct coordination meetings at appropriate intervals. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress and pre-installation meetings. 1. Required Attendees: a. Architect and Architect’s consultants, as required b. Contractor c. Superintendent d. Subcontractors e. Suppliers f. Other entities concerned with current progress or involved in planning, coordination, or performance of future activities. 2. Agenda: a. Scheduling. b. Interface requirements. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 5 Kiwanis Park Improvements February 4, 2022 c. Off-site fabrication. d. Access requirements. e. Site utilization. f. Temporary facilities and controls. g. Quality standards. 3.05 SUBMITTAL TYPES A. Product Data: Manufacturer's standard published data. Product data includes, as applicable, manufacturer's catalog cuts, written recommendations, specifications, and installation instructions; factory installed wiring diagrams; printed performance curves; operational range diagrams; compliance with recognized standards; testing agency labels, and other standard information. Mark each copy to identify applicable products, models, options, and other data. B. Shop Drawings: Project-specific information as depicted through fabrication and installation drawings, dimensions (field and factory), roughing-in and setting diagrams, design calculations, coordination requirements, and other project-specific information. C. Samples for Selection: Manufacturer's accurately printed or actual samples showing full range of available features, options, colors, textures, and patterns. D. Samples for Verification: Project-specific samples of actual products, illustrating functional and aesthetic characteristics and including all integral parts and attachment devices. Provide actual finishes in selected colors, textures, and patterns. E. Schedules: A form of shop drawing, typically presented in tabular form and summarizing key features of the Work. Not to be confused with construction progress schedule specified in Section 01 32 16. F. Qualification Data: Written information demonstrating the capabilities and experience of a firm or person. G. Certificates: Written statements certifying compliance with requirements. Submit product, installer, manufacturer, and material certificates on manufacturer's letterhead. Submit welding certificates on AWS or WABO forms or as required by authorities having jurisdiction. H. Test Reports: Reports written by a qualified testing agency, indicating and interpreting test results of materials or products for compliance with requirements. I. Inspection Reports: Reports written by a qualified inspection agency, indicating and interpreting inspection results of materials, products, or assemblies for compliance with requirements. J. Research/Evaluation Reports: Written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code(s) in effect for Project. K. Manufacturer's Field Reports: Written information documenting factory-authorized service representative's tests and inspections. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 6 Kiwanis Park Improvements February 4, 2022 L. Project Record Documents, Operation & Maintenance Data, and Warranties and Bonds: Combination of submittal types, submitted at project closeout. See Section 01 78 00. N. Material Safety Data Sheets: Submit directly to Owner. O. Others as indicated. 3.06 SUBMITTALS FOR OWNER'S REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. 5. Schedules. 6. Qualification Data. 7. Division 1 submittals (plans, construction progress schedules, lists, reports, closeout submittals, etc.) specified in individual Division 1 sections. B. Submit to Owner for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00 - CLOSEOUT SUBMITTALS. 3.07 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Permits. 6. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.08 NUMBER OF COPIES OF SUBMITTALS A. Submittals may be submitted electronically in a format or system acceptable to the Owner. Access to the document shall not require special programming, software, or other proprietary systems. Shop Drawings may be submitted electronically but will also require submission of one full-size printed copy. At the completion of the project, the contractor shall provide a complied digital record on a DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-013 01 30 00 - 7 Kiwanis Park Improvements February 4, 2022 storage device acceptable to the Owner. Additionally, they shall provide and one physical copy of all project submittals, organized by specification sections and contained in 3-ring binders with tabs, titles, and edge identification. B. Superintendents Daily Report 1. For each Project calendar day beginning with the date of Notice to Proceed, prepare a report concerning events at the Project site as follows: a. List of subcontractors on site. b. Number of personnel on site, and general responsibilities. c. Equipment on site. d. Material deliveries. e. High and low temperatures and general weather conditions. f. Accidents. g. Meetings and significant decisions. h. Unusual events, as described under Special Reports below. i. Stoppages, delays, shortages, and losses. j. Emergency procedures. k. Orders and requests of authorities having jurisdiction. l. Supplemental Instructions received and implemented. m. Change Orders received and implemented. n. Field Authorizations received, and documentation of activities covered under same. o. Services connected and disconnected. p. Equipment or system tests and startups. Electronically transmit the daily reports to the Owner at Progress Meetings. 2. Special Reports: When an event of an unusual and significant nature occurs at Project site, whether or not directly related to the Work, prepare and submit a special report directly to the Owner within one day of the occurrence. List chain of events, persons participating, and response by Contractor's personnel, evaluation of results or effects, and similar information. Advise Owner in advance when these events are known or predictable. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 32 16 – Construction Schedule Contract No. CAG-22-013 01 32 16 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Construction progress schedule, bar chart type. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 1 Specification sections, apply to this Section. B. Section 01 10 00 - Summary: For work sequence, Owner occupancy, and Owner-furnished items. C. Section 01 20 00 - Payment Procedures: For schedule of values. D. Section 01 30 00 – Administrative Requirements: For superintendent's daily progress reports. 1.03 REFERENCES A. Comply with AGC (CPSM) - Construction Planning and Scheduling Manual; Associated General Contractors of America; 2004. 1.04 SUBMITTALS A. Construction Progress Schedule: Indicate complete construction sequence, from Notice to Proceed through Final Completion. 1. Submit within 7 days of Notice to Proceed. 2. Include written certification that major contractors have reviewed and accepted proposed schedule. 3. Submit updated schedule with each Application for Payment. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. 1. Break down work so that no activity is longer than 21 days, unless specifically allowed by Owner. 2. List submittals, materials and installation as separate line items. 3. List all permit submittals showing submittal and anticipated issuance dates. 4. List all Owner supplied material delivery dates on schedule. 5. List all Work by Owner completion dates on schedule. B. Identify each activity by specification section number. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 32 16 – Construction Schedule Contract No. CAG-22-013 01 32 16 - 2 Kiwanis Park Improvements February 4, 2022 D. Indicate procurement activities for long-lead and major items, including submittal, approval, and fabrication activities. See Section 01 30 00 for submittal review durations. E. Coordinate content with schedule of values specified in Section 01 20 00. F. Provide legend for symbols and abbreviations used. G. Contract Modifications: For each proposed contract modification, and concurrent with its submission, prepare a time-impact analysis using the current approved schedule to demonstrate the effect of the proposed change on the overall project schedule. 3.02 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. B. Identify the first workday of each week. 3.03 REVIEW AND EVALUATION OF SCHEDULE A. Participate in joint review and evaluation of schedule with Owner and Architect at each submittal. B. Evaluate project status to determine work behind schedule and work ahead of schedule. C. After review, revise as necessary as result of review, and resubmit within 5 days. 3.04 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. G. Provide narrative report to define problem areas, anticipated delays, and impact on the schedule. Report corrective action taken or proposed and its effect. 3.05 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to General Contractor's project site file, to Subcontractors, suppliers, Architect and to the Owner. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for Quality assurance and Quality control. B. Mock-ups. C. Control of installation. D. Tolerances. E. Testing and inspection agencies and services. F. Control of installation. G. Tolerances. H. Manufacturers' field services. I. Defect Assessment. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and other Division 1 Specification sections, apply to this Section. B. Section 01 42 00 - Definitions. 1.03 REFERENCE STANDARDS 01 40 00 – Quality Requirements. A. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. B. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. 1.04 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and to ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work used to evaluate that actual product incorporated into the Work comply with requirements. Services do not include Contract enforcement activities performed by Engineer. 1.05 SUBMITTALS A. See Section 01 30 00 - ADMINISTRATIVE REQUIREMENTS, for submittal procedures. B. Project Quality Plan (PQP): Submit within 14 days of the Notice to Proceed a written plan detailing the organization and procedures proposed to achieve quality assurance and quality control so that materials, products, workmanship, on-site and off-site fabrication, construction, and operations are in compliance with the Contract Documents and within generally accepted quality standards for similar work. Demonstrate a thorough knowledge of DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 2 Kiwanis Park Improvements February 4, 2022 Contract requirements. The PQP is intended to function as a "living document," anticipating requirements and documenting results. At minimum, the PQP will include the following: 1.Qualification Data: For Contractor-provided testing agencies, to demonstrate their capabilities and experience, include proof of qualifications in the form of a recent agency inspection report performed by a recognized authority. 2.Schedule of Tests and Inspections: For all required tests and inspections. Prepare in tabular form and include the following: a.Specification Section number and title. b.Description of test or inspection. c.Identification of applicable standards. d.Identification of test and inspection methods. e.Number/frequency of tests and inspections required. f.Time schedule (or time span) for tests and inspections. g.Entity responsible for performing tests and inspections. h.Requirements for obtaining samples. i.Unique characteristics of each quality control service. 3.Test and Inspection Log: For use in Part 3 of this Section. C.Superintendent Daily Reports: Submit at bi-monthly intervals. D.Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.06 QUALITY ASSURANCE A.Delegated Design: Where professional design services or certifications by a design professional are specifically required of Contractor, provide products and systems complying with indicated performance and design criteria, or where not indicated, with performance and design criteria of authorities having jurisdiction. In addition to shop drawings, product data, and other required submittals, submit a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include the list of codes, loads, and other factors used in performing these services. 1.Professional Engineer Qualifications: A professional legally qualified to practice in the State of Washington and experienced in providing engineering services of the kind indicated. B.Basic Quality Assurance Qualifications: Wherever the Specifications refer to installers, manufacturers, fabricators, specialists, or factory-authorized service representatives, provide entities with the following qualifications: DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 3 Kiwanis Park Improvements February 4, 2022 1.Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. 2.Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance. 3.Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. 4.Specialists: Certain sections of the Specifications require that specific construction activities be performed by recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. a.Requirements for specialists shall not supersede building codes and regulations governing the Work. 5. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products similar in material, design, and extent to those indicated for this Project. 1.07 QUALITY CONTROL A.Owner will employ and pay for services of an independent Testing Agency to perform construction materials testing and inspections services as indicated in the Contract Documents. B.Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. C.Preconstruction Testing: Where approval of materials, products, or equipment depends on existing test results or preconstruction testing not specifically assigned to the Owner's Testing Agency, Contractor shall provide evidence of test results or, if necessary, shall arrange and pay for testing agency services. 1.Testing Agency Qualifications: An NRTL-recognized, NVLAP-accredited, or independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 548, and with additional qualifications specified in individual sections and as required by authorities having jurisdiction. 1.08 SUBSTITUTIONS A.The Owner and Architect will consider requests for Substitutions up to 10 days prior to bid opening date. Approved Substitutions will be listed on Addenda. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 4 Kiwanis Park Improvements February 4, 2022 B.Substitutions may be considered after bid opening only when a Product becomes unavailable through no fault of the Contractor. C.Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D.A request constitutes a representation that the Bidder/Contractor: 1.Has investigated proposed substitution Product and determined that it meets or exceeds the quality level of the specified Product. 2.Will provide the same warranty for the substitution as for the specified Product. 3.Will coordinate installation and make changes to other work that may be required for the Work to be complete with no additional cost to Owner. 4.Waives claims for additional costs or time extension that may subsequently become apparent. 5.Will reimburse Owner for review or redesign services associated with re-approval by authorities. E.Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals. F.Substitution Submittal Procedure: 1.All substitution requests shall be accompanied with the Substitution Request Form, completely filled out. Substitution Request Forms are found in the Specifications in Section 00 80 00. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A.Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B.Comply with manufacturers' instructions, including each step-in sequence. C.Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner before proceeding. D.Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E.Have Work performed by persons qualified to produce required and specified quality. F.Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 5 Kiwanis Park Improvements February 4, 2022 G.Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK-UPS A.Before installing portions of the Work where mock-ups are required, construct mock-ups in location and size indicated for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work. The purpose of mock-up is to demonstrate the proposed range of aesthetic effects and workmanship. B.Provide supervisory personnel who will oversee mock-up construction. Provide workers that will be employed during the construction at Project. C.Assemble and erect Mock-ups with specified materials, components, attachments, anchorage devices, flashings, seals, and finishes. D.Obtain Owner's approval of mock-ups before starting work, fabrication, or construction. 1. Owner will issue written comments within seven (7) working days of initial review and each subsequent follow up review of each mock-up. 2.Make corrections as necessary until Owner's approval is issued. E.Accepted mock-ups shall be a comparison standard for the remaining Work. F.Mock-ups will be removed at completion of construction unless specified to remain. Where allowed to remain, protect from all damage. G.Where possible salvage and recycle the demolished mock-up materials. 3.03 TOLERANCES A.Monitor fabrication and installation tolerance control of products to produce acceptable Work. Tolerances will not be cumulative. B.Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owner before proceeding. C.Adjust products to appropriate dimensions; position before securing products in place. 3.04 TEST AND INSPECTION LOG A.Prepare and maintain a record of tests and inspections. Include the following: 1.Date of test or inspection. 2.Description of Work tested or inspected. 3.Identification of testing agency or special inspector conducting test or inspection. 4.Test or inspection results. 5.Date test or inspection results were transmitted to Owner. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 6 Kiwanis Park Improvements February 4, 2022 B.Maintain log at Project site. Post additions and modifications as they occur. Provide access to test and inspection log for Owner's reference during normal working hours and prior to each Application for Payment. 3.05 TESTING AND INSPECTION A.Testing Agency Duties: 1.Provide qualified personnel at site. Cooperate with Owner and Contractor in performance of services. 2.Perform specified sampling and testing of products in accordance with specified standards. 3.Ascertain compliance of materials and mixes with requirements of Contract Documents. 4.Promptly notify Owner, Architect and Contractor of observed irregularities or non- conformance of Work or products. 5.Perform additional tests and inspections required by Owner. 6.Attend preconstruction meetings. 7.Submit reports of all tests/inspections specified. B.Limits on Testing/Inspection Agency Authority: 1.Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2.Agency may not approve or accept any portion of the Work. 3.Agency may not assume any duties of Contractor. 4.Agency has no authority to stop the Work. C.Contractor Responsibilities: 1.Cooperate with laboratory personnel and provide access to the Work. 2.Provide incidental labor and facilities: a.To provide access to Work to be tested/inspected. b.To obtain and handle samples at the site or at source of Products to be tested/inspected. c.To facilitate tests/inspections. d.To provide storage and curing of test samples. 3.Schedule tests and inspections with Testing Agency. Notify Owner, Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 4.Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 5.Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-013 01 40 00 - 7 Kiwanis Park Improvements February 4, 2022 D. Re-testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Owner. E.Re-testing required because of non-conformance to specified requirements shall be paid for by Contractor by deducting testing charges from the Contract Sum. 3.06 MANUFACTURERS' FIELD SERVICES A.When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, as applicable, and to initiate instructions when necessary. B.Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.07 DEFECT ASSESSMENT A.Replace Work or portions of the Work not conforming to contract document requirements. B.If, in the opinion of Owner, it is not practical to remove and replace the Work, Owner will direct an appropriate remedy or adjust payment. C.Maintain a Log of Non-conforming work, tracking items from instance of identification to resolution. 3.08 SUPERINDENDENT DAILY REPORTS A.Write daily reports for each calendar day, beginning with date of Notice to Proceed, on form(s) approved by Owner. Daily Reports will be factual records containing numerical data of the Work and quality assurance and control activities. Identify deficiencies in daily reports and in Non-Conforming Work Log as they occur and as they are resolved. Do not address production issues unless they impact quality assurance or quality control. B.Superintendent shall sign and date all reports. Verification shall include a statement that all materials and products incorporated into the Work are in compliance with the terms of the Contract except as noted. C.Submit copies of daily reports at each Progress Meeting. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 10 – Product Substitution Request Contract No. CAG-22-013 01 40 10 - 1 Kiwanis Park Improvements February 4, 2022 TO: CITY OF RENTON Parks Planning & Natural Resources Alan J. Wyatt, Capital Projects Manager Email to: awyatt@rentonwa.gov PROJECT NAME: CONTRACTOR: We hereby submit for consideration the following product instead of specified item for above project: Section Paragraph Specified Item Proposed Substitution: Attach complete dimensional information and technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and/or Specifications, which proposed substitution will require for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality, performance, and appearance to that which is specified. Clearly mark manufacturer's literature to indicate equality performance. Differences in quality of materials and construction shall be indicated. Fill in blanks below: A.Reason for substitution request: B.Does the substitution affect dimensions shown on Drawings: Yes_____ No _____ If yes, clearly indicate changes. C.Will the undersigned pay for changes to the design, including engineering and detailing costs caused by the request substitution: Yes _____ No _____Comment: ______________________________________________________________________________ DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 10 – Product Substitution Request Contract No. CAG-22-013 01 40 10 - 2 Kiwanis Park Improvements February 4, 2022 ______________________________________________________________________________ ______________________________________________________________________________ D.What effect does this substitution have on other trades, other Contracts, and Contract completion date: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ E.What effect does this substitution have on applicable code requirements: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ F.Differences between proposed substitution and specified item: G.Manufacturer's guarantee of the proposed and specified items are: Same _____ Different _______ (explain): ____________________________________ ______________________________________________________________________________ H.List of names and addresses of three similar projects on which product was used, date of installation, and Architect's name and address: I.Cost and supplier of specified product: J.Cost and supplier of proposed substitution product: The undersigned attests function and quality equivalent or superior to specified items. CERTIFICATION OF EQUAL PERFORMANCE : AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE. Submitted By: Signature Title Firm Address ______________________________________ Telephone ______________________________________ Date Signature must be by person having authority to legally bind the firm to the above term. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 40 10 – Product Substitution Request Contract No. CAG-22-013 01 40 10 - 3 Kiwanis Park Improvements February 4, 2022 ARCHITECT’S RECOMMENDATION: Accepted: Accepted as Noted: Not Accepted: Received Too Late: By: Date: Remarks: Concurrence by Architect: _________________________________________ OWNER’S ACCEPTANCE: Accepted: Accepted as Noted: Not Accepted: Received Too Late: By: Date: Remarks: Concurrence by Owner: _________________________________________ END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 42 00 – Definitions Contract No. CAG-22-013 01 42 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplemental Conditions and other Division 1 Specification sections, apply to this Section. 1.02 SUMMARY A.This section supplements the definitions contained in the General Conditions. In case of conflict, the General Conditions will take precedence. B.Other definitions are included in individual specification sections. 1.03 SPECIFICATION FORMAT AND CONTENT A.Specifications Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 2016 Master Format and City of Renton standards B.Specification Content: 1.Language: This specification uses certain conventions in the use of language and the intended meaning of certain terms, words and phrases when used in particular situations or circumstances. These conventions are explained as follows: a.Wording of the contract documents is abbreviated or streamlined and frequently includes incomplete sentences. 1)Abbreviated word and terms shall be interpolated as sense requires. Singular words shall be interpreted as plural and plural words interpreted as singular where applicable to the context indicated. b.These specifications are written in imperative mood. This imperative phraseology is directed to the Contractor, unless specifically noted otherwise. c.The terms "Shall", "Shall be", "Will", and "Will be" and similar words and phrases are defined to have compulsory meaning. 2.Assignment of Specialists: a.The specification requires that certain specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialist must be engaged for those activities, and their assignments are requirements over which the Contractor has no choice or option. However, the responsibility for fulfilling Contract requirements remains with the Contractor. b.This requirement shall not be interpreted to conflict with enforcement of building codes and similar regulations governing the work. It is also not intended to interfere with local trade union jurisdictional settlements and similar conventions. c.Use of titles such as "carpentry" in not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter". It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 42 00 – Definitions Contract No. CAG-22-013 01 42 00 - 2 Kiwanis Park Improvements February 4, 2022 d.The term "Installer" shall be used to refer to all specialists. 1.04 DEFINITIONS A.General: Basic Contract definitions are included in the Conditions of the Contract. B.Terminology - Certain terms used more generally throughout the contract documents are defined as follows: 1.Addenda: Additions made to the contract documents during the bidding period. Used to revise, delete, or add to any of the bidding requirements or contract documents. 2.Approve: Where used in conjunction with the Owner's response or submittals, requests, applications, inquiries, reports, and claims by the Contractor, the meaning will be held to the limitations of the Owner's responsibilities and duties as specified in Section 00 72 00, General Conditions of the Contract. 3.Confirm: Confirm or verify dimension or condition and notify Owner of findings prior to proceeding with the work. 4.Construction Documents: All of the written and graphic documents prepared and assembled by the Owner for communicating the design and administering the construction contract. They include the following categories: bidding requirements, contract forms, and conditions of the contract, specifications, drawings, addenda and contract modifications. This term is interchangeable with "contract documents". 5.Contract Documents: The legally enforceable requirements which become part of the contract when the agreement is signed. Including the bid package, project manual and all related documents including construction documents. See "construction documents" above. 6.Contract Modifications - After agreement has been signed, any additions, deletions, or modifications to the work are accomplished by supplemental instructions or change order. 7.Directed: Where not otherwise explained, terms such as "directed", "requested", "authorized", "selected", "approved", "permitted", "required", and "accepted" mean "directed by the Owner ", "requested by the Owner ", etc. However, no such implied meaning will be interpreted to extend the Architect's responsibility into the Contractor’s area of construction supervision. 8.Drawings: Graphic representations of the work. 9.Furnish: To supply and deliver to project site, unload, and inspect for damage. 10.Install: To unpack, assemble, erect, apply, place, anchor, finish, cure, protect, clean, start up, protect, and similar operations and make ready for use. 11.Installer: The person or entity engaged by the Contractor or its subcontractor or sub- subcontractor for the performance of a particular unit of work at the project site, including installations, erections, applications, and similar required operations. It is a general requirement that installers be recognized experts in the work they are engaged to perform. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 42 00 – Definitions Contract No. CAG-22-013 01 42 00 - 3 Kiwanis Park Improvements February 4, 2022 12.Product: Material, machinery, components, equipment, fixtures, and systems forming the work result. Not materials or equipment used for preparation, fabrication, conveying, or erection and not incorporated into the work result. Products may be new, never before used, or re-used materials or equipment. 13.Project Manual: The book-sized (8 1/2 by 11-inch format and bound) volume that includes the procurement requirements (if any), the contracting requirements, and the specifications. 14.Project Site: The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other work as part of the project. The extent of the project site is shown on the drawings and may or may not be identical with the description of the land upon which the project is built. 15.Provide: To furnish and install, complete and ready for intended use. 16.Record Drawings: Drawings prepared by the Contractor to indicate construction changes, including nature and location of concealed work. 17.Shop Drawings: Drawings, schedules, and other information prepared by the Contractor to describe fabrication and installation of elements of the work. 18.Specifications: Define the qualitative requirements for products, materials and workmanship upon which the contract is based. 19. Supply: Same as Furnish. 20.Testing Agency: An independent entity engaged to perform specific inspections or tests of the work, both at the project site or elsewhere, and to report and, if required, to interpret the results of those inspections or tests. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-013 01 50 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A.Temporary utilities. B.Temporary telecommunications services. C.Temporary sanitary facilities. D.Temporary Controls: barriers, enclosures, fencing, etc. E.Security requirements. F.Vehicular access and parking. G.Waste removal facilities and services. H.Field offices. 1.02 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. 1.03 TEMPORARY UTILITIES A.General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including but not limited to, Owner, Architect, consultants, occupants of the project, testing agencies and authorities having jurisdiction. B.All costs associated with preparing utilities for use is the sole responsibility of the Contractor. C.Usage costs for temporary site utilities will be provided the Contractor. 1.04 TELECOMMUNICATIONS SERVICES A.Provide, maintain, and pay for telecommunications services to project site at time of project mobilization. 1.05 TEMPORARY SANITARY FACILITIES A.Provide and maintain required facilities for use during construction operations. Do not use public facilities. 1.06 BARRIERS A.Provide barriers to prevent unauthorized entry to construction and staging/storage areas, to prevent access to areas that could be hazardous to workers or the public and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B.Protect stored materials, site, and structures from damage. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-013 01 50 00 - 2 Kiwanis Park Improvements February 4, 2022 1.07 FENCING A. Construction: Commercial grade chain link fence. No orange roll-up type fencing is allowed. B. Provide 6 foot (1.8 m) high fence around each construction site; equip with vehicular and pedestrian gates with locks. Install fencing around entire Park site when under construction. 1.08 CONSTRUCTION AIDS A. Provide, operate, and maintain a complete plan for fabricating, handling, conveying, installing and erecting all Work required under the Contract. Maintain materials and equipment in safe and efficient operating condition. Contractor shall be responsible for damages due to defective materials and equipment and uses made thereof. B. Furnish, install, and maintain for the duration of construction all required barricades, canopies, warning signs, steps, bridges, platforms and other temporary construction necessary for proper completion of the work. Maintain in compliance with all pertinent safety and other regulations. 1.09 SECURITY A. Provide security and facilities to protect Work, and Owner's operations from unauthorized entry, vandalism, or theft. 1.10 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of park sidewalks, access to emergency facilities, and access for emergency vehicles. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering pedestrian walkways, parking areas, park roads, and city streets. D. Comply with City traffic and parking regulations. E. Traffic Control Plan: Contractor will prepare, obtain and maintain a Traffic Control Plan approval and permit from the City of Renton for all work associated with Union Avenue and work for the park project. F. Delivery and Storage: Conduct operations in such a manner as to avoid unnecessary interference to existing pedestrian and vehicle traffic. Do not park vehicles in traffic lanes. Provide flag persons, and traffic control signs and devices as required. Notify Owner in advance of any unusually long or large deliveries. Storage of materials adjacent to the Project site outside of the construction fence is not permitted unless authorized by the Owner. 1.11 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site on a regular basis as needed. C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-013 01 50 00 - 3 Kiwanis Park Improvements February 4, 2022 non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. 1.12 PROJECT IDENTIFICATION A. Provide project identification sign of design and construction per Section 01 58 00. 1.13 EQUIPMENT A. Fire Extinguishers: Portable, UL-rated, with extinguishing agent as required by locations and classes of fire exposure. 1.14 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. D. Restore new permanent facilities used during construction to specify condition. 1.15 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building code requirements 2. Health and safety regulations 3. Utility company regulations 4. Police, Fire department and rescue squad rules 5. Environmental protection regulations B. Standards: 1. General: Comply with the following: a. NFPA Code 241, "Building Construction and Demolition Operations". b. ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition". 2. Recommendations: Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services" prepared jointly by AGC and ASC for industry recommendations. 3. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electrical service. Install service in compliance with NEC (NFPA 70). C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.16 PROJECT CONDITIONS A. Conditions of Use: 1. Keep temporary services and facilities clean and neat in appearance. Operate in a safe DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-013 01 50 00 - 4 Kiwanis Park Improvements February 4, 2022 and efficient manner. 2. Take necessary fire prevention measures. 3. Do not overload facilities or permit them to interfere with Owner's operations. 4. Do not allow hazardous, dangerous, or unsanitary conditions or public nuisances to develop or persist on the site. 1.17 SUBMITTALS A. Temporary Facilities Site Plan: Show temporary facilities, utility connections, staging areas and parking areas for construction personnel. B. Temporary Utilities: Prepare a schedule for Owner's approval indicating dates for implementation and termination of each temporary utility provision. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 58 00 – Temporary Project Signage Contract No. CAG-22-013 01 58 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Project identification sign. 1.02 QUALITY ASSURANCE A. Design sign and structure to withstand 50 miles/hr (80 km/hr) wind velocity. B. Sign Painter: Experienced as a professional sign painter for minimum three years. C. Finishes, Painting: Adequate to withstand weathering, fading, and chipping for duration of construction. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements for submittal procedures. PART 2 PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: New, wood, structurally adequate. B. Sign Surfaces: Exterior grade plywood with medium density overlay, minimum 3/4 inch (19 mm) thick, standard large size to minimize joints. C. Paint and Primers: Exterior quality, two coats; sign background of white color. D. Lettering: Exterior quality paint, contrasting colors. 2.02 PROJECT IDENTIFICATION SIGN A. (2) Two painted signs, 4’x8’, bottom 6 feet (2 m) above ground. Locations to be directed by Owner. B. Content: 1. Project title, logo and name of Owner as indicated on Contract Documents. 2. Name of Architect/. 3. Name of Prime Contractor. 4. Contract Value. 5. Project Schedule 6. Funding Sources. C. Graphic Design, Colors, Style of Lettering: See Appendix. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 58 00 – Temporary Project Signage Contract No. CAG-22-013 01 58 00 - 2 Kiwanis Park Improvements February 4, 2022 PART 3 EXECUTION 3.01 INSTALLATION A. Receive approval from Owner of signage design prior to installation at site. B. Install project identification sign within 30 days after date fixed by Notice to Proceed. C. Erect at designated locations, as directed by Owner. D. Install sign surface plumb and level, with butt joints. Anchor securely. 3.02 REMOVAL A. Remove signs, framing, supports, and foundations at completion of Project and restore the area. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition, except removal, disposal, and/or remediation of hazardous materials and toxic substances. C. Pre-installation meetings. D. Cutting and patching. E. Surveying for laying out the work. F. Cleaning and protection. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 50 00 - Temporary Facilities and Controls: Temporary exterior enclosures. C. Section 01 74 00 - Construction Waste Management and Disposal: Additional procedures for trash/waste removal, recycling, salvage, and reuse. D. Section 01 78 00 – Closeout Submittals: O & M, Record Drawings and other documents due at completion. 1.03 REFERENCE STANDARDS A. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2009. 1.04 SUBMITTALS A. Qualification Data: For Land Surveyor (if used) B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. Submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit digital record survey for the project record in AutoCAD format. Note final location of building, site improvements, benchmarks, and utilities. C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 2 Kiwanis Park Improvements February 4, 2022 6. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Effect on work of Owner or separate Contractor. f. Written permission of affected separate Contractor. g. Date and time work will be executed. D. Project Record Documents: Per Section 01 78 00 Closeout Submittals. 1.05 QUALIFICATIONS A. For survey work, employ a land surveyor registered in State of Washington and acceptable to Owner. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in Washington. 1.06 PROJECT CONDITIONS A. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. B. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. C. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 1.07 COORDINATION A. See Section 01 10 00 Summary of Work for occupancy-related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Coordinate completion and clean-up of work of separate sections. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substructure surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 3 Kiwanis Park Improvements February 4, 2022 B. Verify that existing substructure is capable of structural support or attachment of the work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or mis-fabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Demolition: Examine existing conditions prior to commencing work, including elements subject to damage or movement during demolition. After uncovering existing work, assess conditions affecting performance of work. Beginning of demolition means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PRE-INSTALLATION MEETINGS A. When required in individual specification sections, convene a pre-installation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Owner four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Owner of any discrepancies discovered. C. Contractor shall locate and protect survey control and reference points. D. Control datum for survey is that indicated on Drawings. E. Promptly report to Owner the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 4 Kiwanis Park Improvements February 4, 2022 F. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Owner. G. Utilize recognized engineering survey practices. H. Establish a minimum of two permanent benchmarks on site, referenced to established control points. Record locations, with horizontal and vertical data, on project record documents. I. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. J. Periodically verify layouts by same means. K. Maintain a complete and accurate log of control and survey work as it progresses. 3.05 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Saw cut existing work smooth to avoid damage to existing work to remain. 3. Fit products together to integrate with other work. 4. Provide openings for penetration of mechanical, electrical, and other services. 5. Match work that has been cut to adjacent work. 6. Repair areas adjacent to cuts to required condition. 7. Repair new work damaged by subsequent work. 8. Remove samples of installed work for testing when requested. 9. Remove and replace defective and non-conforming work. C. Execute cutting and patching including excavation and fill: 1. To complete the work. 2. To uncover work in order to install improperly sequenced work. 3. To remove and replace defective or non-conforming work. 4. To remove samples of installed work for testing when requested. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 5 Kiwanis Park Improvements February 4, 2022 5. To provide openings in the work for penetration of mechanical and electrical, and other services. 6. To execute patching to complement adjacent work. 7. To fit materials and products to integrate with other work. D. Execute work by methods, saw cutting, that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. E. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Cutting: 1. Cut work by methods that will not damage work to be retained and work adjoining. Review proposed procedure(s) with original installer where possible and comply with its recommendations. 2. Where cutting is required, cut work with sawing, drilling, coring and grinding tools. Pneumatic hammering and chopping tools not allowed without prior approval. J. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. Patch with seams which are durable and invisible as possible. Comply with specified tolerances of the work. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Restore exposed finishes of patched areas and, where necessary, extend finish restoration onto retained work adjoining in a manner which will eliminate evidence of patching. 3. Where feasible, inspect and test patched areas to demonstrate integrity of work. 4. Match color, texture, and appearance. 5. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 6 Kiwanis Park Improvements February 4, 2022 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect cast concrete to remain exposed in the finished building, finished floors, stairs, roofing and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Prohibit traffic from landscaped areas. H. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 CLOSE-OUT COORDINATION A. See Section 01 10 00 for occupancy-related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. E. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow Coordination Drawings routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. F. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. G. Coordinate completion and clean-up of work of separate sections. 3.10 SUBSTANTIAL COMPLETION A. Substantial Completion is defined in the General Conditions DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 7 Kiwanis Park Improvements February 4, 2022 B. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request, provide detailed work plan to complete each item and anticipated dates of completion. 1. Submit Contractor's Punch List. For each item, include the dollar value of Work remaining, and reasons why the Work is not complete. 2. Submit substantial completion checklist. 3. Advise Owner of pending insurance changeover requirements. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit initial Operation and Maintenance Manuals, damage or settlement surveys, property surveys, and similar final record information. 6. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 7. Participate in commissioning in accordance with individual specification section requirements. 8. Submit test/adjust/balance records. 9. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 10. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 11. Complete final cleaning requirements. 12. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. C. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Owner and Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. During inspection, Owner /Architect will verify submitted Contractor's Punch List and will add or deduct items as necessary to form the Owner’s/Architect’s Substantial Completion Punch List. The Owner’s/Architect’s Substantial Completion Punch List will subsequently be provided to the Contractor for resolution. Owner/Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on the Contractor's Punch List or the Owner’s/ Architect’s Substantial Completion Punch List that must be completed or corrected before certificate will be issued. 1. Re-inspection: If, following Owner’s/Architect’s inspection, Certificate of Substantial Completion is not granted, request re-inspection when the Work identified as incomplete is completed or corrected. Unless waived by Owner, a deductive Change Order for A/E costs will be executed for all Substantial Completion re-inspections. 2. Results of completed inspection will form the basis of requirements for Final Completion. D. Checklist: In order to certify, Substantial Completion, all elements on the Substantial Completion Checklist (attached to this section) MUST be complete. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 8 Kiwanis Park Improvements February 4, 2022 3.11 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 2. Submit copy of Engineer's Substantial Completion Punch List, with signed and dated certification by the QAM stating that every item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Prepare and submit Project Record Documents, final Operation and Maintenance Manuals, damage or settlement surveys, property surveys, and similar final record information. 5. Deliver tools, spare parts, extra materials, accessory keys, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. Except where impractical, provide parts and materials in original unopened packaging. Permanently label all accessory keys. 6. Complete any deferred testing as defined in technical specifications. 7. Submit pest-control final inspection report and certification. 8. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. 9. Submit Application for Final Payment and required support documentation and certifications according to Division 1 Section "Payment Procedures." B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements and notify Owner of their findings. Owner will certify Application for Final Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. Unless waived by Owner, a deductive Change Order for A/E costs will be executed for Final Completion re-inspections greater than one in number. C. Checklist: In order to certify, Final Completion, all elements on the Final Completion Checklist (attached to this section) MUST be complete. 3.12 LIST OF INCOMPLETE ITEMS (CONTRACTOR'S PUNCH LIST) A. General: The QAM shall prepare a single list of items to be completed and corrected. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use layout provided in electronic format by Engineer. Submit three copies of list. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-013 01 70 00 - 9 Kiwanis Park Improvements February 4, 2022 3.13 FINAL CLEANING A. Execute final cleaning prior to Substantial Completion. B. Use cleaning materials that are nonhazardous. C. Clean surfaces exposed to view; remove temporary labels, stains and foreign substances. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean site: sweep paved areas, rake clean landscaped surfaces. F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-013 01 74 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 WASTE MANAGEMENT REQUIREMENTS A. Owner requires that this project generate the least amount of trash and waste possible. B. Employ processes that ensure the generation of as little waste as possible due to error, poor planning, breakage, mishandling, contamination, or other factors. C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as economically feasible. D. Required Recycling, Salvage, and Reuse: The following may not be disposed of in landfills or by incineration: 1. Aluminum and plastic beverage containers. 2. Corrugated cardboard. 3. Wood pallets. 4. Treated wood. 5. Metals, including packaging banding, metal studs, sheet metal, structural steel, piping, reinforcing bars, and other items made of steel, iron, galvanized steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. 6. Glass. 7. Plastic sheeting. E. Contractor shall develop and follow a Waste Management Plan designed to implement these requirements. F. Methods of trash/waste disposal that are not acceptable are: 1. Burning on the project site. 2. Burying on the project site. 3. Dumping or burying on other property, public or private. 4. Other illegal dumping or burying. G. Regulatory Requirements: Contractor is responsible for knowing and complying with regulatory requirements, including but not limited to Federal, State, and King County requirements, Ordinance 18166 codified in King County Code Chapter 10.30, Construction and Demolition Waste, and City of Renton requirements pertaining to legal disposal of all construction and demolition waste materials. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 30 00 - Administrative Requirements: Additional requirements for project meetings, reports, submittal procedures, and project documentation. C. Section 01 50 00 - Temporary Facilities and Controls: Additional requirements related to trash/waste collection and removal facilities and services. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-013 01 74 00 - 2 Kiwanis Park Improvements February 4, 2022 D. Section 01 70 00 - Execution and Closeout Requirements: Trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 1.03 DEFINITIONS A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, adhesives, glues, or the like. B. Construction and Demolition Waste: Solid wastes typically including building materials, packaging, trash, debris, and rubble resulting from construction, repair and demolition operations. C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitability, corrosively, toxicity or reactivity. D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitability, corrosively, toxicity, or reactivity. E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure. F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others. G. Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. I. Return: To give back reusable items or unused products to vendors for credit. J. Reuse: To reuse a construction waste material in some manner on the project site. K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others. L. Sediment: Soil and other debris that has been eroded and transported by storm or well production run-off water. M. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. N. Toxic: Poisonous to humans either immediately or after a long period of exposure. O. Trash: Any product or material unable to be reused, returned, recycled, or salvaged. P. Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Waste Management Plan: Include the following information: 1. Analysis of the trash and waste projected to be generated during the entire project construction cycle, including types and quantities. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-013 01 74 00 - 3 Kiwanis Park Improvements February 4, 2022 2. Landfill Options: The name, address, and telephone number of the landfill(s) where trash/waste will be disposed of, the applicable landfill tipping fee(s), and the projected cost of disposing of all project trash/waste in the landfill(s). 3. Landfill Alternatives: List all waste materials that will be diverted from landfills by reuse, salvage, or recycling. 4. Meetings: Describe regular meetings to be held to address waste prevention, reduction, recycling, salvage, reuse, and disposal. 5. Materials Handling Procedures: Describe the means by which materials to be diverted from landfills will be protected from contamination and prepared for acceptance by designated facilities; include separation procedures for recyclables, storage, and packaging. 6. Transportation: Identify the destination and means of transportation of materials to be recycled, i.e. whether materials will be site-separated and self-hauled to designated centers, or whether mixed materials will be collected by a waste hauler. C. Waste Disposal Reports: Submit at specified intervals, with details of quantities of trash and waste, means of disposal or reuse, and costs; show both totals to date and since last report. 1. Submit updated Report with each Application for Progress Payment; failure to submit Report will delay payment. 2. Submit Report on a form acceptable to Owner. 3. Landfill Disposal: Include the following information: a. Identification of material. b. Amount, in tons or cubic yards (cubic meters), of trash/waste material from the project disposed of in landfills. c. State the identity of landfills, total amount of tipping fees paid to landfill, and total disposal cost. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. 4. Recycled and Salvaged Materials: Include the following information for each: a. Identification of material, including those retrieved by installer for use on other projects. b. Amount, in tons or cubic yards (cubic meters), date removed from the project site, and receiving party. c. Transportation cost, amount paid or received for the material, and the net total cost or savings of salvage or recycling each material. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. e. Certification by receiving party that materials will not be disposed of in landfills or by incineration. 5. Material Reused on Project: Include the following information for each: a. Identification of material and how it was used in the project. b. Amount, in tons or cubic yards (cubic meters). c. Include weight tickets as evidence of quantity. 6. Other Disposal Methods: Include information similar to that described above, as appropriate to disposal method. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-013 01 74 00 - 4 Kiwanis Park Improvements February 4, 2022 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 WASTE MANAGEMENT PROCEDURES A. See Section 01 30 00 for additional requirements for project meetings, reports, submittal procedures, and project documentation. B. See Section 01 50 00 for additional requirements related to trash/waste collection and removal facilities and services. C. See Section 01 70 00 for trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 3.02 WASTE MANAGEMENT PLAN IMPLEMENTATION A. Manager: Designate an on-site person or persons responsible for instructing workers and overseeing and documenting results of the Waste Management Plan. B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each subcontractor, Owner, and Engineer. C. Instruction: Provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project. D. Meetings: Discuss trash/waste management goals and issues at project meetings. 1. Pre-construction meeting. 2. Regular job-site meetings. E. Facilities: Provide specific facilities for separation and storage of materials for recycling, salvage, reuse, return, and trash disposal, for use by all contractors and installers. 1. Provide containers as required. 2. Provide adequate space for pick-up and delivery and convenience to subcontractors. 3. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to avoid contamination of materials. F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable regulations. G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. H. Reuse of Materials On-Site: Set aside, sort, and protect separated products in preparation for reuse. I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-013 01 78 00 - 1 Kiwanis Park Improvements February 4, 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 01 70 00 - Execution and Closeout Requirements: Contract closeout procedures. Substantial Completion and Final Completions Checklists. D. Individual Product Sections: Specific requirements for operation and maintenance data. E. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Owner with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit PDF preliminary draft or proposed formats and outlines of contents at least 10 days before requesting inspection for Substantial Completion. Owner/Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit completed documents 15 days prior to final inspection. This will be reviewed and returned after final inspection, with Owner/Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. Provide original hardcopy in binder and digital copy as PDF, provide tabs for all future items. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-013 01 78 00 - 2 Kiwanis Park Improvements February 4, 2022 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 RECORD DRAWINGS A. Record Prints: Maintain one full-size set of full-size hard copy black and white prints of the Contract Drawings and Shop Drawings. 1. Identification: In red ink and block letters, label each Record Drawing, including cover sheets, "PROJECT RECORD DRAWING" in a prominent location on title block. Show all addenda changes on the applicable drawing sheet or specification section. 2. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 3. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Changes made by Change Order. d. Changes made by Supplemental Instruction. e. Details not on the original Contract Drawings. f. Field records for variable and concealed conditions. g. Record information on the Work that is shown only schematically. 4. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 5. Mark record sets with erasable, red-colored pencil. Use other reproducible colors to distinguish between changes for different categories of the Work at same location. 6. Mark important additional information that was either shown schematically or omitted from original Drawings. 7. Note alternate numbers, Change Order numbers, Supplemental Instruction numbers, and similar identification, where applicable. B. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Engineer determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-013 01 78 00 - 3 Kiwanis Park Improvements February 4, 2022 2. Consult Owner for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. Include title blocks matching original drawings and assign appropriate sheet numbers. C. Binding: Organize Record Prints and newly prepared Record Drawings into manageable sets and create organized, tabbed PDFs at full scale. Include identification on cover sheets and tabs. 3.02 RECORD SPECIFICATIONS A. General: Annotate by striking out products/manufacturers not included in the work to provide a record of selections made. 1. Note related Change Orders, Record Product Data, and Record Drawings where applicable. B. Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications. Include addenda and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Create a PDF copy with each section tabbed. 3.03 RECORD PRODUCT DATA A. Where the actual product or installation varies substantially from that indicated in previously submitted and approved Product Data, submit Record Product Data marked to indicate actual condition. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 4. Where Record Product Data is required as part of Operation and Maintenance Manuals, submit marked-up Product Data as an insert in manual instead of submittal as Record Product Data. 3.04 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Provide full size PDFs in an organized and tabbed file for miscellaneous records and identify each. 3.05 O&M MANUALS, GENERAL A. Provide PDF files that are organized by section and file and fully tabbed and labeled. Provide files in original size, oriented and rotated in the document to read from top to bottom or screen. Scan or save files at a resolution suitable to clearly read all information at original size. Do not use overly large file sizes. Where operation and maintenance documentation includes DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-013 01 78 00 - 4 Kiwanis Park Improvements February 4, 2022 information furnished by multiple sources, assemble and coordinate information into a comprehensive whole. Eliminate all redundant, inapplicable, or unnecessary information so that submitted documentation reflects only actual installation. The QAM is responsible for final assembly of manuals. B. Identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." C. Directory: Provide a separate directory PDF file summarizing the contents of all O&M Manuals. Include a section in the directory for each of the following: 1. Tables of Contents: Include a table of contents for each O&M Manual. 2. List of Systems and Subsystems: List systems alphabetically. Include references to O&M Manuals that contain information about each system, and separate references to Specification Sections in which each system or subsystem is addressed. 3. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. E. Title Page: Tab and label the title page. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address of Engineer. 7. Cross-reference to related systems in other O&M Manuals. F. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-013 01 78 00 - 5 Kiwanis Park Improvements February 4, 2022 G. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Files: File type and format as approved by Owner. Documents shall be PDFs in 8-1/2- by-11-inch format. a. If two or more files are necessary to accommodate data of a system, organize data in each into groupings by subsystem and related components. Cross-reference other files if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each file," Project title or name, and subject matter of contents. Indicate volume number for multiple-volume sets. Use layout supplied by Owner in electronic format approved by Owner. 2. Dividers: Reinforced heavy-paper dividers with plastic-covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software media for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-11-inch white bond paper. 5. Drawings: Scan at original size at resolution suitable to read all documentation on the drawing sheet. Do not use higher than necessary resolution resulting in overly large files. 3.06 PRODUCT MAINTENANCE COMPONENT OF O&M MANUALS A. Content: Organize digital PDF manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. DIVISION 01 – GENERAL REQUIREMENTS KIWANIS PARK IMPROVEMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-013 01 78 00 - 6 Kiwanis Park Improvements February 4, 2022 E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 3.07 SYSTEMS AND EQUIPMENT MAINTENANCE COMPONENT OF O&M MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 3.08 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders with durable plastic no-print-transfer-type covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION City of Renton – Kiwanis Park Improvements Temporary Dust Control February 4, 2022 Bid Set Section 02050 TEMPORARY DUST CONTROL 02050-1 © Bruce Dees & Associates 2022 SECTION 02050 – TEMPORARY DUST CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. 1.2 DESCRIPTION A. Work in this section includes dust control, including maintenance until dust control measures are removed. 1.3 JOB CONDITIONS A. This site is highly susceptible to wind erosion. Construct temporary erosion control measures as necessary to prevent wind erosion on the site. 1.4 QUALITY ASSURANCE A. Erosion Control Plan: A dust erosion control plan shall be prepared. The plan shall identify erosion control measures to be used by the contractor for each phase of the construction. The dust control plan shall employ best management policies. The site is highly susceptible to wind erosion and dust generation. Provisions for dust control shall be in place prior to beginning any work. PART 2 - PRODUCTS 2.1 MATERIALS: EROSION CONTROL MEASURES A. Materials: As needed for each selected temporary erosion control measure. PART 3 - EXECUTION 3.1 SEQUENCE A. All dust erosion control measures shall be installed prior to beginning work on the site. 3.2 CLEAN UP A. Remove all erosion control measures upon successful establishment of permanent stabilization. City of Renton – Kiwanis Park Improvements Temporary Dust Control February 4, 2022 Bid Set Section 02050 TEMPORARY DUST CONTROL 02050-2 © Bruce Dees & Associates 2022 END OF SECTION 02050 City of Renton – Kiwanis Park Improvements Demolition February 4, 2022 Bid Set Section 02060 DEMOLITION 02060 - 1 © Bruce Dees & Associates 2022 SECTION 02060 – DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. B. Good Faith Asbestos Inspection: See Appendix. 1.2 SUMMARY A. This section includes demolition and removal of the following: 1. Restroom building and associated utilities. 2. Miscellaneous debris. 3. Asphalt and concrete paving, chainlink fencing. 4. Miscellaneous structures as required for new construction. B. See Division 16 Sections for demolishing or relocating site electrical items. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or recycled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner’s Representative. C. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or recycled. 1.4 SUBMITTALS A. Qualification Data: For the following: 1. Environmental protection B. Schedule of Demolition Activities: Indicate detailed sequence of demolition and removal work, with starting and ending dates for each activity, and locations of temporary protection and means of egress City of Renton – Kiwanis Park Improvements Demolition February 4, 2022 Bid Set Section 02060 DEMOLITION 02060 - 2 © Bruce Dees & Associates 2022 1.5 PROJECT CONDITIONS A. Owner assumes no responsibility for structures to be demolished. 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical, except for removal of salvaged items by salvage contractor. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 EXAMINATION A. When unanticipated mechanical, electrical, or structural elements are encountered, investigate and measure the nature and extent of the element. Promptly submit a written report to the Owner’s Representative. 3.2 PREPARATION A. Existing Utilities: Locate, identify, disconnect, and seal or cap off utilities serving the site and structures to be demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If utility services are required to be removed, relocated, or abandoned, before proceeding with demolition provide temporary utilities that bypass structures to be demolished and that maintain continuity of service to other structures. 3. Cut off pipe or conduit a minimum of 2’ below grade and as required to accommodate new construction. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. B. Existing Utilities: Coordinate with the Owner for shutting off, disconnecting, removing, and sealing or capping utilities. Do not start demolition work until utility disconnecting and sealing have been completed and verified in writing. C. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpected movement or collapse of construction being demolished. 3.3 PROTECTION A. Existing Items to Remain: Protect facilities, utilities, and trees indicated to remain against damage during demolition. 3.4 DEMOLITION, GENERAL City of Renton – Kiwanis Park Improvements Demolition February 4, 2022 Bid Set Section 02060 DEMOLITION 02060 - 3 © Bruce Dees & Associates 2022 A. General: Demolition work to be in accordance with city of Renton requirements. Demolish indicated existing structures and site improvements completely. Use methods required to complete the work within limitations of governing regulations and as follows: 1. Do not use cutting torches until work area is cleared of flammable materials. Maintain portable fire- suppression devices during flame-cutting operations. 2. Maintain adequate ventilation when using cutting torches. 3. Locate demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. B. Site Access and Temporary Controls: Conduct demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without written permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. 3.5 MECHANICAL DEMOLITION A. Equipment: Disconnect equipment at nearest fitting connection to services, complete with service valves. Remove as whole units, complete with controls. B. Below-Grade Construction: Demolish foundation walls and other below-grade construction. 1. Remove below-grade construction including foundation walls and footings completely. C. Existing Utilities: Demolish existing utilities and below grade utility structures that are within area for new construction including sitework. Abandon utilities outside this area. 1. Fill abandoned utility structures with satisfactory soil materials according to backfill requirements in Division 2 Section 02300 “Earthwork”. 3.6 EXPLOSIVE DEMOLITION A. Explosives: Use of explosives is not permitted. 3.7 SITE RESTORATION A. Below-Grade Areas: Rough grade below-grade areas ready for further excavation or new construction. City of Renton – Kiwanis Park Improvements Demolition February 4, 2022 Bid Set Section 02060 DEMOLITION 02060 - 4 © Bruce Dees & Associates 2022 3.8 REPAIRS A. General: Promptly repair damage to adjacent construction caused by demolition operations. 3.9 RECYCLING DEMOLISHED MATERIALS A. General: Separate recyclable demolished materials from other demolished materials to the maximum extent possible. Separate recyclable materials by type. 1. Provide containers or other storage method approved by Owner’s Representative for controlling recyclable materials until they are removed from Project site. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from demolition area. Do not store within drip line of existing trees that are to remain. 4. Store components off the ground and protect from the weather. 5. Transport recyclable materials off Owner’s property and legally dispose of them. B. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received from recycling building demolition materials shall accrue to Contractor. 3.10 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, salvaged, or otherwise indicated to remain Owner’s property, remove demolished materials from Project site and legally dispose of them in an EPA- approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Burning of demolished materials is not permitted. 3.11 SALVAGE EXISTING A. Description 1. Salvage of existing park materials: a. Toro-Sentinel controller b. Aluminum bleacher and bench slats c. Plastic bench slats d. Lighting system fixtures, glass lenses, and aluminum shields e. Park signage 2. Deliver to the City's off site maintenance facility, address will be provided. City of Renton – Kiwanis Park Improvements Demolition February 4, 2022 Bid Set Section 02060 DEMOLITION 02060 - 5 © Bruce Dees & Associates 2022 3.12 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing before demolition operations began. END OF SECTION 02060 City of Renton – Kiwanis Park Improvements Temporary Erosion and Sediment Control February 4, 2022 Bid Set Section 02100 TEMPORARY EROSION AND SEDIMENT CONTROL 02100-1 © Bruce Dees & Associates 2022 SECTION 02100 — TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. Work in this section includes temporary control, including: 1. Stabilized Construction Entrance 2. Temporary Erosion Control Silt Fence. 3. Manhole/Catch Basin Temporary Erosion and Sediment Barriers. 1.3 JOB CONDITIONS A. Construct stabilized construction entrance, erosion control silt fence, manhole/catch basin sediment barriers, and other temporary erosion control measures as necessary to prevent erosion or siltation of the storm sewer or adjacent areas. B. Maintain until erosion control measures are removed. 1.4 SUBMITTALS A. Erosion Control Plan: An erosion control plan shall be submitted. The plan shall identify erosion control measures to be used by the Contractor for each phase of the construction. The erosion control plan shall employ best management practices. Minimal erosion control measures to be implemented at the commencement of construction are shown on the drawings. PART 2 — PRODUCTS 2.1 MATERIALS: EROSION CONTROL MEASURES A. See details on sheet D2.1 of contract drawings. B. Quarry Spalls: Quarry spalls shall meet the following requirements: Sieve Size % Passing 6" 100 3" 40 max. ¾" 10 max. City of Renton – Kiwanis Park Improvements Temporary Erosion and Sediment Control February 4, 2022 Bid Set Section 02100 TEMPORARY EROSION AND SEDIMENT CONTROL 02100-2 © Bruce Dees & Associates 2022 C. Other materials: As needed for each selected temporary erosion control measure. PART 3 — EXECUTION 3.1 SEQUENCE A. All stabilized construction entrances, erosion control silt fences, and manhole/catch basin sediment barriers at existing structures shall be installed prior to clearing or grading the site. 3.2 STABILIZED CONSTRUCTION ENTRANCE A. Construct as detailed. 3.3 SILT FENCE A. Construct silt fence as detailed. 3.4 MANHOLE/CATCH BASIN SEDIMENT BARRIERS A. Construct sediment barriers as detailed. 3.5 CLEAN UP A. Remove all erosion control measures upon successful establishment of permanent stabilization and restore the finish grade to its original condition if outside the project limits. END OF SECTION 02100 City of Renton – Kiwanis Park Improvements Tree Protection February 4, 2022 Bid Set Section 02110 TREE PROTECTION 02110 - 1 © Bruce Dees & Associates 2022 SECTION 02110 – TREE PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. 1.2 SUMMARY A. Work in this Section includes, but is not limited to the preservation of trees as indicated in Contract Documents or as directed by the Owner’s Representative. Work includes: 1. Site photographic documentation. 2. Protection of existing trees. 3. Pruning of existing trees. 4. Tree replacement. 5. Removal of salvage material not used at the project clean-up. B. The Contractor is to furnish all labor, materials, equipment, and supplies and perform all operations required to complete tree protection, and removal hereinafter specified. C. Tree protection shall apply to trees to remain within the limit of Work and those which are in the vicinity of the limit of Work and which may be affected by construction activity. 1.3 RELATED SECTIONS A. Coordinate related work specified in other parts of the Project Manual, including but not limited to the following: 1. Section 02230 – Site Clearing 2. Section 02300 – Earthwork 1.4 SUBMITTALS A. Contractor shall submit a tree protection plan for project work areas that are inside project limit of Work. Tree protection shall be correlated to the project schedule. 1.5 WARNING City of Renton – Kiwanis Park Improvements Tree Protection February 4, 2022 Bid Set Section 02110 TREE PROTECTION 02110 - 2 © Bruce Dees & Associates 2022 A. Owner’s Representative may ORDER THE WORK STOPPED if unauthorized use of protected area(s) is occurring, or if tree protection fencing is not restored within 24 hours of notice to do so. PART 2 - PRODUCTS 2.1 TREE PROTECTION FENCING A. Six (6) foot height chain link fabric enclosure (as detailed on the drawings) in locations noted and/or as directed by Owner’s Representative. PART 3 - EXECUTION 3.1 SITE PHOTOGRAPHY DOCUMENTATION A. The Owner’s Representative, together with a representative for the Contractor, shall photograph the site prior to construction to document original site conditions. This photo record shall include, but not limit itself to, existing trees to remain. 3.2 TREE PROTECTION A. Trees to be protected are designated on the Plans. Protect this vegetation against unnecessary cutting, breaking of branches, skinning or bruising of bark, breaking or skinning of roots, compaction of root zones, smothering of trees by stockpiling construction materials or excavated materials within drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide temporary tree protection fence as specified to protect tree drip lines and vegetation to be left standing. B. All trees within project limit of Work shall be maintained in a healthy and flourishing condition until Physical Completion of the project. Protection and maintenance shall include, but not be limited to: surrounding the identified trees with tree protection fencing; aerating compacted soils; controlling surface runoff; expertly pruning and treating of threatened or damaged branches and roots; and watering of trees and other vegetation as required to maintain their health during course of construction operations. C. From the first day of construction mobilization through the final site clean-up, the Contractor shall have the appropriate pruning tools such as pruning saw and a pair of loppers which are to be used in all pruning operations. D. Trees and plants to be removed shall be identified on the Site prior to commencing work under this Agreement, and any discrepancies between site conditions and Contract Drawings shall be brought to the immediate attention of the Owner’s Representative. Mark trees and plants to be removed and obtain Owner’s Representative’s subsequent instruction for protection of adjacent plant materials. E. Carefully plan and execute operations so as to avoid damage to existing trees and plants scheduled to remain. City of Renton – Kiwanis Park Improvements Tree Protection February 4, 2022 Bid Set Section 02110 TREE PROTECTION 02110 - 3 © Bruce Dees & Associates 2022 F. Perform any heavy equipment work from angles and directions that minimize compaction to tree roots in the site area. The Contractor shall, under the supervision of the Owner’s Representative, tie back all flexible limbs and overhead branches which may, in the opinion of the Owner’s Representative be damaged by the passage or activity of equipment. No tree limbs may be removed without the prior written approval of the Owner’s Representative. G. Root Protection of Existing Trees and Vegetation: 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. Provide protection for roots over 1-1/2” diameter that are cut during construction operations. Coat cut faces with an emulsified asphalt, or other acceptable coating, formulated for use on damaged plant tissues. During time of exposure, temporarily cover exposed roots and keep moist with wet mulch and burlap or equivalent to prevent roots from drying out; cover with earth as soon as possible. Hand dig trenches in areas with extensive roots. Where possible, leave intact and undamaged roots larger than two (2) inches in diameter. Place utility conduit either under roots by tunneling or over roots with adequate bedding. 3.3 LOCATIONS OF TREE AND SITE PROTECTION FENCING A. Locate tree protection fence generally one (1) foot out for every one-inch diameter of tree or trunk, but in no case closer than six (6) feet from the trunk of any tree. This area is considered the critical root zone (CRZ). The drip line is understood to be the line on the ground of points projected vertically from the ends of farthest branches of the tree. Contractor shall stake fencing location. Owner’s Representative shall approve final location of fencing. 3.4 INSTALLATION OF TREE AND SITE PROTECTION FENCING A. Drive posts deep enough to remain rigid during subsequent excavation and grading. Take care not to compact soil inside the fence line during placement of posts. Do not use heavy equipment for this operation. B. Provide diagonal bracing to vertical posts at corners of enclosures and wherever needed to ensure rigidity of the fencing. C. Fence fabric shall be tight to grade at the bottom edge, and stretched uniformly between posts. Top of fabric shall be a minimum of six (6) feet above grade. D. Install fabric to form completely closed area around trees. Attach fabric to posts 12” o.c. 3.5 MAINTENANCE A. Maintain fence in specified location and good condition until completion of site operations and delivery of equipment and material, except where directed otherwise in writing by the Owner’s Representative. Fencing shall be immediately repaired when damaged, regardless of cause of damage. B. Tree protection fencing may be removed temporarily, for specific construction operations, only when explicitly approved IN WRITING by the Owner’s Representative. City of Renton – Kiwanis Park Improvements Tree Protection February 4, 2022 Bid Set Section 02110 TREE PROTECTION 02110 - 4 © Bruce Dees & Associates 2022 3.6 USE OF AREA WITHIN PROTECTION FENCING A. Do not use area within protective fence for operation or storage. Use of the area within the fence area or CRZ shall be only as approved by the Owner’s Representative. B. Alter no grades within the required protective fence line except as directed during the fine grading operations at the conclusion of site development. Use only hand grubbing methods for clearing & grubbing required within the tree drip line. C. Control soil moisture within the protected area. Prevent flooding of the soil, and protect root areas from leacheate, cement, oil, fuel and lubricating oil, and all other contaminants. 3.7 USE OF AREA ADJACENT TO PROTECTION FENCING A. Do not store materials potentially harmful to tree roots adjacent to protected areas. Potentially harmful materials include, but are not limited to: petroleum products; cement and concrete additives; lime; paint coating; waterproofing agents; form coatings; detergents; acids; cleaning agents; etc. 3.8 REMOVAL OF TREE PROTECTION A. Tree protection fencing shall be removed at the conclusion of construction operations, or if at a point before final acceptance of the work when fine grading, topsoil, or planting work is required within the protective fence. Remove and dispose of protective fencing and other temporary facilities erected for tree protection, including crushed stone and filter fabric. 3.9 DAMAGES FOR LOSS OR INJURY TO EXISTING TREES A. Replace any and every tree lost or, in the opinion of the Owner’s Representative, irreparably damaged as a result of failure of the Contractor to protect or to adequately maintain existing trees. Trees which fail fully to foliate in the first or second spring following completion of construction operations may be presumed to have been lost due to construction operations. B. Replace trees with healthy specimens of the same species and size except where agreed otherwise in writing with the Owner’s Representative. Maintain and guarantee the health of replacement trees for one (1) full year from the date of installation. C. Completely remove and dispose of any tree lost or irreparably damaged as a result of Contractor’s failure to protect or maintain trees to remain. D. In the event a damaged or lost tree cannot be replaced in kind, Contractor shall pay to the Owner as liquidated damages: 1) a sum equal to the value of each lost tree as determined by the most current Guide for Establishing Values of Trees and Other Plants by the Council of Tree and Landscape Appraisers, plus an amount of $1,500 per tree in compensation for the efforts of the Architect in administering and overseeing the replacement. City of Renton – Kiwanis Park Improvements Tree Protection February 4, 2022 Bid Set Section 02110 TREE PROTECTION 02110 - 5 © Bruce Dees & Associates 2022 E. Locate and install replacement trees in accordance with the instructions of the Owner’s Representative. The Owner’s Representative is not bound to replace lost trees in the same location at their discretion. F. In the event of injuries to the crown, trunk or root system of any tree to remain resulting from the Contractor’s failure to protect and/or maintain such tree, the Owner’s Representative may elect to retain the tree and hold the Contractor liable for compensation, the just value of which is determined by the Guide for Establishing Values of Trees and Other Plants. 3.10 PRUNING OF EXISTING TREES A. Repair trees and vegetation indicated to remain that are damaged by construction operations, in a manner acceptable to Owner’s Representative. Contractor shall employ a certified arborist to repair damages to trees and shrubs. Allow trimming only after consultation with the Owner’s Representative who will exercise reasonable judgment in approval of tree trimming requests. Tree pruning shall be approved by the Owner’s Representative. B. Limbs and branches that have been broken shall be cut off cleanly above the nearest crotch in accordance with good horticultural practice. Cut limbs and branches greater than one-half inch (1/2”) in diameter. Sterilize equipment with alcohol prior to and during trimming and pruning operation. All pruning of damaged trees shall be carried out to the complete satisfaction of the Owner’s Representative. C. Ensure that existing trees remaining on the project site shall be in as good condition at completion of the work as at the commencement of the work. If such a condition does not exist at the completion of the work, Contractor shall assume responsibility to provide corrective or replacement with new material as directed by the Owner’s Representative. D. All costs for the repair of any damage to trunks or major limbs three inches (3”) in diameter or over requiring, in the opinion of the Owner’s Representative, the attention of a professional tree surgeon shall be borne entirely by the Contractor. All costs incurred in the protection of existing trees shall be considered incidental to the contract. END OF SECTION 02110 City of Renton – Kiwanis Park Improvements Site Clearing February 4, 2022 Bid Set Section 02230 SITE CLEARING 02230-1 © Bruce Dees & Associates 2022 SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Protecting existing trees and vegetation to remain. 2. Removing trees and other vegetation. 3. Clearing and grubbing existing sod and stock pile for re-sue on site. See drawings. 1.3 MATERIALS OWNERSHIP A. Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from the site. 1.4 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings according to Division 1, Section 01 7800 “Closeout Submittals”. 1. Identify and accurately locate capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.5 QUALITY ASSURANCE A. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 1, Section 01 30 00 "Administrative Requirements”. 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Obtain an approved traffic control plan from the City of Renton. City of Renton – Kiwanis Park Improvements Site Clearing February 4, 2022 Bid Set Section 02230 SITE CLEARING 02230-2 © Bruce Dees & Associates 2022 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Conduct a private utility locator service for the entire area before site clearing. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Provide erosion-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. C. Provide temporary tree protection fence as detailed. D. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 UTILITIES A. Existing Utilities: Comply with BP general safety requirements listed on the drawings. Do provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's written permission. B. Excavate for and remove underground utilities indicated to be removed. 3.3 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Completely remove stumps, roots, obstructions, and debris extending to a depth of 18 inches below exposed sub grade. 4. Use only hand methods for grubbing within drip line of remaining trees. City of Renton – Kiwanis Park Improvements Site Clearing February 4, 2022 Bid Set Section 02230 SITE CLEARING 02230-3 © Bruce Dees & Associates 2022 B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding 8-inch loose depth, and compact each layer to a density equal to adjacent original ground. 3.4 SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement. Saw-cut faces vertically. 3.5 DISPOSAL A. Disposal: Unless otherwise noted, remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off Owner's property. Dispose in legally approved facilities. END OF SECTION 02230 City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-1 © Bruce Dees & Associates 2022 SECTION 02300 – EARTHWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Appendix 'A' Soil Classification Chart and Key to Test Data/Log of Test Pits. 1.2 SUMMARY A. This Section includes the following: 1. Grading to finish sub grade and preparing sub grades for slabs-on-grade, walks, pavements, lawns, and plantings. 1.3 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Borrow: Satisfactory soil imported from off-site for use as fill or backfill. C. Excavation: Removal of material encountered above sub grade elevations. 1. Additional Excavation: Excavation below sub grade elevations as directed by Owner’s Representative. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below sub grade elevations or beyond indicated dimensions without direction by Owner’s Representative. Unauthorized excavation, as well as remedial work directed by Owner’s Representative, shall be without additional compensation. D. Fill: Soil materials used to raise existing grades. E. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. F. Sub grade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below sub base, drainage fill, or topsoil materials. G. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 SUBMITTALS City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-2 © Bruce Dees & Associates 2022 A. Samples: For the following: 1. 1/4 cubic foot samples, sealed in airtight containers, of each proposed soil material from borrow sources. 2. Borrow. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Sieve analysis by a certified testing laboratory of each material specified, showing the percent passing for each sieve size specified. C. Geotextile Fabric: Composite data sheet. 1.5 QUALITY ASSURANCE A. Pre-excavation Conference: Conduct conference at Project site to comply with requirements in Division 1, Section 01 30 00 "Administrative Requirements”. 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Owner and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner’s written permission. 3. Contact utility-locator service for area where Project is located before excavating. B. BP General Safety Requirements – see drawings. PART 2 - PRODUCTS 2.1 NONWOVEN GEOTEXTILE FABRIC A. Nonwoven geotextile meeting or exceeding mullen burst of 220 psi (ASTM D3786 / D3786M), trapezoidal tear of 40 lbs. (ASTM D4533 / D4533M), and puncture strength of 65 lbs. (ASTM D4833 / D4833M). Mirafi 140N or approved equal. 2.2 SOIL MATERIALS A. Satisfactory Soils: On-site soil free of rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. B. Unsatisfactory Soils: All other soils including: 1. Satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-3 © Bruce Dees & Associates 2022 C. Borrow (WSDOT 9-03.14): Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Aggregate for gravel borrow shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: Sieve Size Percent Passing 1 ¼” square 1001 ¼” square 25 min. U.S. No. 40 40 max. U.S. No. 200 7.0 max. Sand Equivalent 50 min. All percentages are by weight. 1If requested by the Contractor, the sieve size may be increased with the approval of the Owner’s Repre- sentative if it is determined that larger size aggregate will be satisfactory for the specified backfilling or em- bankment construction. D. Backfill and Fill: Satisfactory soil materials. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect sub grades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared sub grades, and from flooding Project site and surrounding area. B. Protect sub grades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep sub grades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXCAVATION, GENERAL City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-4 © Bruce Dees & Associates 2022 A. Unclassified Excavation: Excavation to sub grade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. 3.4 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus tenth-foot (.10’), unless otherwise indicated. Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Underground Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch. Do not disturb bottom of excavations intended for bearing surface. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades. 3.6 APPROVAL OF SUBGRADE A. Notify Owner’s Representative when excavations have reached required sub grade. B. Cut Areas: After cutting to finish sub grade, proof roll sub grade at all cut areas to receive paving or structures with heavy pneumatic-tired equipment or a 2,000 lb. roller to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated sub grades. 1. Any soft cut areas identified by the Owner's Representative, and if directed by the Owner's Representative, shall be over excavated to a depth determined by the Owner's Representative, and the excavated material re-compacted. 2. Payment for removal and re-compaction shall be negotiated. 3. In the event the other Owner's Representative determines the existing soil to be unsuitable, the cost for removal and replacement with borrow shall be negotiated. C. Reconstruct sub grades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, at the Contractor’s expense. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill may be used when approved by Owner’s Representative. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Owner’s Representative. City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-5 © Bruce Dees & Associates 2022 3.8 STORAGE OF SOIL MATERIALS A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Surveying locations of underground utilities for record documents. 2. Inspecting and testing underground utilities. 3. Removing concrete formwork. 4. Removing trash and debris. 5. Removing temporary shoring and bracing, and sheeting. 6. Installing permanent or temporary horizontal bracing on horizontally supported walls. 3.10 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers as specified to required elevations to the specified densities. 3.11 MOISTURE CONTROL A. Uniformly moisten or aerate sub grade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF BACKFILLS AND FILLS A. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand- operated tampers. B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-6 © Bruce Dees & Associates 2022 C. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 1557: 1. Under structures, building slabs, steps, and pavements, scarify and re-compact top 12 inches of existing sub grade and each layer of backfill or fill material at 95 percent. 2. Under walkways, scarify and re-compact top 6 inches below sub grade and compact each layer of backfill or fill material at 95 percent. 3. Under lawn or unpaved areas, scarify and re-compact top 6 inches below sub grade and compact each layer of backfill or fill material at 85 percent. 3.13 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from building pad sites and to prevent ponding. Finish sub grades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 tenth foot (.10’). 2. Pavements: Plus or minus .05’. 3. Walks: Plus or minus 1 tenth foot (.10’). 4. Athletic Field: Plus (0.00) minus (0.05). C. Grading Inside Building (Portland Loo and Shelter) Lines: Finish sub grade to a tolerance of .05’ when tested with a 10-foot straightedge. 3.14 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality control testing. B. Allow testing agency to inspect and test sub grades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work complies with requirements. C. Footing Sub grade: At footing sub grades, at least one test of each soil stratum will be performed to verify design-bearing capacities. Subsequent verification and approval of other footing sub grades may be based on a visual comparison of sub grade with tested sub grade when approved by Owner’s Representative. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At sub grade and at each compacted fill and backfill layer, at least one test for every 2,000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for each 100 feet or less of wall length, but no fewer than two tests. City of Renton – Kiwanis Park Improvements Earthwork February 4, 2022 Bid Set Section 02300 EARTHWORK 02300-7 © Bruce Dees & Associates 2022 3. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet or less of trench length, but no fewer than two tests. E. When testing agency reports that sub grades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; re-compact and retest until specified compaction is obtained. 3.15 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to the specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Owner’s Representative; reshape and re-compact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Unless otherwise specified, remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. 3.17 BORROW A. The Contractor shall be responsible for determining quantities of cut and fill. In the event there is insufficient on-site fill material, use import borrow. The cost for import borrow shall be included in the lump sum contract price. END OF SECTION 02300 City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-1 © Bruce Dees & Associates 2022 SECTION 02510 – DOMESTIC WATER PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes domestic water and connection to a water meter. B. Related Sections include the following: 1. Section 02300 – Earthwork 1.3 QUALITY ASSURANCE A. All workmanship and materials shall be in accordance with the latest "English" unit edition of the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT/APWA). The Standard Specifications, except as they may be modified or superseded by City of Renton, WA Standards and these plans, shall govern all phases of work. B. The Contractor shall notify the Owner's Representative and City of Renton, WA of the person who can be contacted regarding problems during construction on a 24-hour basis. C. Call underground locate line at 1-800-424-5555 a minimum of 72 hours prior to any excavations. Retain a private locate service to locate utilities within the project site. D. Before any construction or development activity, a pre-construction meeting must be held between the Contractor, the Owner's Representative, the City's Inspector, and other appropriate parties. 1.4 SUBMITTALS A. Submit product data for the following: 1. Pipe 2. Fittings 3. Valves 4. Valve Boxes 5. Water Meters City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-2 © Bruce Dees & Associates 2022 PART 2 – PRODUCTS 2.1 GENERAL A. All materials shall be new and undamaged. The same manufacturer of each item shall be used throughout the work. B. Where reference is made to other specifications, it shall be the latest revision of the time of construction, except as noted on the plans or herein. C. All materials not specifically referenced shall comply with applicable sections of ANSI, ASTM, AWWA, or the APWA/WSDOT Standard Specifications, and City of Renton standards. 2.2 VALVE BOXES A. Valve boxes shall be Carson 14" x 19". 2.3 DOMESTIC WATER METER A. Per City of Renton requirements as shown on plans. 2.4 SERVICE PIPE A. Service lines shall be one-inch iron pipe size, minimum 200 p.s.i. SDR 9 high density polyethylene (HDPE) pipe as manufactured by Phillips Drisco pipe. B. All pipes shall be fabricated to fit the plans. One type of pipe shall be used throughout the entire project except as necessary to match existing piping or as otherwise specified by the City. Where relocation or replacement of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the City. Any necessary couplers or adaptors to be reviewed and approved by the engineer/City of Renton. C. All pipe, valves, fittings, and specials shall be for use in potable water and the working pressure described in the following specifications and plans and shall conform to the requirements of the applicable sections of the Standard Specifications, as modified herein. All materials shall be new and undamaged. D. All service pipe shall be installed with continuous tracer tape installed 12- to 18-inches under the final ground surface. The marker shall be 2-inch minimum width, plastic, non-biodegradable, contain a 0.35 mil solid aluminum core or backing which can be detected by a standard metal detector, and be a minimum of 5 mil overall thickness. The tape shall be color coded according to AWWA and continuously imprinted with the type of utility for each utility shown. In addition to tracer tape, install 14 gauge coated copper wire, taped to the top of pipe, brought up and tied off at valve body. E. All brass conforms to AWWA Standard C800-89 (ASTM B62, UNS No. C83600-85-5-5-5) as manufactured by the Ford Meter Box Company, Inc., (260) 563-3171. City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-3 © Bruce Dees & Associates 2022 2.5 BEDDING MATERIAL A. Pipe bedding material shall consist of crushed, processed, or naturally occurring granular material and meet the requirements of WSDOT 9-03.12(3). 2.6 DETECTABLE MARKING TAPE A. Shall be detectable 3" wide, blue marking tape reading "Caution: Potable Water Line Buried Below". B. Manufacturer: Christy Enterprises, (800) 258-4583. 2.7 TRENCH BACKFILL A. Trench backfill shall be excavated native material. Suitable native material shall be free from mud, muck, organic matter, broken pavement, rocks greater than 2-inch dimension, and other deleterious material, and must be capable of compaction to the required density at the time of placement. If the native material cannot be readily compacted to the specified density, Bank Run Gravel per Section 9-03.19 of the WSDOT Standard Specifications shall be used and any insufficiently compacted native material shall be removed and replaced with Bank Run Gravel. 2.8 VALVES A. Ball valves shall be line-sized, WATTS FBV-4, two-piece, full port brass valves with chrome-plated brass ball and forged brass body with "T" handle. Valves shall comply with MSS-SP-110. PART 3 – EXECUTION 3.1 GENERAL A. The City's Inspector must be notified at least 24 hours prior to commencing construction. Installation of all water service line pipe and appurtenances, including placement and compaction of bedding and backfill, shall occur only when an authorized representative of the City is present to directly observe the work. All costs of such inspection shall be paid by the Contractor. No part of the water system shall be put into use until the City has completed its normal inspections and has concluded that the work is acceptable. The City's Inspector may waive this requirement on a case-by-case basis if continued evidence of sound construction practice by the Contractor so warrants. In any event, installations, which do not meet the requirements of these standards, shall be removed and replaced at the Contractor's sole expense. If, after the Contractor has given the City's Inspector the required 24-hour notification prior to commencing construction and after a preconstruction conference has been held with the City where the Contractor has clearly defined the waterline construction schedule and if the City's Inspector is absent from the site during the time the Contractor has scheduled construction of the waterline, then such absence shall constitute the City's waiver of the requirement. City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-4 © Bruce Dees & Associates 2022 B. No connection to the existing mains will be allowed except by means of an approved backflow prevention device prior to satisfactory flushing, testing, disaffection, and receipt of satisfactory bacteriological test results. Contact City of Renton Public Works for coordination prior to beginning work on the water system. 3.2 EXISTING UTILITIES A. When utility services occupy the same space as the new water service, the Contractor shall do all necessary excavation to fully expose such services. The Contractor shall protect said services and work around them during excavating and pipe laying operations. The Contractor shall be responsible for all damages to the services due to his operation and shall immediately notify the engineer and arrange for replacement of all damaged services. B. In the event of conflicts, the Contractor shall remove and restore existing catch basin connections, inlet connections, drains, side sewers, inlets, and other sewerage and drainage facilities as required by waterline installation. All restoration shall be constructed to City of Renton standards. 3.3 CONNECTION TO EXISTING SYSTEM A. The Contractor shall make, at the Contractor's expense, all connections to the existing piping unless otherwise indicated on the plans. B. It is understood that any information concerning existing utilities or obstructions shown on the plans is made available to the Contractor for informational purposes only and is not guaranteed accurate by the Owner. Incompleteness or error in this information shall not be cause for claim against the Owner. It shall be the responsibility of the Contractor to determine the actual location and numbers of existing utilities and obstructions. C. The Contractor shall protect all existing utilities, structures, and plants from damage of any kind. Any such damage shall be repaired by the Contractor at no expense to the Owner. 3.4 TRENCH EXCAVATION AND BACKFILL A. Trench excavation and backfill shall conform to the requirements of Section 7-09.3 of the WSDOT Standard Specifications except as modified herein and by the Standard Plans. B. Backfill shall be placed in lifts not to exceed 12-inches in loose depth, and each lift shall be mechanically compacted to the following densities: 1. Along and over the pipe to a depth of one foot above the crown of the pipe – 90 percent of maximum density. 2. Above one foot above the crown of the pipe in unimproved areas – 90 percent of maximum density. 3. Above one foot above the crown of the pipe in areas to be paved (roadway and/or sidewalk) – 95 percent of maximum density. C. Compaction of trench backfill material shall be accomplished with mechanical tampers, vibratory compactors, or other equipment suitable to the characteristics of the soils. Water settling shall not be City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-5 © Bruce Dees & Associates 2022 employed. The use of compaction equipment directly over the pipe shall be controlled and limited in accordance with installation instruction and recommendation provided by the manufacturer of the pipe. D. In-place density testing of compacted backfill material shall be in accordance with ASTM D1556 (sand cone method) or ASTM D6938 (nuclear method). Laboratory maximum density testing or fill material shall be performed in accordance with ASTM D1557. E. A minimum of one compaction test is required for each 200 feet of trench or as directed by the City's Inspector. Trenches failing the required test shall have the backfill removed, replaced, and re-compacted. Compaction testing shall be done only by an approved testing laboratory at the Contractor's expense. All test results and analysis shall be promptly given to the City's Inspector. The Owner reserves the right to contract with an independent testing laboratory for testing of trench backfill. F. When, after excavating for pipes to the foundation level, the in-situ material at the bottom of the trench is determined by the City's Inspector to be unsuitable, excavation shall be continued to such additional depth as may be required by the City's Inspector. Unsuitable foundation material shall be replaced with foundation gravel conforming to Section 9-03.17 of the WSDOT Standard Specifications. G. Shoring: The requirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) shall apply to all excavation, trenching, and ditching operations on this project. All trenches over four (4) feet in depth shall be shored, braced, and shielded in compliance with applicable Federal AND/OR State regulations. Shoring, bracing, or shielding shall be required in all street area excavations, including those areas where all existing pavement is being removed. Sloping to the angle of repose will be permitted only in non-critical, off-street areas. Shoring and cribbing of excavation and trenches shall be provided in accordance with the provisions of Section 2-09 of the WSDOT Standard Specifications. The shoring system shall be a commercially available shoring system designed for the depths anticipated on the project. The shoring system shall meet all requirements of the Washington State Safety and Health Act (WISHA) and United States Federal Occupational Safety and Health Act (OSHA). 3.5 VALVE INSTALLATION A. Valves shall be set with the stems vertical. The axis of the valve box shall be common with the projected axis of the valve stem. The tops of the adjustable valve boxes shall be set to the existing or established grade, whichever is applicable. B. The valve box shall be placed over the valve or valve operator in such a manner that the valve box does not transmit shock or stress loads to the valve. The lower casting of the unit shall be installed in such a manner as to be supported by a minimum backfill of not less than two inches in thickness. The casting shall not rest directly upon the body of the valve or upon the water main. Use 5" cast iron soil pipe for extension of valve boxes. City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-6 © Bruce Dees & Associates 2022 3.6 PIPE AND FITTINGS A. Connect to domestic service line as shown on plans. B. Pipe installation for waterline: 1. Cover of pipe shall be 36 inches minimum from top of pipe to finish grade. Adjustment in depth to avoid conflicts with other utilities shall be accomplished by deflecting the pipe in conformance with manufacturer's recommendations. The Contractor shall lay the pipe at grades, which limit high points in the waterline to the specific locations indicated on the construction plans. 3.7 DETECTABLE MARKING TAPE A. Detectable Marking Tape Placement: 1. Place over pipe as detailed. 3.8 SERVICE CONNECTION A. Included, as a part of the service connection shall be the adjusting of the box complete with a lid, set flush with the proposed finished grade. Upon completion of each service line as indicated herein, the Contractor shall flush the service line to remove debris and further verify that the service line has full pressure to the connection. 3.9 HYDROSTATIC TESTS A. The waterline pipes shall be disinfected and tested in the presence of the City's Inspector before being placed in service. All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, temporary blow-off assemblies, and measuring equipment necessary for performing the test shall be furnished, installed and operated by the Contractor. The section to be disinfected shall be thoroughly flushed at maximum flow prior to chlorinating. B. Testing and disinfection shall take place after all underground utilities are installed and compaction of the trench section is complete. C. Pipelines shall be backfilled sufficiently to prevent movement of the pipe under pressure. D. Waterline and appurtenances shall be pressure tested in accordance with Section 7-09.3 (23) of the WSDOT Standard Specifications. E. Lines and appurtenances shall be disinfected when being tested. Disinfection shall be performed in accordance with 7-09.3 (24) E through O of the WSDOT Standard Specifications. 3.10 LEAKAGE TESTS A. Leakage tests shall be made after the pressure test has been satisfactorily completed on the new pipelines or concurrently with the pressure test. The hydrostatic pressure for the leakage tests shall be equal to 250 City of Renton – Kiwanis Park Improvements Domestic Water February 4, 2022 Bid Set Section 02510 DOMESTIC WATER 02510-7 © Bruce Dees & Associates 2022 pounds per square inch at the lowest point of the main being tested. Any leaks or imperfections developed or discovered during pressure testing shall be remedied by the Contractor before final acceptance of the system. 3.11 STERILIZATION A. Disinfection of the new water system shall be required prior to completion of the project and shall be in accordance with AWWA Standard Specification C651, WSDOT Standard Specification sections 7-09 and 7-15, and drinking water standards of the State of Washington Department of Health. The initial concentration of chlorine in the water shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves, and appurtenances, is required to conform with the specifications stated herein. 3.12 DISPOSAL OF CHLORINATED WATER A. Water containing chlorine residuals shall not be disposed of into any storm drainage system or lake. B. Water with high chlorine residuals (above drinking water levels) shall be flushed into a tanker truck and disposed of in an appropriate manner. 3.13 SAFETY A. Contractors are solely and completely responsible for conditions at job sites, including safety of all persons and property during the performance of the work. The Contractor shall comply with safety and health standards identified in WSDOT Standard Specifications. END OF SECTION 02510 City of Renton – Kiwanis Park Improvements Sanitary Sewer February 4, 2022 Bid Set Section 02530 SANITARY SEWER 02530-1 © Bruce Dees & Associates 2022 SECTION 02530 – SANITARY SEWER PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections and City of Renton, apply to this Section. 1.2 SUMMARY A. This Section includes site sanitary sewer for a new on-site sanitary sewer system. B. Related Sections include the following: 1. Section 02300 – Earthwork. 1.3 DEFINITIONS A. PVC: Polyvinyl chloride plastic. 1.4 PERFORMANCE REQUIREMENTS A. All workmanship and materials shall be in accordance with the latest "English" unit edition of the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT/APWA). The Standard Specifications, except as they may be modified or superseded by the King County Environmental Health Department Standards and/or these plans, shall govern all phases of work. B. Fees and Permits: Obtain and pay for all required permits for work under this section. 1.5 SUBMITTALS A. Submit composite data sheets on all manufactured materials including: 1. Pipe 2. Fittings 3. Cleanout 4. Manhole B. Submit samples and certified test results on bedding. City of Renton – Kiwanis Park Improvements Sanitary Sewer February 4, 2022 Bid Set Section 02530 SANITARY SEWER 02530-2 © Bruce Dees & Associates 2022 PART 2 - PRODUCTS 2.1 GENERAL A. All workmanship and materials shall be in accordance with the latest "English" unit edition of the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT/APWA). The Standard Specifications, except as they may be modified or superseded by the City of Renton Standards and/or these plans, shall govern all phases of work. B. Before any construction or development activity, a pre-construction meeting must be held between the Contractor, the City's Inspector and other appropriate parties. C. The City Inspector must be notified at least 24-hours prior to commencing construction. No part of the sanitary sewer system shall be put into use until the City has completed its normal inspections and has concluded that the work is acceptable. The City may waive this requirement on a case-by-case basis if continued evidence of sound construction practice by the Contractor so warrants. In any event, installations which do not meet the requirements of these standards shall be removed and replaced at the Contractor's sole expense. D. Approximate locations of existing utilities have been obtained from available records and are shown for convenience. The Contractor shall be responsible for verification of locations and to avoid damage to any additional utilities not shown. If conflicts with existing utilities arise during construction, the Contractor shall notify the City's Inspector and any changes required shall be approved by the City Inspector prior to commencement of related construction on the project. E. Call underground locate line at 1-800-424-5555 a minimum of 72 hours prior to any excavations. 2.2 GRAVITY SEWER PIPE & FITTINGS A. P.V.C. Pipe: 1. All P.V.C. pipe and fittings shall be integral wall bell and spigot, rubber gasket joint, unplasticized polyvinyl chloride (P.V.C.) pipe. All P.V.C. pipe shall have a minimum "pipe stiffness" of 46 psi at 5 percent deflection at 73 degrees F when tested in accordance with ASTM Designation D2412, external loading properties of plastic pipe; and a minimum impact strength based on ASTM D3034 at 73 degrees F. 2. All P.V.C. sewer pipe and fittings installed shall meet or exceed the ASTM recommended specifications D3034, SDR 35, unless otherwise specified, and all installations shall be in strict compliance with the manufacturer's directions. All pipe shall be clearly marked with the date of manufacture. All pipe shall be provided with a reference mark for proper spigot insertion. Joint gaskets shall be fabricated from a compound of which the basic polymer shall be a synthetic rubber consisting of styrene, butadiene, polyisoprene or any combination thereof and shall meet the requirements of ASTM D-3212. City of Renton – Kiwanis Park Improvements Sanitary Sewer February 4, 2022 Bid Set Section 02530 SANITARY SEWER 02530-3 © Bruce Dees & Associates 2022 2.3 FITTINGS A. All fittings shall be of the same material as the pipe unless otherwise specified. 2.4 PLUGS A. All open ends shall be sealed with a plug or material and gasket material approved by the City. The plug shall be able to withstand all test pressures without leakage. 2.5 PIPE BEDDING A. Pipe bedding material shall consist of crushed, processed, or naturally occurring granular material and meet the requirements of WSDOT 9-03.12(3). 2.6 DETECTABLE MARKING TAPE A. Shall be detectable 3" wide green marking tape reading "Caution: Sanitary Sewer Line Buried Below". B. Manufacturer: Christy Enterprises, (800) 258-4583. 2.7 TRENCH BACKFILL A. Trench backfill shall be excavated native material. Suitable native material shall be free from mud, muck, organic matter, broken pavement, rocks greater than 2" dimension, and other deleterious material, and must be capable of compaction to the required density at the time of placement. If the native material cannot be readily compacted to the specified density, Bank Run Gravel per Section 9-03.19 shall be utilized and any insufficiently compacted native material shall be removed and replaced with Bank Run Gravel. 2.8 CLEAN OUT A. Materials shall be as specified on the plans. B. Clean out frame and cover shall be the City standard detail 403.1. 2.9 SEWER CONNECTION A. Materials shall be as specified in The City's Sanitary Sewer Notes and Specifications. PART 3 - EXECUTION 3.1 TRENCH EXCAVATION AND BACKFILL City of Renton – Kiwanis Park Improvements Sanitary Sewer February 4, 2022 Bid Set Section 02530 SANITARY SEWER 02530-4 © Bruce Dees & Associates 2022 A. The maximum permissible trench width between the foundations level and to 12" above the pipe shall be 40" for pipe 15" or smaller inside diameter or 1 ½ times the inside diameter plus 18" for pipe 18 inches or larger. If the maximum trench width is exceeded without written authorization of the City Engineer, the Contractor will be required to provide pipe of higher strength classification or to provide a higher class of bedding, as required by the City Engineer. B. Backfill directly over the pipe to a distance of two (2) feet above the pipe shall be hand tamped only. Above this level, backfill shall be placed in lifts not to exceed 12" in loose depth, and each lift shall be mechanically compacted to the following densities: 1. Above two (2) feet above the crown of the pipe in unimproved areas-90% of maximum density. 2. Above two (2) feet above the crown of the pipe in areas to be paved (roadway and/or sidewalk)-95% of maximum density. C. Compaction of trench backfill material shall be accomplished with mechanical tampers, vibratory compactors, or other equipment suitable to the characteristics of the soils. Water settling shall not be employed. The use of compaction equipment directly over the pipe shall be controlled and limited in accordance with installation instructions and recommendations provided by the manufacturer of the pipe. D. In-place density testing of compacted backfill shall be in accordance with ASTM D1556 (sand cone device) or ASTM D2922 (nuclear density gauge). Laboratory maximum density testing of fill materials shall be performed in accordance with ASTM D1557. E. A minimum of two compaction tests are required for each 200 linear feet of trench (one at subgrade and one at 50% of trench depth). Trenches failing the required test shall have the backfill removed, replaced, and re-compacted. Compaction testing shall be done only by an approved testing laboratory at the contractor's/developer's expense. All test results and analysis shall be promptly given to the City Inspector. The City reserves the right to contract with an independent testing laboratory for re-testing of trench backfill. This re-testing shall be done at the contractor's expense. F. When, after excavating for pipes to the foundation level, the material remaining in the trench is unsuitable, as determined by the City Inspector, excavation shall be continued to such additional depth as may be required by the City Inspector. Unsuitable foundation material shall be replaced with foundation gravel conforming to Section 9-03.17 of the Standard Specifications. G. The contractor shall furnish, install, and operate all necessary equipment to keep excavations above the foundation level free from water during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property or nuisance to the public. Sufficient pumping equipment in good working condition shall be available at all times for all emergencies, including power outage, and shall have available at all times competent workmen for the operation of the pumping equipment. 3.2 SHORING A. The requirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) shall apply to all excavation, trenching, and ditching operations on this project. All trenches over four feet (4') in depth shall be shored, braced, and shielded in compliance with applicable Federal and/or State regulations. Shoring, bracing, or shielding shall be required in all street City of Renton – Kiwanis Park Improvements Sanitary Sewer February 4, 2022 Bid Set Section 02530 SANITARY SEWER 02530-5 © Bruce Dees & Associates 2022 area excavations, including those areas where all existing pavement is being removed. Sloping to the angle of repose will be permitted only in non-critical, off-street areas. B. All excavations 4 feet or more in depth shall be meet the open pit requirements of WSDOT Section 2- 09.3(3)B. C. The shoring system shall be a commercially available shoring system designed for the depths anticipated on the project. The shoring system shall meet all requirements of the Washington Station Safety and Health Act (WISHA) and United States Federal Occupational Safety and Health Act (OSHA). 3.3 BEDDING A. All sewer pipe shall be bedded. Bedding shall be placed to a minimum depth of 6" under the barrel of the pipe and up to the following levels: 1. Sewer Pipe: one foot (1') above the crown of the pipe. 3.4 PIPE LAYING A. Pipe laying shall in accordance with the following: 1. Each pipe shall be laid with bells upgrade with the invert of the pipe to the alignment and grade shown on the plans. Care shall be exercised to insure close concentric joints and small invert. Open ends of the pipe and fittings shall be temporarily blocked and covered when laying is not in progress. 2. Water shall not be allowed in the trench during the pipe laying, joint making, and as long thereafter as is necessary, in the judgment of the Engineer, for the type of joint being used. 3. Adjustment to the line and grade shall be done by scraping away or filling in and tamping material under the body of the pipe. Adjustment to the line and grade by wedging and blocking shall not be permitted. 4. The pipe shall be lowered into the trench by means of ropes, tripod, crane or any other suitable means. The pipe shall not be dropped or handled roughly. The pipe shall be checked for cracks and defects prior to use and any defective pipe rejected. 5. Pipe laying shall start from the lowest point unless otherwise approved by the Engineer. 6. Side sewers shall be at grade as shown on the plans, capped and marked by white 2x4 post labeled "Sanitary Side Sewer". Side sewer stub shall be placed at a depth as shown on the plans. 3.5 ALIGNMENT TOLERANCE A. The maximum tolerance from true line and grade shall be as follows: 1. Maximum deviation from established line and grade shall not be greater than one thirty-second (1/32) inch per inch of pipe diameter and not to exceed one-half (1/2) inch. 2. No adverse grade in any pipe length shall be permitted. 3. The difference in deviation from true line and grade between any two successive joints shall not exceed 1/3 of the amounts specified above. City of Renton – Kiwanis Park Improvements Sanitary Sewer February 4, 2022 Bid Set Section 02530 SANITARY SEWER 02530-6 © Bruce Dees & Associates 2022 3.6 JOINTING OF DISSIMILAR PIPE A. Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans or as approved by the City Inspector. 3.7 DETECTABLE MARKING TAPE A. Detectable marking tape placement: 1. Place over pipe as detailed. 3.8 TESTING OF SIDE SEWERS A. All side sewers shall be tested after backfilling. Side sewers that are reconstructed or repaired to a length of 10 feet or more shall be tested for water tightness. Testing of newly reconstructed sections of side sewers consisting of a single length of pipe will not be required. Testing shall be performed in the presence of the City and the Owner's Inspector or Representative in accordance with City Standard 410. A copy of this testing procedure is available at the office of the City Inspector. END OF SECTION 02530 City of Renton – Kiwanis Park Improvements Subdrainage & Soils February 4, 2022 Bid Set Section 02620 SUBDRAINAGE & SOILS 02620-1 © Bruce Dees & Associates 2022 SECTION 02620 – SUBDRAINAGE & SOILS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes: 1. Subdrainage pipe and drainage aggregate. 2. Top sand and under drained outfield. B. Call underground locate line 1-800-424-5555 a minimum of 72 hours prior to any excavations in the private right-of-way. Contractor shall hire a private locate service for on-site utilities. 1.3 DEFINITIONS A. PP: Corrugated perforated polyethylene B. HDPE: High-density polyethylene. 1.4 PERFORMANCE REQUIREMENTS A. All workmanship and materials shall be in accordance with the latest edition of the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT). The Standard Specifications, except as they may be modified or superseded by the City of Renton Development Standards and/or these plans, shall govern all phases of work. 1.5 SUBMITTALS A. Submit composite data sheets on all manufactured materials including: 1. Corrugated perforated polyethylene pipe (PP) and fittings. 2. High density polyethylene pipe (HDPE) and fittings. 3. Drainage aggregate. B. Submit samples and certified test results on pipe bedding and drainage aggregate. See Part 2 “Sampling of Permeable Materials”, for submittal requirements. C. Fittings shall be of the same manufacturer as the pipe. City of Renton – Kiwanis Park Improvements Subdrainage & Soils February 4, 2022 Bid Set Section 02620 SUBDRAINAGE & SOILS 02620-2 © Bruce Dees & Associates 2022 PART 2 - PRODUCTS 2.1 GENERAL A. All materials shall be new and undamaged and of the type specified. The same manufacturer of each item shall be used throughout the work. B. Where reference is made to other specifications, it shall be the latest revision of the time of construction, except as noted on the plans or herein. C. All materials not specifically referenced shall comply with applicable sections of ANSI, ASTM, AWWA or the WSDOT Standard Specifications. D. Approximate locations of existing utilities have been obtained from available records and are shown for convenience. The Contractor shall be responsible for verification of locations and to avoid damage to any additional utilities not shown. If conflicts with existing utilities arise during construction, the Contractor shall notify the Engineer and any changes required shall be approved in writing by the Engineer prior to commencement of related construction on the project. 2.2 CORRUGATED PERFORATED POLYETHYLENE PIPE AND FITTINGS A. Corrugated perforated polyethylene pipe (PP) shall be virgin polyethylene, coiled, corrugated drain tubing, manufactured in accordance with ASTM F-405, Standard Specifications for Corrugated Polyethylene Tubing and Fittings. Corrugated-perforated pipe shall be Advance Drainage System (ADS) or approved equal. B. Pipe shall be flexible with circumferential ribbing for maximum strength. The perforations shall be a minimum of three rows at 120-degree angles. Perforations shall be of the "saw-cut" variety or of sufficiently small circular holes to not permit passage of pea gravel. C. Fittings shall be of the same manufacture as the pipe and shall be of the "snap-on" type. D. Lengths of pipe shall be joined by split couplings. Tape for wrapping of split couplings shall be polyethylene material. 2.3 PERFORATED HIGH DENISTY POLYETHYLENE PIPE (HDP) AND FITTINGS A. Perforated polyethylene pipe and fittings shall be High Density Polyethylene (HDP) Corrugated Polyethylene Tubing and Fittings. HDP pipe shall be AASHTO M-252S (for pipe 4”-10” dia.) or AASHTO M294S (for pipe 12” dia. or more), perforated, Type S smooth interior, corrugated exterior pipe, N-12, manufactured by Advanced Drainage Systems (ADS) or approved equal. B. Pipe perforations shall be a minimum of three rows at 120-degree angles. Perforations shall be of the "saw- cut" variety or of sufficiently small circular holes to not permit passage of pea gravel. C. Fittings shall be of the same manufacture as the pipe. City of Renton – Kiwanis Park Improvements Subdrainage & Soils February 4, 2022 Bid Set Section 02620 SUBDRAINAGE & SOILS 02620-3 © Bruce Dees & Associates 2022 2.4 SOLID HIGH DENSITY POLYETHYLENE PIPE (HDP) AND FITTINGS A. See Section 02630 – “Storm Drainage”. 2.5 CATCH BASINS A. See Section 02630 – “Storm Drainage”. 2.6 DRAINAGE AGGREGATE A. All drainage aggregate used in the drainage trenches shall be pea gravel, washed, and meet the following specifications for grading and quality: Sieve Size % Passing #1/2 100% #3/8 95-100% #5/16 80-90% #1/4 10-50% #4 1-10% #8 0-1% All percentages by weight. B. Drain pipe aggregate gravel shall be used as the envelope around the corrugated polyethylene drain piping from the bottom of the pipe trench to the level of the existing native material subgrade. 2.7 NONWOVEN GEOTEXTILE (NOTE: THIS IS REQUIRED ON SYNTHETIC TURF INFIELD ONLY – NOT GRASS OUTFIELD). A. Nonwoven geotextile meeting or exceeding mullen burst of 220 psi (ASTM D3786 / D3786M), trapezoidal tear of 40 lbs (ASTM D4533 / D4533M), and puncture strength of 65 lbs. (ASTM D4833 / D4833M). Mirafi 140N , or approved equal. 2.8 PIPE BEDDING A. See Section 02630 – “Storm Drainage”. 2.9 TOP SAND A. Top Sand shall meet the following specifications: Sieve Size % Passing #4 100% #8 95-100% City of Renton – Kiwanis Park Improvements Subdrainage & Soils February 4, 2022 Bid Set Section 02620 SUBDRAINAGE & SOILS 02620-4 © Bruce Dees & Associates 2022 #16 85-100% #30 50-75% #60 0-30% #100 0-10% #140 0-5% #200* 0-2% #270* 0-1% * Indicates wet sieve test. B. Top sand, if washed, shall be freshwater washed. However, washing is not a requisite if the sieve analysis can be met without washing. Top sand shall be used to raise the field to the new finish grade (compacted). 2.10 SAMPLING OF PERMEABLE MATERIALS A. Prior to the importation of any of the permeable materials, the Contractor shall provide the Owner with a ½ cubic foot sample and with a certified test lab report of the sieve analysis of the product listing compliance with the same sieve sizes specified. Owner shall be the final determining factor in establishing compliance with sieve requirements. No material shall be brought onto the job site until the initial sieve analysis has been approved by the Owner, in writing. The testing laboratory shall be an independent, professional laboratory, approved by the Owner. B. During the course of importation of the permeable materials, the Contractor shall be responsible for continually checking the materials to ensure that they continue to meet the Specifications. Failure to do so may require that the Contractor remove non-qualifying material from the site at the Contractor’s own cost. The Owner will have the option to take random samples for testing at their own laboratory. In the event that any sample taken and tested by the Owner reveals that non-qualifying material is being imported, the Contractor shall cease all importation until the Owner is assured that the Contractor is meeting the specifications. In the event that the Owner's sieve analysis and the Contractor's sieve analysis are at variance, and either analysis reveals the material to be non-complying, the Contractor shall be responsible for obtaining (and paying for) the services of a third-party professional testing laboratory, which, in turn shall analyze samples selected by the Owner. Such analysis shall be turned over to the Owner for resolution. C. The certified test lab reports required in paragraph above, shall be submitted by the Contractor as early as possible to avoid potential delays in the Contract due to sample rejections. PART 3 - EXECUTION 3.1 FINISH SUBGRADE A. Verify that the subgrade depths are correct and as shown on the drawings. B. Geotextile Installation: Install on the subgrade and in the subdrainage trenches as detailed and in strict conformance with the manufacturer's specifications. (NOTE: SYNTHETIC TURF ONLY). City of Renton – Kiwanis Park Improvements Subdrainage & Soils February 4, 2022 Bid Set Section 02620 SUBDRAINAGE & SOILS 02620-5 © Bruce Dees & Associates 2022 C. Subgrade Tolerance: Plus 0.00’; minus 0.05’. D. Subgrade must be in a smooth, even condition prior to trenching. 3.2 TRENCHING A. Excavation: Trenches shall be cut with smooth sides, no less width than as shown on the drawings. All trench spoils removed from the under drained areas may be used as fill in other on-site areas. In the event that the trench has been over excavated, the Contractor may correct the cut by use of the gravel filler material, as long as the invert elevations of the drainpipe and the minimum pea gravel filter blanket are as specified. All trenches shall have loose material removed from the trench bottom before any bedding gravel shall be placed. Trench bottom shall be smooth and compact and to the grade specified. B. Trench Maintenance: All trenches shall be maintained with vertical sides and without loose or sloughed materials therein; care shall be taken in placement of gravel to ensure no sloughing of trench sides or contamination of the pea gravel. C. The Contractor shall not drive rubber-tired vehicles across excavated trenches unless trenches are bridged with ½” steel sheeting (approximately 4’ x 8’ size). During delivery of materials, trucks shall be guided by a field worker to ensure that no trenches are crossed without protection. D. All excavations over four feet (4’) deep shall be in conformance with WISHA shoring regulations and Standard Specifications (WSDOT), Section 7-17.3(1). E. Geotextile Installation at Synthetic Turf: Install on the subgrade and in the subdrainage trenches as detailed and in strict conformance with the manufacturer's specifications. 3.3 PEA GRAVEL ENVELOPE A. Pea gravel shall be placed in properly graded and approved trenches for the drainpipe with lines and grades per the plans. The gravel shall be carefully placed on the clean and graded trench bottom and brought to the appropriate level, no less than 2" at any point. The drainpipe shall be placed on the bedding and the balance of the filler gravel shall be placed on the pipe and brought up to finish subgrade level. Gravel shall be placed along the sides of the pipe and the top of the pipe with the pipe held in place to prevent vertical or lateral displacement by the fluid effort of the gravel. 3.4 POLYETHYLENE PIPE INSTALLATION A. Polyethylene pipe shall be uncoiled and cut to length and then permitted to remain in the uncoiled position until excessive set induced by coiling is relieved. Pipe shall be laid on the bed to grade and held to prevent displacement. Pipe shall be end-capped at the ends. Pipe shall be coupled with snap-on couplings to ensure locking of the couplings and shall be wrapped with two wraps of polyethylene tape (one tape width). City of Renton – Kiwanis Park Improvements Subdrainage & Soils February 4, 2022 Bid Set Section 02620 SUBDRAINAGE & SOILS 02620-6 © Bruce Dees & Associates 2022 3.5 HIGH DENSITY POLYETHYLENE (HDPE) PIPE INSTALLATION A. Install piping beginning at low points of system, true to grades and alignment indicated, with unbroken continuity of invert. Install couplings according to manufacturer’s written instructions and other requirements indicated. B. Bed piping with full bearing in pipe bedding. Bedding shall be placed to a minimum depth of 6 inches under the barrel of the pipe and up to 6 inches minimum above the crown of the pipe. Backfill remainder of trench with select native soil backfill per details. 3.6 PREPARATION FOR TOP SAND (OUTFIELD) A. Complete the drainage and irrigation for the entire field. B. Reestablish the subgrade. C. Obtain approval of drainage, irrigation and reestablished subgrade before placing any top sand / infield soil. Keep equipment off of the subgrade if excess rainfall has softened it. 3.7 TOP SAND PLACEMENT A. Verify that subgrade has been reestablished after the drainage and irrigation work is completed and approved (for the entire outfield). B. Top sand shall be placed over the field and then spread onto the field with a tracked piece of equipment. C. Do not drive rubber-tired vehicles across excavated trenches unless trenches are bridged with ½” steel sheet (approximately 4’ x 8’ size). During delivery of materials, trenches shall be guided by a field worker to ensure that no trenches are crossed without protection. D. Wet the sand completely and grade to the finish grade. E. PRESCRIBED TOP SAND DEPTH SHALL BE COMPACTED DEPTH. Finish grades shall be verified with laser plane equipment in the presence of the Owner. Finish Grade Tolerance: Plus 0.05’; minus 0.00’. END OF SECTION 02620 City of Renton – Kiwanis Park Improvements Storm Drainage February 4, 2022 Bid Set Section 02630 STORM DRAINAGE 02630-1 © Bruce Dees & Associates 2022 SECTION 02630 — STORM DRAINAGE PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes site storm drainage and connection to existing storm drain utilities. B. Related Sections include the following: 1. Section 02620 — Subdrainage 2. Section 02631 — Stormwater Treatment Units 3. Section 02632 — Trench Drain 1.3 DEFINITIONS A. PVC: Polyvinyl chloride plastic. B. HDPE: High Density Polyethylene 1.4 PERFORMANCE REQUIREMENTS A. All workmanship and materials shall be in accordance with the latest "English" unit edition of the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT/APWA), and Specifications, except as they may be modified or superseded by the City of Renton Standards and/or these plans, shall govern all phases of work. B. Fees and Permits: Obtain and pay for all required permits for work under this section. 1.5 SUBMITTALS A. Submit composite data sheets on all manufactured materials including: 1. Pipe 2. Catch Basins 3. Frame and Grates 4. Cleanouts 5. Pipe Bedding 6. Control Structure 7. Trench Drain City of Renton – Kiwanis Park Improvements Storm Drainage February 4, 2022 Bid Set Section 02630 STORM DRAINAGE 02630-2 © Bruce Dees & Associates 2022 B. Submit samples and certified test results on bedding. PART 2 — PRODUCTS 2.1 PIPING A. High Density Polyethylene Pipe (HDP) and Fittings: 1. Solid HDP drain pipe and fittings shall be High Density Polyethylene (HDP) conforming to HDP pipe shall be AASHTO M252 (4"-10" pipe) or AASHTO M294 (12" and larger), Type S smooth interior, corrugated exterior pipe, N-12, manufactured by Advanced Drainage Systems. or approved equal. Fittings shall be of the same manufacture as the pipe and shall be of the "snap-on" type. Lengths of tubing shall be joined by split couplings. 2.2 CATCH BASINS A. Catch Basins: 1. Control Structure: See contract drawings. 2. Type 1 Catch Basins: City of Renton Standard Plan 200.00 as shown on contract drawings. 3. Type 2 Catch Basins: City of Renton Standard Plan 201.00 as shown on contract drawings. 4. PVC Drain Basins: a. Shall be manufactured from PVC pipe stock, utilizing a thermo-molding process to reform the pipe stock to be specified configuration. b. The drainage pipe connection stubs shall be manufactured from PVC pipe stock and formed to provide a watertight connection with the specified pipe system. c. Joint tightness shall conform to ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric Seals. The flexible elastomeric seals shall conform to ASTM F477. d. The pipe bell spigot shall be joined to the main body of the drain basin or catch basin. e. The raw material used to manufacture the pipe stock that is used to manufacture the main body and pipe stubs of the surface drainage inlets shall conform to ASTM D1784 cell class 12454. f. Approved Product: ADS Nyoplast or approved equal. 2.3 GRATES AND FRAMES A. PVC Catch Basin Grate: Iron Age Designs Cast Iron 23 7/8" Round "Interlaken" grate, standard finish with East Jordan Works 2425Z frame. Use adaptor to PVC drain basis as required. B. Vaned Grate: City of Renton Standard Plan with "dump no pollutants" cast into grate (lockable). City of Renton – Kiwanis Park Improvements Storm Drainage February 4, 2022 Bid Set Section 02630 STORM DRAINAGE 02630-3 © Bruce Dees & Associates 2022 2.4 PIPE BEDDING A. Pipe bedding material shall consist of crushed, processed, or naturally occurring granular material and meet the requirements of WSDOT 9-03.12(3). 2.5 TRENCH BACKFILL A. Trench backfill shall be excavated native material. Suitable native material shall be free from mud, muck, organic matter, broken pavement, rocks greater than 2" dimension, and other deleterious material, and must be capable of compaction to the required density at the time of placement. If the native material cannot be readily compacted to a specified density, Bank Run Gravel per Section 9-03.19 shall be utilized and any insufficiently compacted native material shall be removed and replaced with Bank Run Gravel. 2.6 TRENCH DRAIN A. Trench Drains shall be per plan requirements and Section 02632. PART 3 — EXECUTION 3.1 GENERAL A. Call underground locate line at 1-800-424-5555 a minimum of 72 hours prior to any excavations. Call private locate service for on-site utilities. B. Before any construction or development activity, a preconstruction meeting must be held between the Contractor, the City's Inspector, and other appropriate parties. C. The City's Inspector must be notified at least 24 hours prior to commencing construction. No part of the drainage system shall be put into use until it has been inspected by the City. The City may waive this requirement on a case-by-case basis if continued evidence of sound construction practice by the Contractor so warrants. In any event, installations which do not meet the requirements of these standards shall be removed and replaced at the Contractor's sole expense. 3.2 EXCAVATIONS A. Trench Excavation and Backfill: 1. The maximum permissible trench width between the foundation level and up to 12" above the pipe shall be 40" for pipe 15" or smaller inside diameter or 1-1/2 times the inside diameter plus 18" for pipe 18" or larger. If the maximum trench width is exceeded without written authorization of the City, the Contractor will be required to provide pipe of higher strength classification or to provide a higher class of bedding, as required by the City. 2. Backfill shall be placed in lifts not to exceed 12" in loose depth, and each lift shall be mechanically compacted to the following densities: City of Renton – Kiwanis Park Improvements Storm Drainage February 4, 2022 Bid Set Section 02630 STORM DRAINAGE 02630-4 © Bruce Dees & Associates 2022 a. Along and over the pipe to a depth of 1' above the crown of the pipe– 90% of maximum density. b. Above one foot above the crown of the pipe in unimproved areas – 90% of maximum density. c. Above 1' above the crown of the pipe in areas to be paved (roadway and/or sidewalk) – 95% of maximum density. 3. Compaction of trench backfill material shall be accomplished with mechanical tampers, vibratory compactors, or other equipment suitable to the characteristics of the soils. Water settling shall not be employed. The use of compaction equipment directly over the pipe shall be controlled and limited in accordance with installation instructions and recommendations provided by the manufacturer of the pipe. 4. In-place density testing of compacted backfill material shall be in accordance with ASTM D1556 (sand cone method) or ASTM D6938 (nuclear method). Laboratory maximum density testing of fill material shall be performed in accordance with ASTM D1557. 5. A minimum of one compaction test is required for each 200' of trench or as may be directed by the City. Trenches failing the required test shall have the backfill removed, replaced, and recompacted. Compaction testing shall be done only by an approved testing laboratory at the Contractor's expense. All test results and analyses shall be promptly given to the City Inspector. The City reserves the right to contract with an independent testing laboratory for testing of trench backfill. This testing shall also be done at the Contractor's expense. 6. When, after excavating for pipes to the foundation level, the material remaining in the trench is unsuitable, as determined by the City Inspector, excavation shall be continued to such additional depth as may be required by the City Inspector. Unsuitable foundation material shall be replaced with foundation gravel conforming to Section 9-03.17 (Class A) of the WSDOT Standard Specifications. 7. The Contractor shall furnish, install, and operate all necessary equipment to keep excavations above the foundation level free from water during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property or nuisance to the public. 8. Sufficient pumping equipment in good working condition shall be available at all times for all emergencies, including power outage, and shall have available at all times competent workmen for the operation of the pumping equipment. 3.3 PIPE BEDDING A. Bedding shall be placed to a minimum depth of 6" under the barrel of the pipe and up to the following levels: 1. High-density polyethylene (HDPE) and perforated polyethylene pipe (PP) – 1' above the crown of the pipe. 3.4 SHORING A. The requirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) shall apply to all excavation, trenching, and ditching operations on this project. All trenches over 4' in depth shall be shored, braced, and shielded in compliance with applicable Federal and/or State regulations. Shoring, bracing, or shielding shall be required in all street area excavations, including those areas where all existing pavement is being removed. Sloping to the angle of repose will be permitted only in non-critical, off-street areas. City of Renton – Kiwanis Park Improvements Storm Drainage February 4, 2022 Bid Set Section 02630 STORM DRAINAGE 02630-5 © Bruce Dees & Associates 2022 B. Shoring and cribbing of excavations and trenches shall be provided in accordance with the provisions of Section 2-09 of the WSDOT Standard Specifications. C. The shoring system shall be a commercially available shoring system designed for the depths anticipated on the project. The shoring system shall meet all requirements of the Washington State Safety and Health Act (WISHA) and United States Federal Occupational Safety and Health Act (OSHA). 3.5 PIPE LAYING A. Pipe laying shall comply with Section 7-08.3 of WSDOT Standard Specifications. 3.6 CATCH BASINS PRECAST CONCRETE A. Place the base section on the prepared bedding so as to be fully and uniformly supported in true alignment, making sure that all entering pipes can be inserted on proper grade and alignment. B. All lift holes and all joints between precast elements shall be thoroughly wetted and then be completely filled with mortar, smoothed and pointed both inside and out, to ensure watertightness with brushed finish. C. Precast sections shall be placed and aligned to provide vertical sides. D. The Contractor shall construct structures of the type specified on the project drawings so as to provide adjustment space for setting frames and covers to a finished grade. Frame and cover shall be installed and adjusted in accordance with WSDOT Standard Specifications. 3.7 PVC DRAIN BASIN A. Installation: 1. The specified PVC surface drainage inlet shall be installed using conventional flexible pipe backfill materials and procedures. 2. The backfill material shall be crushed stone or other granular material meeting the requirements of class 2 material as defined in ASTM D2321. 3. Bedding and backfill for surface drainage inlets shall be placed and compacted uniformly in accordance with ASTM D2321. 4. The drain basin body will be cut at the time of the final grade. 5. No brick, stone or concrete block will be required to set the grate to the final grade height. 6. For H-20 load rated installations, a concrete ring will be poured under and around the grate and frame. 3.8 STORMWATER TREATMENT UNITS A. Installation: See Section 02631 — Stormwater Treatment Units. City of Renton – Kiwanis Park Improvements Storm Drainage February 4, 2022 Bid Set Section 02630 STORM DRAINAGE 02630-6 © Bruce Dees & Associates 2022 3.9 CONNECTIONS TO EXISTING CATCH BASIN A. The Contractor shall verify invert elevations prior to construction. B. The Contractor shall excavate completely around the basin to prevent unbalanced loading. The storm sewer shall be kept in operation at all times and the necessary precautions shall be taken to prevent debris or other material from entering the storm sewer, including a tight pipeline bypass through the existing line if required. Water used for flushing and testing shall not be allowed to enter the storm sewer. C. All damage to the manhole resulting from the Contractor's operation shall be repaired at no expense to the City. 3.10 TESTING A. Testing 1. The storm drain system will be inspected by the City. Any departures from the best construction practices, such as pipeline misalignment, presence of foreign matter in the catch basins or manhole, poor manhole or catch basin construction, etc. shall be corrected. 2. Continuous poor construction practice shall be cause to require complete testing of the storm drain system in accordance with Section 7-04 of the WSDOT Standard Specifications. 3.11 CLEANING A. Cleaning shall comply with Section 7-04.3(1) of the WSDOT Standard Specifications. END OF SECTION 02630 City of Renton – Kiwanis Park Improvements Stormwater Treatment Units February 4, 2022 Bid Set Section 02631 STORMWATER TREATMENT UNITS 02631-1 © Bruce Dees & Associates 2022 SECTION 02631 – STORMWATER TREATMENT UNITS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. The Contractor shall furnish and install the Oldcastle BioPod Biofilter Underground stormwater treatment system (BioPod), complete and operable as shown and as specified herein, in accordance with the requirements of the plans and contract documents. B. The Oldcastle BioPod Biofilter Underground stormwater treatment system shall consist of a precast concrete vault with internal bypass and StormMix ™ media, as GULD approved by Washington State Department of Ecology. 1.3 APPROVED PRODUCT A. Oldcastle BioPod Biofilter Underground Vault Model BPU-68IB (without exception) as supplied by Oldcastle Infrastructure 2808 A Street SE Auburn, Washington 98002. 1.4 RELATED SECTIONS A. Section 02630 — Storm Drainage 1.5 SUBMITTALS A. Submit shop drawings for the BioPod stormwater treatment system. Drawings shall include make and model as well as rim and pipe invert elevations per the plans. B. Submit an Operation and Maintenance Manual for each structure. C. Provide O&M training for Owner personnel for storm water treatment units. PART 2 — PRODUCTS 2.1 STORMWATER TREATMENT DEVICE City of Renton – Kiwanis Park Improvements Stormwater Treatment Units February 4, 2022 Bid Set Section 02631 STORMWATER TREATMENT UNITS 02631-2 © Bruce Dees & Associates 2022 A. Oldcastle BioPod Biofilter Underground Vault Model BPU-68IB (without exception) as supplied and delivered by Oldcastle Infrastructure 2808 A Street SE Auburn, Washington 98002. No modifications shall be made to manufacturer-supplied structure. 2.2 CONTRACTOR PROVIDED COMPONENTS A. All contractor-provided components shall meet the requirements of this section, the plans specifications and contract documents. In the case of conflict, the more stringent specification shall apply. B. Crushed rock base material shall be six-inch minimum layer of ¾" minus rock. Compact undisturbed sub- grade materials to 95% of maximum density at +/-2% of optimum moisture content. Unsuitable material below sub-grade shall be replaced to engineer's approval. C. Concrete shall have an unconfined compressive strength at 28 days of at least 3000 psi, with ¾" round rock, a 4-inch slump maximum, and shall be placed within 90 minutes of initial mixing. D. Silicone Sealant shall be pure RTV silicone conforming to Federal Specification Number TT S001543A or TT S00230C or Owner's Representative approved. E. Grout shall be non-shrink grout meeting the requirements of Corps of Engineers CRD-C588. Specimens molded, cured and tested in accordance with ASTM C109 shall have minimum compressive strength of 6,200 psi. Grout shall not exhibit visible bleeding. F. Backfill material shall be ¾" minus crushed rock, or approved equal. PART 3 — EXECUTION 3.1 PRECAST BIOFILTER VAULT A. The vault shall be placed in accordance with Oldcastle Infrastructure installation guidelines. Where manufacturer guidelines conflict with those provided herein, the Manufacturer’s guidelines shall govern. B. Set precast vault on crushed rock base material that has been placed in maximum 12" lifts, loose thickness, and compacted to at least 95% of the maximum dry density as determined by the standard Proctor compaction test, ASTM D698, at moisture content of +/-2% of optimum water content. C. Manhole floor shall slope ¼" maximum across the width and slope downstream 1" per 12' of length. Manhole top finish grade shall be even with surrounding finish grade surface unless otherwise noted on plans. D. Inlet and outlet pipes shall be stubbed in and connected to precast concrete manhole according to the plan requirements and specifications. E. If grout is used, Contractor to grout all inlet and outlet pipes flush with or protruding up to 2" into interior of manhole. City of Renton – Kiwanis Park Improvements Stormwater Treatment Units February 4, 2022 Bid Set Section 02631 STORMWATER TREATMENT UNITS 02631-3 © Bruce Dees & Associates 2022 F. The vault is delivered with drain rock, underdrain piping, and StormMix media and mulch pre-installed. The BioPod must be protected from construction sediment during all phases of construction. The contractor must place a temporary pipe plug in the line to prevent water loaded with sediment from entering the system. The contractor is responsible for sourcing and supplying the temporary pipe plug. The plug should be left in place until construction is complete and the unit is brought online. G. Prior to activating the unit, sediment must be swept from pavement and plugged stormwater collection system piping should be flushed and cleaned, as appropriate. To activate the unit, remove the plug from the inlet pipe. CLEAN UP H. Remove all excess materials, rocks, roots, or foreign material, leaving the site in a clean, complete condition approved by the Owner's Representative. All components shall be free of any foreign materials including concrete and excess sealant. END OF SECTION 02631 City of Renton – Kiwanis Park Improvements Trench Drain February 4, 2022 Bid Set Section 02632 TRENCH DRAIN 02632-1 © Bruce Dees & Associates 2022 SECTION 02632 — TRENCH DRAIN PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes trench drain and connection to storm drain utilities. B. Related Sections include the following: 1. Section 02630 — Storm Drainage 1.3 DEFINITIONS A. PVC: Polyvinyl chloride plastic. B. HDPE: High Density Polyethylene 1.4 PERFORMANCE REQUIREMENTS A. All workmanship and materials shall be in accordance with the latest "English" unit edition of the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT/APWA), and Specifications, except as they may be modified or superseded by the City of Renton Standards and/or these plans, shall govern all phases of work. B. Fees and Permits: Obtain and pay for all required permits for work under this section. 1.5 SUBMITTALS A. Submit composite data sheets and installation instructions on all manufactured materials including: 1. Trench Drain 2. Grate and Integral Galvanized Steel Buckle. B. Shop Drawings: Submit shop drawings showing layout, profiles and product components, including anchorage, accessories, finish colors, patterns and textures. City of Renton – Kiwanis Park Improvements Trench Drain February 4, 2022 Bid Set Section 02632 TRENCH DRAIN 02632-2 © Bruce Dees & Associates 2022 1.6 QUALITY ASSURANCE A. Installer Qualifications: Installer experienced in performing work of this section who has specialized in installation of work similar to that required for this project. B. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. 1.7 PRE-INSTALLATION MEETING A. Convene minimum two weeks prior to starting work of this section. 1.8 SEQUENCING A. Ensure that products of this section are supplied to affected trades in time to prevent interruption of construction progress. B. Field Measurements: Verify actual measurements/openings by field measurements before fabrication; show recorded measurements on shop drawings. Coordinate field measurements and fabrication schedule with construction progress to avoid construction delays. 1.9 WARRANTY A. Project Warranty: Refer to Conditions of the Contract for project warranty provisions. B. Manufacturer's Warranty: 1. Warranty Period: 12 months commencing on Date of Substantial Completion or 24 months from date of purchase, whichever is sooner. PART 2 — PRODUCTS 2.1 LOAD CLASS AND SAFETY A. Load Class: Provide trench drain system designed, engineered and installed to support the minimum loads as defined by EN1433. Load Class shall be: B. B. Grate Design: Safety: 1. Grates that comply with requirements of the American with Disabilities Act (ADA). 2. Bicycle-Safe Grates: Avoid slot openings that can trap modern bicycle wheels. 2.2 PRODUCTS A. Trench drain shall be as manufactured by ACO Drain. Model K100S Channel with Grate Type 478. City of Renton – Kiwanis Park Improvements Trench Drain February 4, 2022 Bid Set Section 02632 TRENCH DRAIN 02632-3 © Bruce Dees & Associates 2022 B. In-Line Trench Drain Catch Basin shall be as manufactured by ACO Drain. Model K900 with integral galvanized steel trash bucket. C. Approved Equal: Zurn Z-886 Channel with HDP (ADA Compliant grate). 2.3 GRATES AND FRAMES A. PVC Catch Basin Grate: Iron Age Designs Cast Iron 23 7/8" Round "Interlaken" grate, standard finish with PART 3 — EXECUTION 3.1 GENERAL A. Call underground locate line at 1-800-424-5555 a minimum of 72 hours prior to any excavations. B. Before any construction or development activity, a preconstruction meeting must be held between the Contractor, the City's Inspector, and other appropriate parties. C. The City's Inspector must be notified at least 24 hours prior to commencing construction. No part of the drainage system shall be put into use until it has been inspected by the City. The City may waive this requirement on a case-by-case basis if continued evidence of sound construction practice by the Contractor so warrants. In any event, installations which do not meet the requirements of these standards shall be removed and replaced at the Contractor's sole expense. 3.2 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Owner's Representative of unsatisfactory preparation before proceeding. 3.3 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result of the substrate under the project conditions. 3.4 INSTALLATION A. Install in accordance with manufacturer's instructions and approved submittals. Install in proper relationship with adjacent construction. City of Renton – Kiwanis Park Improvements Trench Drain February 4, 2022 Bid Set Section 02632 TRENCH DRAIN 02632-4 © Bruce Dees & Associates 2022 3.5 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION 02632 City of Renton – Kiwanis Park Improvements Asphalt Concrete Pavement and Pavement Marking February 4, 2022 Bid Set Section 02740 ASPHALT CONCRETE PAVEMENT AND PAVEMENT MARKING 02740-1 © Bruce Dees & Associates 2022 SECTION 02740 – ASPHALT CONCRETE PAVEMENT AND PAVEMENT MARKING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes: 1. Asphalt paving. 2. Paint striping. 3. Asphalt patching. 4. Pavement Reinforcement Mesh 1.3 QUALITY ASSURANCE A. Asphalt contractor to attend a pre-construction conference with the general contractor and Owner's Representative prior to mobilizing for paving. 1.4 ALTERNATES A. See Form of Bid Proposal for possible affect on this section. 1.5 RELATED WORK A. Coordinate related work and requirements specified in other parts of the Contract Documents, including but not limited to the following: 1. Section 02300 – Earthwork 1.6 REFERENCE STANDARDS A. Standard Specifications: All construction shall be in accordance with the "2021 Standard Specification for Road, Bridge, and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association, Washington State Chapter. 1.7 SUBMITTALS A. Hot mix asphalt (HMA) mix design in accordance with WSDOT 5-04. City of Renton – Kiwanis Park Improvements Asphalt Concrete Pavement and Pavement Marking February 4, 2022 Bid Set Section 02740 ASPHALT CONCRETE PAVEMENT AND PAVEMENT MARKING 02740-2 © Bruce Dees & Associates 2022 B. Submit sieve analysis from a certified testing laboratory showing conformance to the sieve sizes listed and sample of crushed rock material (1/2 cubic foot). C. Submit composite data sheets on sterilant and paint striping materials. D. Pavement Reinforcement Mesh PART 2 - PRODUCTS 2.1 CRUSHED ROCK A. Not used. 2.2 SOIL STERILANT A. Casaron pre-emergent herbicide, or approved equal. 2.3 ASPHALT A. Asphalt paving shall conform to 5-04, 9-02 and 9-03 of the Standard Specifications. 1. Parking Lot: HMA Class ½" PG58-22. 2. All Other Asphalt: HMA Class 3/8" PG58-22. 2.4 JOINT SEALER A. Hot poured sealant for bituminous pavement per WSDOT 9-04.2(1)A2 OR poured rubber joint sealer per WSDOT 9-04.2(2) 2.5 PAVEMENT REINFORCEMENT MESH A. GlasGrid 8501 Asphalt Restoration System, as manufactured by Saint-Gobain ADFORS, without exception 2.6 PAVEMENT MARKING A. Material: Material shall conform to Section 8-22.2 of the Standard Specifications. B. Striping: White exterior Type, chlorinated rubber paint. Four-inch typical width for parking stalls. PART 3 - EXECUTION 3.1 SUBGRADE City of Renton – Kiwanis Park Improvements Asphalt Concrete Pavement and Pavement Marking February 4, 2022 Bid Set Section 02740 ASPHALT CONCRETE PAVEMENT AND PAVEMENT MARKING 02740-3 © Bruce Dees & Associates 2022 A. Prepare subgrade in conformance with Section 02300 Earthwork. B. Verify that the subgrade is completed to correct line and grade before starting work. 3.2 CRUSHED ROCK A. Construct crushed surfacing shall be in accordance with Section 4-04 of the Standard Specifications. 3.3 SOIL STERILANT A. Apply sterilant herbicide with sprayer in accordance with manufacturer's recommendations over crushed rock base of asphalt. The Owner shall be notified 24 hours in advance of application of sterilant. No sterilant shall be applied without the Owner’s representative present. Apply sterilant to specified areas only, and under no circumstances shall it be sprayed on other areas. 3.4 PAVEMENT REINFORCEMENT MESH A. Surface Preparation 1. Repair potholes and cracks greater than ¼” 2. Sweep and clean pavement such that is free of dirt, water, oil, and other foreign materials. Broom or air clean surface so it is clean and dust free. 3. Prepare existing asphalt surface in accordance with WSDOT 5-04.3(4). 4. Apply tack coat uniformly over the entire prepared asphalt concrete surface at a residual rate of 0.3 gal/yd2 using a calibrated distributor truck, ensuring that the application rate remains constant. The tack coat shall contain a minimum of 70% solids. 5. The existing pavement must be dry. Do not install during any precipitation. B. Placement Method 1. Place the Pavement Reinforcement Mesh in accordance with Manufacturer’s recommendations. 2. Placement shall take place while the tack coat is still tacky/broken. Use a mechanical placement tractor or place manually over the entire surface to be paved. 3. Keep the material flat and wrinkle free. Installation may require hand brooming. For sharp curves, cut edges and fold over in the direction of the placement of asphalt overlay. 4. The Pavement Reinforcement Mesh must be paved over with a minimum of 2” compacted thickness the day of placement. 3.5 ASPHALT A. All Paving: Construct in accordance with Section 5-04 of the Standard Specifications on the same day of the Pavement Reinforcement Mesh installation. B. Obtain approval of crushed rock base course prior to paving. City of Renton – Kiwanis Park Improvements Asphalt Concrete Pavement and Pavement Marking February 4, 2022 Bid Set Section 02740 ASPHALT CONCRETE PAVEMENT AND PAVEMENT MARKING 02740-4 © Bruce Dees & Associates 2022 3.6 SAW-CUT JOINTS A. Sawcut existing and new joints between paving. 3.7 JOINT SEALING A. Seal butt joints between new and existing paving. 3.8 PAVEMENT MARKING A. Prepare surface in conformance to Section 8-22 of the Standard Specifications. Paint only when air and surface to be painted temperatures are above 50 degrees F. Line width shall not vary more than plus or minus 1/4”. 3.9 ASPHALT FINISHED EDGE A. All asphalt surface pavement edges will be at true alignment and width as indicated on the plans. B. All asphalt surface edges not abutting concrete paving shall be hand tamped to a 45-degree angle as shown on the plans. END OF SECTION 02740 City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-1 © Bruce Dees & Associates 2022 SECTION 02751 – CAST IN PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes exterior cement concrete pavement for the following: 1. Walkways 2. Curbs 3. Miscellaneous Concrete 4. Walls B. Related Sections include the following: 1. Section 02300 – Earthwork for subgrade preparation, grading, and subbase course. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: Composite data sheets or each type of manufactured material and product indicated. 1. Joint Filler 2. Curing Compound 3. Reinforcing Steel Placement Drawing 4. Sealant B. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-2 © Bruce Dees & Associates 2022 B. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1. Require representatives of each entity directly concerned with concrete pavement to attend, including the following: a. Contractor's superintendent. b. Concrete subcontractor. E. Mockup: Provide a 5'x5' mockup of each finish type prior to placement of all concrete walks. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. Provide and comply with City of Renton approved traffic control plan for all work in the ROW. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for all radii. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.2 STEEL REINFORCEMENT A. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I or II. City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-3 © Bruce Dees & Associates 2022 C. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Maximum Aggregate Size: 3/4 inch nominal. 2. Do not use fine or coarse aggregates containing substances that cause spalling. D. Water: Potable and in conformance with ASTM C 94. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air-Entraining Admixture: ASTM C 260. C. Synthetic Fiber: Master Fiber M100 or approved equal meeting the requirement of ASTM C1116 / C1116M 4.1 3 Type III and ICC ES AC 32 3.1.1. 2.5 CURING MATERIALS A. Water: Potable. B. Clear Waterborne Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.6 RELATED MATERIALS A. Expansion and Isolation Joint Filler Strips: 1. ASTM D 1751, asphalt-saturated cellulosic fiber 3/8” thick. 2. Expansion and Isolation Joint Sealant: Tremco THC-900 or equal. ASTM C920 Type M, Grade A, Class 25, Dark Grey. 2.7 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 211.1 and ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality-control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Compressive Strength (28 Days): 3000 psi: Sidewalks along Union Ave 2. Compressive Strength (28 Days): 4000 psi: All other flatwork, curbs and walls 3. Slump Limit: 4 inches. D. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows: City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-4 © Bruce Dees & Associates 2022 1. Air Content: no less than 4.5% and no more than 7.5% for 3/4-inch maximum aggregate. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete: Comply with requirements and with ASTM C 94. B. Admixtures: Add admixtures within an accuracy of three percent (3%). Where two or more admixtures are used in the same batch, they shall be added separately and must be compatible. Approved admixtures must be added at the appropriate time in strict compliance with manufacturer’s directions. Concrete that shows evidence of total collapse or segregation caused by the use of admixture shall be removed from the site. 2.9 CRUSHED ROCK BASE A. 5/8" minus crushed rock. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION AND CRUSHED ROCK BASE A. Verify the subgrade is correct to line and grade before beginning work. B. Proof-roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. C. Remove loose material from compacted subbase surface immediately before placing crushed rock base. D. Place crushed rock base in one lift and compact. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. All curved edged shall be formed with flexible forms and shall be approved by the Owner's Representative prior to placing any concrete. B. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. C. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-5 © Bruce Dees & Associates 2022 A. General: Comply with The Concrete Reinforcing Steel Institute (CRSI's) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. 3.4 NONWOVEN GEOTEXTILE FABRIC A. Place fabric as detailed. 3.5 JOINTS A. General: All wall and walk joints to align. Construct construction, isolation, and contraction joints and edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations shown, unless pavement terminates at isolation joints. 1. Provide preformed galvanized steel or plastic keyway-section forms or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. 2. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 3. Provide tie bars at sides of pavement strips where indicated. 4. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Locate expansion joints at intervals indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint- filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Edging: Tool edges of joints in concrete after initial floating with an edging tool to the following radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces. 1. Radius: 1/4 inch. City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-6 © Bruce Dees & Associates 2022 3.6 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand-spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations. H. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. I. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-7 © Bruce Dees & Associates 2022 3.7 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform, fine-line texture. C. Mockup: Provide a mockup (5' x 5') to demonstrate construction joints, edging, and broom finish. 3.8 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and follow recommendations in ACI 305R for hot- weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete curing compound, or a combination of these as follows: 1. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 2. Sealing a. Apply as soon as all surface water has disappeared and the concrete surface will not be marred by walking workers. Surface to receive sealer must be dry and free of contaminants. Remove all stains or discolorations. b. Apply using low-pressure sprayer. c. Do not apply during high temperature conditions in direct sunlight. Surface temperature of the concrete must be between 10-32° C (50-90° F). d. Apply product as soon as all surface water has disappeared and the concrete surface will not be marred by being walked on. Apply evenly over entire surface; avoid puddling in low areas. Restrict foot traffic for at least four hours. Twelve hours is preferred. 3.9 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. City of Renton – Kiwanis Park Improvements Cast In Place Concrete February 4, 2022 Bid Set Section 02751 CAST IN PLACE CONCRETE 02751-8 © Bruce Dees & Associates 2022 3. Surface: Gap below 10-foot- long, unleveled straightedge not to exceed 1/4 inch. 4. Lateral Alignment and Spacing of Tie Bars and Dowels: 1 inch. 5. Vertical Alignment of Tie Bars and Dowels: 1/4 inch. 6. Joint Spacing: As shown. 7. Joint Width: Plus 1/8 inch, no minus. 8. Joint Sealing: As detailed. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing and inspection agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. B. Test results shall be reported in writing to Owner’s Representative, concrete manufacturer, and Contractor within 24 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. C. Additional Tests: Testing agency shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Owner's Representative. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. The Contractor shall pay for additional tests required when test results show non-conformance. 3.11 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Owner’s Representative when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 02751 City of Renton – Kiwanis Park Improvements Curbs February 4, 2022 Bid Set Section 02770 CURBS 02770-1 © Bruce Dees & Associates 2022 SECTION 02770 – CURBS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Wheelchair ramps with detectable warning patterns. 2. Barrier curbs. 3. Curb & gutters. B. Related Sections include the following: 1. Section 02300–Earthwork. 2. Section 02740–Asphalt Concrete Paving and Pavement Marking. 3. Section 02751–Cast-in-Place Concrete. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Joint filler. 2. Detectable warning pattern (truncated dome panels). 3. Curing compound. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed curb work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. City of Renton – Kiwanis Park Improvements Curbs February 4, 2022 Bid Set Section 02770 CURBS 02770-2 © Bruce Dees & Associates 2022 B. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. D. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1. Require representatives of each entity directly concerned with curbing to attend, including the following: a. Contractor's superintendent. b. Concrete subcontractor. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. Comply with City of Renton Approved Traffic Control Plan. PART 2 - PRODUCTS 2.1 FORMS A. See Section 02751 – “Cast in Place Concrete”. 2.2 STEEL REINFORCEMENT A. See Section 02751 – “Cast in Place Concrete”. 2.3 CONCRETE, ADMIXTURES, CURING & RELATED MATERIALS A. See Section 02751 – “Cast in Place Concrete”. 2.4 EXPANSION JOINTS A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber 3/8” thick. Premolded expansion joint filler shall be of sufficient size to cover the full depth of the concrete section. City of Renton – Kiwanis Park Improvements Curbs February 4, 2022 Bid Set Section 02770 CURBS 02770-3 © Bruce Dees & Associates 2022 2.5 CAST-IN-PLACE CONCRETE CURBS A. Construct as detailed and in accordance with Section 8-04 of the WSDOT/APWA Standard Specifications. 2.6 ACCESS RAMP/WHEELCHAIR RAMP AND DETACTABLE WARNING PATTERN A. Construct as detailed and in accordance with City of Renton Standards as noted. B. Detectable warning shall be yellow in compliance with WSDOT Standard Specification 8-14.3(3). PART 3 - EXECUTION 3.1 CURBS A. Verify that the subgrade is completed to correct line and grade before starting work. B. The subgrade base for curb sections shall be compacted to ninety-five percent (95%) of maximum dry density as determined by the ASTM test method D-698 standard proctor before placing the curb. C. White pigmented curing compounds will not be allowed. D. The top of the finished concrete shall not deviate more than one-eighth inch (1/8") in ten feet (10'), or the alignment one-fourth inch (1/4") in ten feet (10'). E. Note: All radii shall be continuous with no angle points. Formed curbs should be formed with flexible form sections to conform to the radii shown. Rigid, straight steel sections are not allowed even in forming the large radii. F. Joints shall be at a maximum spacing of ten feet (10'); with expansion joints at beginning of curbs, curb returns, and wheelchair ramps. G. Broom finish all exposed curb surfaces (top, face, and gutter) parallel with the curb length. 3.2 ACCESS RAMP/WHEELCHAIR RAMP AND DETECTABLE WARNING PATTERN A. Ramps: Construct as detailed and in accordance with City of Renton Standards as noted. 3.3 REPAIRS AND PROTECTION A. Protect curbs from damage. Remove and replace concrete curbing that is broken, damaged, or defective, or does not meet requirements in this Section. City of Renton – Kiwanis Park Improvements Curbs February 4, 2022 Bid Set Section 02770 CURBS 02770-4 © Bruce Dees & Associates 2022 B. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete gutters not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 02770 City of Renton – Kiwanis Park Improvements Court Surfacing February 4, 2022 Bid Set Section 02779 COURT SURFACING 02779-1 © Bruce Dees & Associates 2022 SECTION 02779 – COURT SURFACING PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Basketball Court Surfacing. 2. Playing Lines. B. Related Sections include the following: 1. Section 02740 – Asphalt Concrete Pavement and Pavement Marking. 1.3 ALTERNATES A. See Bid Proposal for possible effect on this section. 1.4 QUALITY ASSURANCE A. Court Contractor: Must be experienced in court surfacing work of the highest professional quality and have facilities and personnel adequate for the work specified. Contractor must acquaint themselves with all other work related to site improvements and other work, which might affect preparation for or installation of basketball courts. 1.5 SUBMITTALS A. Letter from the manufacturer verifying that the court Contractor is qualified as its authorized Contractor. B. Procedures to be used in the construction of the court in regard to the responsibility of the Contractor and all Subcontractors involved. C. Composite data sheets on all materials to be used and the proposed method of application and procedures to be followed. D. Maintenance and repair procedures: See Part 3.4 "Closeout" below. PART 2 – PRODUCTS 2.1 MATERIALS City of Renton – Kiwanis Park Improvements Court Surfacing February 4, 2022 Bid Set Section 02779 COURT SURFACING 02779-2 © Bruce Dees & Associates 2022 A. Court Surfacing Material: The court surfacing material for the surface shall be blue and green "PLEXIPAVE" as manufactured by California Products Corporation, Cambridge, Massachusetts. B. Color Finish Material: The color finish material for the surface shall be "PLEXICHROME" as manufactured by California Products Corporation, Cambridge, Massachusetts. C. Additional approved product is Ocean Marker DecoColor MP be Deco Surfaces. Contact Ocean Marker Sport Surfaces, USA, Inc. (877) 530-6430. PART 3 – EXECUTION 3.1 PREPARATION A. Verify that asphalt has cured for a minimum of 21 days. B. Prior to application of the acrylic finish system, the asphalt court surface shall be flooded with water and allowed to drain. Check for depressions of 1/16" or greater within ten feet (10') in any direction. Fill all depressions with court patch or asphalt resurfacing material as required. C. After corrections are made, flood the court again (in the presence of the Owner's Representative) to verify conformance with the 1/16" tolerance. Make necessary corrections. Follow this procedure until the entire court is within the specified tolerance. 3.2 SURFACING A. A final inspection of the surface and backboard post shall be made. Approval must be received prior to application of the court surfacing. B. Apply one coat of black acrylic resurfacer over the entire court area. The California Products resurfacer shall be mixed on the job as follows: 50 gallons of resurfacer, 400 pounds of 70-mesh sand, 400 pounds of 30-mesh sand, and 10 gallons of water. C. Apply two coats of Plexipave per manufacturer's specifications. After the first coat has dried, the surface shall be inspected and all ridges removed; and the entire surface shall be blown clean, and the second application of Plexipave made. D. Prior to applying the color finish coat, the surfaces shall be inspected, any ridges removed, and the entire surface blown clean. If the surface is not covered to a uniform, even texture, free of all porosity, a third coat shall be applied. The coat shall not be less than 120 gallons of Plexipave per 800 square yards. E. The color finish coat of Plexichrome shall be applied at the rate of not less than 30 gallons of material per 800 square yards. The mixed Plexichrome shall be squeegeed in straight lines, with no swirls visible; and each course must be wind-rowed and applied in straight lines. F. The color scheme shall be "Light Blue" inside the key white playing lines and "Light Green" outside the key playing lines. City of Renton – Kiwanis Park Improvements Court Surfacing February 4, 2022 Bid Set Section 02779 COURT SURFACING 02779-3 © Bruce Dees & Associates 2022 3.3 PLAYING LINES A. Dimensions: The playing lines shall be two inches wide, accurately located and marked in accordance with the U.S. Tennis Court & Track Building Association. B. The General Contractor shall further guarantee that all work, including subgrade and asphalt be free from defects in material and workmanship for a period of two years. Upon notice in writing from the Owner to the Contractor within two years of Final Acceptance of the project, the Contractor shall, at no expense to the Owner, make necessary repairs or replacements of the defective work in question. During this period of guarantee, the Owner shall perform normal maintenance and cleaning. 3.4 CLOSEOUT A. Maintenance: The installer shall make recommendations to the Contractor in writing of the procedures to follow in protecting and maintaining the court until final acceptance. The Contractor shall provide the Owner with a complete typewritten set of maintenance and repair procedures on 8½" x 11" heavy weight plastic coated sheets (furnish minimum of three (3) copies). END OF SECTION 02779 City of Renton – Kiwanis Park Improvements Permeable Crushed Stone for Synthetic Turf February 4, 2022 Bid Set Section 02790 PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF 02790 - 1 © Bruce Dees & Associates 2022 SECTION 02790 – PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. References: 1. American Society for Testing and Materials (ASTM). 2. City of Renton Standards. 3. Standard Specifications for Municipal Public Works Construction – Washington State Chapter (latest edition). 1.2 SUMMARY A. This Section includes the following: 1. Work includes site preparation, subgrade fine grading, and the placement, grading and compaction of crushed stone in accordance with the lines, grades, spot elevations and cross-sections shown on the drawings. All work is lump sum. B. Related work in other sections of these specifications includes, but is not limited to: 1. Section 02300 – Earthwork. 2. Section 02620 – Subdrainage and Soils. 3. Section 02791 – Synthetic Sport Field Surfacing 4. Section 02792 – Plastic Lumber 1.3 PERFORMANCE REQUIREMENTS A. The Contractor shall perform all layout. The Owner’s Representative may or may not inspect the layout prior to installation. Improperly placed material shall be reinstalled (or removed) by the Contractor at no additional cost to the Owner. B. Contractor/Operator Experience: Only skilled operators shall be allowed to perform grading of the base and top stone. The operator(s) shall have completed a minimum of five (5) permeable base stone installations. Provide project names, locations, contact person, and phone number. 1.4 SUBMITTALS A. Sieve analysis of the Permeable Base Stone material using the sieves shown and percent passing, and conformance with the listed restrictions per Part 2.3. B. Crushed Stone – ½ CF sample of each. City of Renton – Kiwanis Park Improvements Permeable Crushed Stone for Synthetic Turf February 4, 2022 Bid Set Section 02790 PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF 02790 - 2 © Bruce Dees & Associates 2022 C. Contractor/Operator Experience per Part 1.3.B. 1.5 DELIVERY, STORAGE, AND HANDLING A. Materials shall not be mixed on site. 1.6 PROJECT CONDITIONS A. The Contractor shall satisfy himself as to the nature and quantity of materials to be moved and other work to be performed and shall notify the synthetic turf system manufacturer/installer and the Owner of any discrepancies between site conditions shown on the drawings and actual conditions prior to commencement of work. B. Underground Utility Lines: Known underground utility lines are shown on the Existing Site Topography Plan Sheet G0.2. The contractor shall locate and clearly mark all underground utilities and obstructions and protect or relocate all that conflict with the work described herein. Assume that other utilities may be present and use caution when excavating. Notify the Owner’s Representative if any other underground utilities or structures are discovered. 1.7 PERMITS A. The Grading Permit has been obtained and paid for by the Owner. Any other required permits shall be obtained by the Contractor at the Contractor's expense. 1.8 COORDINATION A. No site work shall be performed without notifying the synthetic turf system installer or Owner’s Representative at least 48 hours prior to commencing work. B. Coordinate work with other trades as applicable. 1.9 FINAL APPROVAL – INSPECTION AND TESTING A. A representative designated by the synthetic turf system manufacturer and the Owner’s Representative will be present intermittently to observe the Contractor’s operation, to perform test and measurements, and to adjust the work as necessary to meet field conditions. Such observations, tests, measurements and work adjustment shall not alter the requirements of the drawings or specifications nor imply any superintendence or control of the Contractor’s operation, nor warranty the Contractor’s work. B. Relative compaction of compacted soils will be determined in general conditions with the American Society for Testing and Materials (ASTM) Test Methods D1557-12e1 (modified proctor) and D 2167-15, or D6938- 17a. City of Renton – Kiwanis Park Improvements Permeable Crushed Stone for Synthetic Turf February 4, 2022 Bid Set Section 02790 PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF 02790 - 3 © Bruce Dees & Associates 2022 PART 2 - PRODUCTS 2.1 PERMEABLE TOP STONE FOR FIELD A. Material used for Permeable Top Stone construction shall conform to the following specifications: Gradation Sieve Size Percent Passing ½" or 12.5 mm 100 3/8" or 9.5mm 85-100 ¼" or 6.3mm 75-100 US #4 or 4.75mm 60-90 US #8 or 2.36mm 35-75 US # 16 or 1.18mm 10-55 US #30 RUȝP 0-40 86RUȝP 0-15 86RUȝP 0-8 86RUȝP 0-3 B. Restrictions: 1. To ensure structural stability: x D60/D10 > 5 and 1 < D230 < 3 D10D60 x Fragmentation must be 100% 2. To ensure proper drainage: x Permeability of top stone > 50 in/hr (0.035 cm/sec) (When stone is saturated and compacted to 95% Proctor) C. Depending on the type of stone present in the crushed stone mix, other mechanical characteristics might be necessary for approval. D. "Dx" is the size of the sieve (in mm) that lets x % of the stone pass. For example, D60 is the size of the sieve that lets 60 % of the stone pass. These sizes, for calculation purposes, may be obtained by interpolation on a semi-log graph of the sieve analysis. E. Should the field need to support heavy vehicles, consideration must be given for the load bearing requirements of the base. F. Infiltration rate shall be verified on-site and accepted by the Owner and the Synthetic Turf manufacturer prior to placing any material. 2.2 CRUSHED BASE STONE City of Renton – Kiwanis Park Improvements Permeable Crushed Stone for Synthetic Turf February 4, 2022 Bid Set Section 02790 PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF 02790 - 4 © Bruce Dees & Associates 2022 A. Crushed surfacing shall be manufactured from ledge rock, talus, or gravel in accordance with the provisions of Section 3-01 of the WSDOT Standard Specifications. The materials shall be uniform in quality and free from wood, roots, bark, and other extraneous material shall meet the following quality test requirements: Los Angeles Wear, 500 Rev. 35% max. Degradation Factor –Top Course 25 min. B. Crushed surfacing of the various classes shall meet the following requirements for grading and quality when placed in hauling vehicles for delivery to the project site. The exact point of acceptance will be determined by the Engineer. Gradation Sieve Size Percent Passing ¾" Square 100 ½" Square 80-100 U.S. No. 4 46-66 U.S. No. 40 8-24 U.S. No. 200 10.0 max % Fracture 75 min. Sand Equivalent 40 min. C. All percentages are by weight. D. The facture requirement shall be at least one fractured face and will apply to the combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP for AASHTO TP 61. E. The portion of crushed surfacing retained on a U.S. No. 4 sieve shall not contain more than 0.15 percent wood waste. 2.3 SAMPLING OF STONE MATERIALS A. Prior to the importation of any of the permeable base materials (base stone and top stone), the Contractor shall provide the Owner with a ½ cubic foot sample and a certified test lab report of the sieve analysis of the products. The materials shall be in compliance with the same sieve sizes specified and associated restrictions per Part 2.4. The turf manufacturer and the Owner shall be the final determining factor in establishing compliance with sieve requirements and restrictions. No material shall be brought onto the job site until the initial sieve analysis has been approved by the turf manufacturer and the Owner in writing. The testing laboratory shall be an independent, professional testing laboratory, approved by the Owner. B. During the course of importation of the permeable base materials, the Contractor shall be responsible for continually checking the materials to ensure that they continue to meet the Specifications. Failure to do so may require that the Contractor remove non-complying material from the site at his own cost. The Owner will have the option to take random samples for testing at their own laboratory. In the event that any sample taken and tested by the Owner reveals that non-complying material is being imported, the Contractor shall cease all importation until the Owner is assured that the Contractor is meeting the Specifications. In the event that the Owner’s sieve analysis and the Contractor’s sieve analysis are at City of Renton – Kiwanis Park Improvements Permeable Crushed Stone for Synthetic Turf February 4, 2022 Bid Set Section 02790 PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF 02790 - 5 © Bruce Dees & Associates 2022 variance, and either analysis reveals the material to be non-complying, the Contractor shall be responsible for obtaining the services of a third party professional testing laboratory, which, in turn shall analyze samples selected by the Owner. Third party testing fees shall be the responsibility of the Contractor. Such analysis shall be turned over to the Owner for resolution. C. The certified test lab reports required in the paragraph above, shall be submitted by the Contractor as early as possible to avoid potential delays in the Contract due to sample rejections. PART 3 - EXECUTION 3.1 GENERAL CONSIDERATIONS A. Excavation and subgrade fine grading shall be performed in conformance with the alignment, grade and cross-sections indicated on the drawings. 3.2 SPILLAGE, DUST AND EROSION CONTROL A. The Contractor shall prevent spillage when hauling on or adjacent to any public street or highway. In the event that spillage occurs, the Contractor shall remove all spillage and sweep, wash or otherwise clean such streets in accordance with City, County and/or State requirements. B. The Contractor shall take all precautions needed to prevent a dust nuisance to adjacent public and private properties and to prevent erosion and transportation of soil downstream or offsite due to work under this contract. Any damage so caused by the Contractor’s work shall be corrected or repaired by the Contractor. 3.3 SUBGRADE EXCAVATION AND GRADING A. The subgrade shall be excavated to create a positive slope towards the subsurface drain pipes. Unless otherwise specified on the drawings, the minimum slope of the subgrade shall be one (1) percent. B. Following rough grading of the subgrade, the exposed soil shall be moisture conditioned to near optimum moisture content and compacted to relative compactions (modified proctor) to produce a firm non-yielding surface as specified in Section 02300 – Earthwork. 3.4 SUBGRADE SLOPES AND FINAL GRADES A. Final subgrade grades shall conform to the lines and grades shown on the drawings. The measured grades shall not deviate from plus 000 feet and minus 0.05 feet from the planned grades and not vary more than 0.05 feet in ten (10) feet in any direction. Laser grading with a laser guided road grader is required. B. All subgrade elevations shown on the drawings shall be completed by the Contractor and inspected by the Owner’s Representative prior to commencing with the subsequent work items. Finish subgrade elevation shall be verified with laser plane equipment in the presence of the Owner’s Representative. City of Renton – Kiwanis Park Improvements Permeable Crushed Stone for Synthetic Turf February 4, 2022 Bid Set Section 02790 PERMEABLE CRUSHED STONE FOR SYNTHETIC TURF 02790 - 6 © Bruce Dees & Associates 2022 3.5 DRAIN PIPE / DRAINAGE AGGREGATE A. See Section 02620 – Subdrainage and Soils. 3.6 CRUSHED STONE PLACEMENT A. The specified top stone shall be carefully placed as close as practical to its final in-place location to avoid pushing the material any distance to avoid segregation of the aggregate. Remove and replace any segregated material. Compact over the base stone to the grades and elevations shown on the drawings. B. The finished surface shall be 'proof' rolled with a smooth drum roller to provide a non-yielding, smooth, and flat surface. C. Final top stone grades shall conform to the lines and grades shown on the drawings. The measured grades shall not deviate more than 0.05 feet from the planned finish grades and not vary more than 0.02 feet in ten (10) feet in any direction, verified by string line on ten (10) foot centers the length and width of the field. D. The top surface of the top stone shall be sloped as shown on the drawings. E. All top stone grades shown on the drawings shall be completed by the contractor and inspected by the turf manufacturer and the Owner’s Representative for approval in writing for the purpose of warranting the artificial turf prior to commencing with the subsequent work items. 3.7 PERIMETER HEADER / NAILER A. Coordinate plastic nailer with this work. 3.8 PERMEABLE BASE STONE ACCEPTANCE A. Prior to placement of the synthetic turf, the manufacturer/installer shall review the in-situ material for acceptance as a base course for their system and that it will not adversely affect their system’s performance or warranty. The permeable stone contractor shall make any corrections needed to bring the on-site material into compliance. 3.9 CLEAN-UP A. The Contractor is responsible for maintaining a clean and safe working environment throughout the project site. Regular policing of the project site of trash and project debris will be required. The disposal to all trash will be the Contractors’ responsibility. END OF SECTION 02790 City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-1 © Bruce Dees & Associates 2022 SECTION 02791 — SYNTHETIC SPORT FIELD SURFACING PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. B. All sections of the WSDOT Standard Specifications applicable to any and all parts of this project shall govern, except as specifically modified in this section. C. References: 1. American Society for Testing and Materials (ASTM) – latest edition. 2. Guidelines for Essential Elements of Synthetic Turf System Specifications – Synthetic Turf Council (latest edition.) 1.2 SUMMARY A. This Section includes the following: 1. To furnish and install a complete synthetic turf system as indicated on the plans and specified herein including, but not limited to: carpet, infill, and extra materials. B. Related Work in other sections of these specifications includes, but is not limited to: 1. Section 02790 — Permeable Crushed Stone for Synthetic Turf. 2. Section 02792 — Plastic Lumber. 1.3 DEFINITIONS / ABBREVIATIONS A. Carpet: the synthetic turf system (less infill) - consisting of the tufted fiber, primary backing and secondary backing. B. System: All components of the synthetic turf system (turf and infill). C. G-Max: The scale by which shock absorbing properties of playing surfaces are measured. Pursuant to ASTM F355-16e1 (locations pursuant to F1936-19). D. Infill Material: A combination of rubber and sand mixed, layered, or blended unique to the vendor specifications contained herein, and placed on the carpet in multiple, thin lifts that support the polyethylene fibers in a vertical position. E. Owner: The actual project owner or an owner-selected representative. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-2 © Bruce Dees & Associates 2022 F. Contractor: The general contractor that holds the contract with the Owner, or their representative. G. Turf Contractor: The synthetic turf manufacturer, supplier, vendor, and contractor, or their representative. H. The following is an industry abbreviation: 1. SBR: Styrene Butadiene Rubber. 1.4 PERFORMANCE REQUIREMENTS A. The system shall consist of an infilled synthetic grass system that provides the look, feel, and the playability of natural grass with the respect to ball speed and bounce, while providing maximum safety to the athletes or users. B. The system shall be designed specifically for a multi-use combination of soccer, softball, and baseball. C. All components shall be resistant to weather, insect infestation, rot, fungus, mildew, ultraviolet light and heat degradation and shall be non-toxic, suitable for use in western Washington and able to withstand full climate exposure. 1.5 SUBMITTALS A. Initial Submittals (Submitted within 14 Days of the Execution of the Contract): 1. Qualification Statements a. installer qualifications and references, per Sections 2.6A and C below. b. superintendent qualifications, per Section 2.6 B below. 2. Samples a. one (1) quart size sample (sealed) of the proposed infill mix (include source of material and test results indicating compliance with the specifications contained herein) b. sample warranty certificate, per Section 1.14 below. 3. Technical Data Sheets a. seaming thread technical data b. adhesive technical data 4. Shop Drawings a. shop drawings per Section 1.6 below. 5. Certification Letters a. Manufacturer to submit information attesting to the Contractor's authority to utilize the specified system. b. Manufacturer to provide an Indemnification Statement indemnifying the Owner and Owner's Representative from any patent infringement or royalty payment issues. c. Lead Chromate Free Certification Letter, per Section 2.2C below. d. Level of Lead Content Letter, per Section 2.2D below. e. Crumb rubber infill, per Section 2.4B below. B. Pre-Shipment Testing (Prior to Delivery of Synthetic Turf to Project Site): City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-3 © Bruce Dees & Associates 2022 1. Certified test results for drainage characteristics (with Infill) and abrasiveness, per Sections 2.1 D and E below. Testing shall be performed on a minimum of eight (8) random samples, on the total rolls being shipped for this project. 2. Certified test results indicating conformance with the characteristics listed by the specific vendor, per Section 2.3 below. Testing shall be performed on two random samples, one each, obtained from the first and second half of the total rolls before being shipped on this project. 3. See pre-shipment testing, Section 2.6 E below. C. Prior to Installation of Artificial Turf: 1. Letter from the manufacturer approving crushed stone base materials prior to their delivery (see Section 1.8 below). 2. Letter from the manufacturer approving the in situ base course materials ready for laying of synthetic turf (see Section 1.8 below). D. Prior to Final Acceptance: 1. Maintenance Manuals - The Contractor shall provide four (4) sets of the following: a. Manufacturer's minimum eight (8) year warranty of all products in accordance with the approved sample warranty. b. Third party warranty. c. Maintenance guideline training and maintenance manuals (see Section 1.12 below) for turf system. d. Project record drawings and specifications for the synthetic turf system (see Section 1.11 below). 2. Initial performance test results (per Section 3.4 below). Provide the above information in three ring binders - clearly indexed, tabbed, and highlighted. 1.6 SHOP DRAWINGS A. Shop drawings shall be prepared by the manufacturer at the scale of the construction documents and contain all pertinent information regarding installation. Drawings must be completed by the manufacturer. Copies of the construction documents are not acceptable. These drawings shall be submitted to the Owner for approval prior to the manufacturing and shipment of materials. B. Submit drawings for: 1. Seaming plan (include roll numbers and sizes). 2. Installation details, edge detail, other inserts, etc. 3. Striping layout showing any field lines, markings and boundaries, per the project drawings. 1.7 DELIVERY, STORAGE, AND HANDLING A. Protect all materials from the adverse weather as prudent. B. Provide safe and secure storage of all material required for system installation. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-4 © Bruce Dees & Associates 2022 1.8 PROJECT CONDITIONS A. The synthetic-turf installation contractor shall review and provide written approval to the Owner, of the proposed base course material prior to the delivery and placement of any material. In addition, the turf contractor shall verify and provide written approval of the condition of the base course once the material has been placed and compacted. B. The base material contractor shall correct any conditions that are not in compliance with the design elevations and acceptable tolerances. C. If the base becomes segregated or loose due to corrections required or at any time during the installation process the Contractor shall remove and replace the segregated material at no additional cost to the Owner (see Section 02790 — Permeable Crushed Stone). 1.9 COORDINATION A. Coordinate work with other trades as applicable. 1.10 EXTRA MATERIALS A. Prior to acceptance, the Contractor shall provide to the Owner (at no additional cost) the following: 1. One (1) 32 gallon garbage can, with lid, of each infill type in unopened containers. Deliver to the park off site maintenance facility. 1.11 AS-BUILT DRAWINGS A. The Contractor shall maintain a current record of all installed products and record any deviations (including horizontal and vertical dimensions) on the plans (all deviations from the plans shall be pre-approved by the Owner's Representative). B. Project record drawings shall be updated daily and shall be available daily for review by the Owner's Representative. 1.12 MAINTENANCE GUIDELINE TRAINING AND MAINTENANCE MANUAL A. Contractor shall provide an on-site, hands-on training session for Owner's maintenance staff. Training shall include proper procedures for maintenance and minor repairs. Duration and content of training shall be sufficient to ensure adequate understanding of the system and required maintenance procedures, in order for the Owner to properly maintain the system in compliance with the warranty. The Owner's Representative shall be notified of this session in writing at least 72 hours in advance. Contractor shall coordinate a mutually agreeable training schedule with the Owner. The training session shall be video recorded by the Contractor. B. Contractor shall provide two copies in a standard video format of the video recorded training session. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-5 © Bruce Dees & Associates 2022 1.13 FINAL APPROVAL A. Final approval will be considered upon satisfactory completion of the following: all compliance and performance tests, receipt of acceptable project record drawings and "extra" materials, training session, receipt of signed and approved permits, and substantial completion approval from the Owner's Representative. 1.14 WARRANTY A. The synthetic turf system shall be warranted by the manufacturer and a third party to guarantee usability and playability of the synthetic turf system for its intended purposes for a minimum period of eight (8) years from the date of final acceptance against: 1. Ultraviolet degradation due to normal exposure to the sun. 2. Fading. 3. Excessive wear. 4. Seam failure (inc. inlays). 5. Inadequate dynamic cushioning (G-Max) levels (see Sections 3.4 and 3.6 below). B. The warranty must have the following characteristics: 1. Must provide full field coverage for eight (8) years from date of Substantial Completion, 2. Must warrant materials and workmanship, 3. Must warrant that the materials installed meet or exceed the product specifications within manufacturing tolerances, 4. Must have a provision to either repair or replace such portion of the installed materials that are no longer serviceable to maintain a serviceable and playable surface, 5. Must be a Manufacturer's warranty from a single source covering workmanship and all self- manufactured or procured materials, 6. Must not be limited to the amount of annual usage, 7. Must provide, at the time of bid, a copy of its pre-paid 3rd party insurance policy. This policy must have an annual aggregate amount of no less than $25 million, and a per incident limit of no less than $1 million per claim. The third party insurer must have an AM Best rating of A++ or better. C. Definitions: 1. Fading: the polyethylene fiber shall remain a uniform shade of color without a significant loss of color over the entire warranty period of the field. 2. Excessive Wear: the polyethylene fiber shall not decrease in length and/or width (measured by weight) by more than 10% per year or a total of 40% over the warranty period. 3. Seam Failure: any seam that opens, tears, or otherwise fails under normal use. 4. Dynamic Cushioning (G-Max): the synthetic system shall stay within the parameters for dynamic cushioning set forth in Sections 3.4 and 3.6 below in accordance with ASTM F355-16e1 (locations pursuant to F1936-19). D. Preliminary sample Warranty Certificates to be approved by the Owner's Representative will be required as part of the submittal process (see Section 1.5A above). City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-6 © Bruce Dees & Associates 2022 1.15 SCHEDULE A. The Contractor shall complete all Work on the synthetic turf system within the contract time of completion. 1.16 EXISTING CONDITIONS A. The surface on which the new synthetic turf to be installed is a porous aggregate base. The Contractor will be responsible for any damage to the base after the graded base has been reviewed and approved by the Owner's Representative. 1.17 SURFACE AREA A. The Turf Contractor is to verify all measurements. PART 2 — PRODUCTS 2.1 GENERAL CHARACTERISTICS A. The fiber turf shall be a polyethylene or polyethylene/nylon blend attached to a primary backing. The primary backing will have a secondary backing (coating) of polyurethane that binds the fibers in place. The turf fabric (carpet) shall be filled with infill, in the specific mix ratio to a settled depth as indicated for each manufacturer listed in Paragraph 2.3. B. All components and their installation methods shall be designed and manufactured for a combination of outdoor athletic sports. The materials as herein after specified should be able to withstand full climatic exposure in western Washington. C. All components shall be resistant to weather, insect infestation, rot, fungus, mildew, ultraviolet light and heat degradation and shall be non-toxic. D. The synthetic turf system shall have the basic characteristic of a flow-through drainage system allowing free movement of surface water through the turf, where such water may flow to the sub-base and into the field drainage system. The permeability of the synthetic turf system (w/infill) shall be a minimum of fourteen (14) inches per hour. Certified test results will be required from an Owner approved testing laboratory. E. The abrasiveness index of the turf shall be less than 25 as measured per ASTM F1015-03 (2017). 2.2 SUITABILITY A. The System shall be suitable for practice and play of all field sports indicated herein and recreational use, in all potential local climatic seasons. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-7 © Bruce Dees & Associates 2022 B. The System shall provide superior traction in all types of weather with the soles of conventional athletic shoes ('flats') or composition molded ('moldeds'). C. The System shall be lead chromate free. Provide a letter of certification from the product manufacturer. D. The System shall have little to no lead content, with lead amounts less than guidelines set for by the Consumer Product Safety Commission (CPSC). Provide a letter of certification from the product manufacturer. 2.3 APPROVED PRODUCTS A. The following product is approved for installation: 1. AstroTurf Diamond Series – Rootzone Diamond Blend OPS Materials Description Primary Yarn Polymer Trionic Monofilament, SlitFilm and RootZone Yarn Cross Section PE/PA Co-Polymer / Polyethylene Standard Color Field Green, Lime Green UV Stabilized (Yes/No) Yes Fabric Construction Tufted Primary Backing 7 oz Coating Type Polyurethane Polyethylene Slit Film Denier/Ends 10,000 per end for Slit Film and 8 ends Texturized Yarn Denier/Ends RootZone Synthetic Root Zone (Yes/No) 16,000 (6 ends/1,800 per end for Mono, 10,000 per end for Slit Film and 8 ends/700 denier per end for Root Zone Finish Fabric Nominal Specification Value Units ASTM Method Pile Height (Nominal) 1.5" D-5848 Face Weight 52 oz Total Fabric Weight 78.5 oz per SY Primary Backing Weight 8 oz per SY Multilayer PP D-5848 Secondary Backing Weight 20 oz per SY Polyurethane D-5848 Tuft Bind 10.2 Grab Tear Strength (Average) >200 lbs D-5034 Lead Content <50 ppm F-2765 Total Yarn Linear Density 16,000 Elongation to Break >50% D-2256 Yarn Breaking Strength <20 lbs D-2256 Yarn Melting Point 248° D-789 Stitch Rate 2.6 Machine Gauge 3/8 Flammability Test Passed D-2859 Water Permeability w/Infill >30" +/- per hour F-1551 City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-8 © Bruce Dees & Associates 2022 Fiber Thickness 330 microns for Mono, 115 microns for Slit Film and 100 microns for Rootzone Fabric Width 15’ Infill Nominal Specification Value Units Infill Depth .875” Type SBR Rubber/ Silica Sand Ratio % (sand/rubber) 50% / 50% B. No Substitutions Allowed. 1. The owner has conducted extensive research of various synthetic sports turf surfacing products and has selected the above product for this project. 2.4 INFILL MATERIALS A. The infill materials shall be as specifically designed for each system listed in Section 2.3 above. B. Crumb Rubber Infill (CRI): The CRI shall be produced cryogenically, ambiently or a combination. 1. Type and Origin of Raw Material and Production Method: The CRI shall be derived from used whole vulcanized automobile, SUV, and truck tires (DOT tires for over the road). Buffings, bladders and tubes shall not be used as feedstock for CRI. 2. Specific Gravity: The CRI shall have a specific gravity range from 1.1 minimum to 1.2 maximum grams per cubic centimeter as determined by ASTM D 297 (including any modifications made by ASTM in the future). 3. Ash Content: The CRI shall have an ash content between 5 and 15% as determined by ASTM D297 (including any modifications made by ASTM in the future). 4. Fiber Content: CRI may after Jan 1, 2011 shall not contain more than 0.1% liberated fiber (mathematically expressed as 0.0001) (no more than 0.2 lbs per ton, which is 3.2 ounces of fiber per 2,000 lb. Supersack which is approximately 25 lbs. Of fiber per average field) tested per ASTM D5603. The liberated fiber remaining in the CRI shall be free flowing and not agglomerated into clumps of fiber as received at the job site. CRI made before Jan 1, 2011 shall contain no more than 0.05% liberated fiber. All CRI sold after Dec 31, 2011 must meet the 0.01% standard. 5. The CRI shall be dry and free flowing. 6. Sieve/Gradation Size shall be .5 to 1.5 mm. C. Sand shall be rounded silica, whole grain, con-compacting, and dust free. The sand must have an angularity range from sub-angular to rounded, without any sharp edges. D. Provide proposed sand/rubber ratios for review prior to installation. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-9 © Bruce Dees & Associates 2022 2.5 TURF COLORS A. The following colors shall be used for field construction. 1. Main Body of Field: Owner selected from Turf Contractor's approved list (color shall resemble a healthy, natural turf). 2. Lines: Contract Drawings. B. Provide samples of all colors (per Section 1.5A above) for approval prior to ordering. 2.6 QUALITY ASSURANCE A. Installer Qualifications: Installers must be the manufacturer's installer or an installer approved by the manufacturer. The installer shall have installed a minimum of five (5) similar sized fields (minimum 60,000 SF) of the type specified in Section 2.3 above, using rubber infilled synthetic turf systems, with a proven record of successful in-service performance. B. Superintendent: Only trained technicians skilled in the installation of athletic-quality synthetic turf systems shall be allowed to perform the installation. All installers shall be supervised by a superintendent with a minimum of ten (10) successfully constructed fields of the same type as being installed. The superintendent shall be identified prior to the commencement of construction work, and shall not be changed until completion of the installation and any follow-up punchlist items, unless approved by the Owner. The Owner reserves the right to approve the superintendent assigned to the job. C. References: Installer shall provide a list of references (including names and contact numbers) for the above-mentioned fields. Additional references may be required. D. Visual Inspection: Material delivered to the site will be visually inspected prior to installation to insure conformance with the specifications. Secondary coatings will be checked to insure that they are adequate in weight (application amount) and completely cover the fiber tufts. Any roll of carpet will be rejected in its entirety if a portion of the carpet does not pass inspection. E. Testing of Samples Before Commencing Installation: (NOTE: Need to indicate specific tests, how many tests and on what, who does the testing, how quickly results are to be provided and to whom.) One (1) 12" x 12" sample shall be taken from the first and second half of the total rolls being shipped on this project and tested by an Owner approved lab specializing in ASTM testing of synthetic turf material. Tests for conformance with specifications shall include: 1. Total Weight 2. Pile Weight 3. Tuft Bind (without infill) 4. Pile Height 5. Grab Tear Strength 6. Perf Sprung Diameter City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-10 © Bruce Dees & Associates 2022 7. Fiber Melt Point 8. Water Infiltration Rate All costs for testing services shall be borne by the selected Turf vendor. The Owner reserves the right to test the synthetic turf independently for conformance to the specification. Any roll of material that does not meet or exceed the requirements outlined in the specification will be removed and replaced entirely at no additional cost to the Owner. PART 3 — EXECUTION 3.1 GENERAL A. The installation shall be performed in full compliance with the approved shop drawings and specifications. 3.2 INSTALLATION A. After the prepared base, perimeter nailer, and shock pad have been accepted by the manufacturer/installer, install the turf as directed by the manufacturer's instructions. B. The synthetic turf shall be loose laid across the field, stretched, and attached to the perimeter nailer (6" o.c.). Turf shall be of sufficient length to permit full cross-field installation. Carpet edges should cover the nailer in its entirety. Any piece of carpet that does not cover the entire nailer board will be rejected. No head or cross seams will be allowed, except as required for "tufted" in lines. C. Seams shall be sewn whenever possible. Sewn seams shall be double row, lock-stitched utilizing high- tenacity thread approved by the manufacturer. If gluing is necessary, an appropriate adhesive for use on synthetic turf shall be used. Glued seams shall be reinforced with a fabric scrim backing. Gluing shall only take place only when the ambient air temperature and materials (carpet & scrim) reach a temperature of above 50° Fahrenheit, and rain is not forecast for the next 48 hours. D. All seams shall be transverse to the field direction; i.e., run perpendicularly across the field. Seams shall be flat, tight, and permanent with no separation or fraying. Seams will be tested prior to any infill material being placed. Cutting and gluing seams to remove bubbles, folds, or stretched fabric is prohibited. E. Prior to placing the infill materials, any loose tufts, debris or other deleterious materials shall be removed from the carpet surface. F. Infill materials shall be applied in numerous thin lifts (minimum of twelve (12) lifts) using special broadcasting equipment. The turf shall be raked and brushed properly as applied. The infill material shall be installed to the appropriate settled depth specified in Section 2.3 above. The mixture can only be applied when dry. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-11 © Bruce Dees & Associates 2022 3.3 FIELD MARKINGS A. The field will have inlaid lines as per approved shop drawings, following the approved design drawing previously distributed. B. Lines shall be "tufted" in at the factory whenever appropriate. If factory tufting is not possible, lines can be sewn or glued. Glued lines shall be reinforced with a fabric scrim backing. Short lines may be glued into place after removal (shaving) of the existing tufts. Lines less than 100 feet long must be one continuous piece (no piecing). 3.4 INITIAL PERFORMANCE TESTING A. Prior to final acceptance, the Contractor shall have the field tested by an independent testing laboratory, not affiliated with the Turf Vendor/Manufacturer, for acceptable dynamic cushioning characteristics in accordance with ASTM F355-16e1 (locations pursuant to F1936-19 and as revised herein). The Contractor is responsible for any costs associated with testing. B. The lab must be approved by the Owner's Representative prior to testing. The tests shall be witnessed by the Owner and/or Owner's Representative. Coordinate exact schedule with Owner. C. The minimum and maximum standards for initial testing at each test location are as follows: 1. Minimum G-Max - 90 2. Maximum G-Max - 120 D. Any areas of the field (individual locations - not averages) that do not comply with the above standards shall immediately be remedied or replaced at no additional cost. 3.5 FINAL REVIEW A. Prior or to request for final review, accomplish the following: 1. Complete the installation. 2. Perform all necessary testing (see Section 3.4 above). 3. Provide adequate training and orientation for the owner's maintenance staff (see Section 1.12 above). 4. Provide required extra materials. 3.6 ONGOING PERFORMANCE TESTING A. At the yearly anniversary date of final acceptance, the Owner will have the field tested by an independent testing laboratory, not affiliated with the Turf Vendor/Manufacturer, for acceptable dynamic cushioning characteristics in accordance with ASTM F355-16e1 (locations pursuant to F1936-19 and as revised herein). The Owner is responsible for any costs associated with the testing. A total of eight (8) tests will be performed. City of Renton – Kiwanis Park Improvements Synthetic Sport Field Surfacing February 4, 2022 Bid Set Section 02791 SYNTHETIC SPORT FIELD SURFACING 02791-12 © Bruce Dees & Associates 2022 B. It is the Owner's responsibility to verify that ongoing performance testing is completed in accordance with the specifications. C. The field shall never exceed a G-Max rating of 175 over the warranty period of the field (eight (8) years from the date of final acceptance). Any area of the field (individual results - not averages) cannot increase by more than 15 on the G-Max scale in any single year period. D. Any areas of the field (individual results - not averages) that do not comply with the above standards shall immediately be remedied or replaced by the Turf Contractor at no additional cost to the Owner. 3.7 CLEAN-UP A. The contractor is responsible for maintaining a clean and safe working environment throughout the project site. Regular policing of trash and project debris at the project site will be required. The disposal of all trash will be the contractor's responsibility. END OF SECTION 02791 City of Renton – Kiwanis Park Improvements Plastic Lumber February 4, 2022 Bid Set Section 02792 PLASTIC LUMBER 02792-1 © Bruce Dees & Associates 2022 SECTION 02792 – PLASTIC LUMBER PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Terms and Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Plastic lumber nailer and hardware for Synthetic Turf Edge. B. Related Sections include the following: 1. Section 02751 – Cast-in-Place Concrete. 2. Section 02791 – Synthetic Sport Field Surfacing. 1.3 SUBMITTALS A. General Requirements: Meet requirements of Section 01 30 00 Administrative Requirements. B. Product Literature: Submit product literature for header boards. C. Samples: 1. 2" x 4" plastic lumber material sample (min. 6" long). 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Material: Close stack material in a manner that will prevent material from sagging or becoming crooked. PART 2 - MATERIALS 2.1 NAILER BOARDS A. Header/nailer boards shall be 100% recycled or virgin resin plastic. Products shall be UV (ultra violet) stabilized and guaranteed for 50 years against damage caused by mildew, rot, fungal decay, insects, and water absorption. B. HARDWARE C. Split Drive Concrete Anchors: City of Renton – Kiwanis Park Improvements Plastic Lumber February 4, 2022 Bid Set Section 02792 PLASTIC LUMBER 02792-2 © Bruce Dees & Associates 2022 1. Mushroom head. 2. Zinc plated. 3. Size: ¼" dia. x 3 ½" long. PART 3 - EXECUTION 3.1 SYNTHETIC TURF EDGE A. Install as shown on drawings. B. Do not oversize drilled holes for split drive anchors. C. Vertical tolerance ± ¼" in 10: 3.2 PROTECTION AND CLEAN UP A. Protection: 1. Replace any boards that are broken or chipped at no additional cost to the Owner. B. Debris: Remove all debris. END OF SECTION 02792 City of Renton – Kiwanis Park Improvements Landscape Grading February 4, 2022 Bid Set Section 02800 LANDSCAPE GRADING 02800 - 1 © Bruce Dees & Associates 2022 SECTION 02800 – LANDSCAPE GRADING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Scarifying of subgrade in lawn area. B. Finish grading. C. Contractor to attend a pre-construction conference with the general contractor and Owner's Representative prior to mobilizing. 1.2 ALTERNATES A. Refer to Form of Bid Proposal for possible effect on this section. 1.3 RELATED WORK IN OTHER SECTIONS A. Section 02300 – Earthwork. B. Section 02810 – Irrigation C. Section 02920 – Sodding D. Section 02930 – Planting 1.4 REFERENCES A. ASTM D 1557: Method for Laboratory Compaction Characteristics of Soil using Modified Effort 1.5 DEFINITIONS A. "Percent Compaction": The required in-place dry density of the material, expressed as a percentage of the maximum dry density of the same material determined by ASTM D 1557-78 test procedure. B. "Finished Grade": The final grade elevations indicated on the Grading Drawings, and top of walks, curbs, and utility appurtenances (e.g. manhole lids, catch basins, and valve boxes). C. "Aesthetic Acceptance of Grades": Acceptance by the Owner in writing of the Aesthetic Correctness of the contours as observed without a survey instrument. Aesthetic Acceptance does not address whether an area drains properly, whether the areas are at the correct elevation, or whether it has been compacted properly. City of Renton – Kiwanis Park Improvements Landscape Grading February 4, 2022 Bid Set Section 02800 LANDSCAPE GRADING 02800 - 2 © Bruce Dees & Associates 2022 D. "Acceptance": Wherever the terms "acceptance" or "accepted" are used herein, they mean acceptance of the Owner in writing. E. "Grading Drawings": Plans, sections, and profiles showing finished surface grades. F. "Elements with Fixed Elevations": Paths, paving, concrete pads, and other structures with fixed-spot elevations. 1.6 SITE CONDITIONS A. Environmental Protection: 1. Soil Moisture Content: Do not work soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. PART 2 - PRODUCTS 2.1 MATERIALS A. Grading Equipment: Appropriate size and flexibility to achieve the sculptural forms, profiles, straight slopes, and slope rounding indicated on the Grading Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Subgrade: 1. Verification: Verify that the subgrades have been graded to within one-tenth (0.10') foot of the grades shown on the grading Drawings. 2. Aesthetic Acceptance: Verify that Owner has given the subgrade aesthetic acceptance. 3. Notification of Discrepancies: Notify the Owner's Representative in writing of any discrepancies. B. Approval 1. Obtain approval of finish grade prior to placing any base material for sodding. 3.2 SURVEY REQUIREMENTS A. Lines and Levels: Establish lines and levels, locate and lay out by instrumentation and similar appropriate means for all planting area finish grades. City of Renton – Kiwanis Park Improvements Landscape Grading February 4, 2022 Bid Set Section 02800 LANDSCAPE GRADING 02800 - 3 © Bruce Dees & Associates 2022 3.3 PREPARATION A. Protection of Existing Conditions: 1. General: Use every possible precaution to prevent damage to existing conditions to remain such as structures, utilities, irrigation systems, plant materials and paving on or adjacent to the site of the Work. B. Surface Preparation: 1. Inspection: Inspect subgrade soil for stones over one inch in diameter, sticks, oils, chemicals, plaster, concrete, and other deleterious materials. 2. Removal: Do all Work when necessary to remove the deleterious materials before and after subgrade preparation. 3.4 PREPARING SUBGRADE A. Prepare subgrade to avoid excessive compaction beyond what is specified in Section 02300 for landscape areas. If Owner's Representative determines that excessive compaction has occurred, it shall be corrected as follows: 1. Scarify to a depth of two (2) inches minimum in one direction. 2. Note: Work in this Section shall occur prior to irrigation Work. 3.5 FINISH GRADING OPERATIONS A. General: Grade with uniform slope between points where elevations are given or between such points and existing grades, unless indicated otherwise. B. Soil Surface Tolerances: 1. Planting Areas: Bring finished soil surface finish grades indicated on Grading Drawings. Grade flatter areas at tighter tolerance as required to provide positive drainage. 2. Allowances: Make proper allowances for settlement, spoils from plant pits, etc. C. Survey Requirements: 1. Lines and Levels: Establish lines and levels, locate and lay out by instrumentation and similar appropriate means all planting area finish grades. 2. Staking: Provide grade stakes and string lines as required to bring the soil surface to the grades shown on the Grading Drawings with a smooth surface and positive surface drainage. D. Surface Drainage: 1. Slope finish grades to drain surface water to catch basins, area drains or swales as shown on the Drawings. City of Renton – Kiwanis Park Improvements Landscape Grading February 4, 2022 Bid Set Section 02800 LANDSCAPE GRADING 02800 - 4 © Bruce Dees & Associates 2022 E. Rounded Sculptural Landforms: Blade soil surface parallel with contours to achieve smooth, rounded landforms as shown on the Grading Drawings. F. Depressions and Loose Material: Fill and compact depressions, and remove all loose material to finish surface true to line and grade, presenting a smooth, compacted, and unyielding surface. G. Excessive Compaction: Rip areas which become compacted more than 85 percent compaction to a 12- inch depth, rototill and blade smooth, prior to planting and irrigation. 3.6 PROTECTION A. Erosion: Correct erosion and siltation damage at no cost to the Owner. B. Settlement Repair: Correct settlement prior to acceptance and within the Warranty period at no cost to the Owner. C. Drainage: Keep surface of soil in such condition that it will drain readily and effectively. D. Materials, Tools, and Equipment: In handling materials and operating tools and equipment, protect the soil from damage by laying down planks, plywood, or other accepted protective materials where required. E. Vehicular Traffic: Do not allow vehicles to travel in a single track. If ruts are formed, blade the soil smooth. F. Storage of Materials: Do not store or stockpile materials on soil. G. Dust Control: Use water trucks or temporary irrigation and take all precautions needed to prevent a dust nuisance to adjacent public or private properties. 3.7 CLEANUP A. Daily: Keep all areas of work clean, neat, and orderly at all times. B. Final: Clean up and remove all deleterious materials and debris from the entire work area prior to Final Completion. END OF SECTION 02800 City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-1 © Bruce Dees & Associates 2022 SECTION 02810 – IRRIGATION SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Kiwanis Park drawings. All sections of the standard specifications applicable to any and all parts of this project shall govern, except as specifically modified in this section. C. References: 1. City of Renton Standards. 2. American Society for Testing and Materials (ASTM). 3. American Water Works Association (AWWA). 4. State of Washington Standards 5. National Electrical Code (NEC). 6. Standard Specifications for Municipal Public Works Construction - Washington State Chapter (latest edition). 7. State of Washington - Department of Health. 8. City of Renton Water Department Standards. D. Related work in other sections of these specifications includes, but is not limited to: 1. Section 02300 – Earthwork 2. Section 02620 – Subdrainage 3. Section 02920 – Sodding 4. Section 02930 – Planting 1.2 SUMMARY A. This Section includes, but is not limited to the following: 1. To furnish and install a new, complete and electronically operated irrigation system, as indicated on the drawings and specified herein including, but not limited to, piping, valves, sprinklers, specialties, controls, and wiring. 2. The irrigation system will be supplied with potable water. The water source is the revised point of connection as indicated on the drawings. 3. Coordinate work with other trades as applicable to avoid conflicts and to maintain schedule. 4. Protect the existing irrigation system from construction damage. Any damage to the existing system shall be repaired by the contractor at no cost to the owner. 5. Prior to construction, the contractor shall operate entire existing system to remain and record locations of equipment damage or non-performance. That information is then to be forwarded to the Owner's Representative. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-2 © Bruce Dees & Associates 2022 6. Connect new equipment to existing system at the location shown on the drawings and verified in the field. 7. Prior to beginning work, Contractor shall verify and document existing pressure and flow rate, acceptable for new system and report any problems immediately to Owner's Representative. 1.3 DEFINITIONS A. Mainline Piping: Downstream from point of connection to water distribution piping up to and including the control valves and quick couplers. Piping is under constant pressure when the system is activated. B. Lateral Line Piping: Downstream from control valves and quick couplers to sprinklers and specialties. Piping is under pressure during individual zone operation. C. The "Owner" may be the actual project owner or an owner-selected representative. D. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadine-styrene plastic. 2. FRP: Fiberglass-reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PP: Polypropylene plastic. 5. PE: Polyethylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinylchloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.4 QUALITY ASSURANCE A. Prior to construction of this project, Contractor shall provide the Owner's Representative with written evidence that all Contractor staff assigned to solvent welding duties of PVC pipe or fittings are in possession of an up-to-date certification card issued by manufacturer representative of specified solvent cement. If Contractor's staff are not in possession of current certification cards, the Contractor shall schedule and complete a training seminar (conducted by solvent cement manufacturer representative) and provide written evidence of training completion for each staff member, to the Owner's Representative prior to construction. Only staff that are certified shall be permitted to solvent weld pipe and fittings. 1.5 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments as required to avoid obstructions such as site furnishings, signs and light standards. Maintain the overlap (head to head) coverage designated by the sprinkler spacing shown on the Drawings). Avoid overspray onto walks and structures as practical. B. The Contractor shall perform all system layout. The Owner's Representative may or may not inspect the system layout prior to installation. System components not properly located shall be reinstalled by the Contractor at no additional cost to the Owner. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-3 © Bruce Dees & Associates 2022 C. The Contractor shall be solely responsible for all costs associated with locating and excavating the existing mainline used as the point of connection. D. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties, unless otherwise indicated: 1. Mainline Piping: 200 psi. 2. Lateral Line Piping: 200 psi. 1.6 SUBMITTALS A. Product Data: Material and equipment composite data sheets shall be submitted for the following: 1. Booster pump and disconnect switch 2. PVC pipe 3. Gate valves 4. Pressure gauges 5. Flow sensor 6. Quick coupling valves (inc. key and hose swivel) 7. Exterior antenna 8. PE-89 Cable 9. Rain sensor 10. Control valves 11. Control and trace wire 12. Wire splices (all types) 13. Swing joints 14. Sprinkler heads / nozzles 15. Valve boxes / enclosures & vaults 16. Pump start relay and enclosure 17. Backflow assemblies 18. Master valve 19. Pressure sensor 20. Ball valves 21. Controller and all components B. Submit the number of copies required by the Contract Documents. Clearly index, label, and highlight products to be utilized. C. Operation and Maintenance Manuals: The Contractor shall provide four (4) sets of the following: 1. Guarantee/warranty certificates for all equipment used. 2. Contractors written one-year guarantee/warranty for the entire system. 3. List of authorized distributors and service centers for all products installed on the project. Include contact names, addresses, and phone numbers. 4. Instruction manuals for all equipment used. 5. Parts lists and "exploded" view drawings showing part numbers for each item. 6. Detail drawings of all areas that were unable to be shown clearly on the "as-builts". 7. Reduced and laminated zone chart. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-4 © Bruce Dees & Associates 2022 Provide the above information in three ring binders, clearly indexed, tabbed, and highlighted, with the project title, location, address, and date clearly and typed in bold lettering (minimum 24 pt. Arial) on the front cover. D. The Contractor shall submit the following items to the Owner's Representative prior to final acceptance: 1. Warranty Cards on all equipment so warranted. 2. "As-Built" plans as detailed in these Specifications. 3. Operations and Maintenance Manuals per paragraph 1.6 C. 4. Extra Materials per paragraph 1.9 A. 1.7 DELIVERY, STORAGE, AND HANDLING A. Protect stored PVC piping from direct sunlight. Support pipe as necessary to prevent sagging and bending. B. Provide safe and secure storage of all material required for system installation. 1.8 PROJECT CONDITIONS A. Contractor shall bear all costs to locate and verify all underground utility locations within the site. Avoid damage to existing utilities, plant material, and structures. Contact Utility Locate Services at 1-800-424- 5555 and/or a private locating service prior to any work, to have existing utilities located and marked on site. Contractor is responsible for any damage that is caused. B. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Owner no fewer than two (2) working days in advance of any proposed interruption of water service. Do not proceed with interruption of water service without Owner's written permission. C. Utilities and Existing Structures: The exact location of existing structures, equipment, and overhead or underground utilities, shall be solely the responsibility of the Contractor. He shall conduct his work so as to prevent interruption of service or damage to them. Protect existing structures, equipment, and utility services and repair damages. D. Finish Grades: Verify the correctness of all finish grades within the work area to insure the proper soil- coverage depth over pipe lines and the finished elevations of all sprinkler heads, valve boxes, and irrigation equipment. E. Adjustments: Make minor adjustments to avoid fixed obstructions and to ensure the overlap coverage designated by the sprinkler spacing on the Drawings. F. Product Storage: During construction and storage, protect materials from damage and prolonged exposure to sunlight. G. Keep premises free from rubbish, debris, and excavated trench material, at all time. Store materials so as not to interfere with the operation of the Project. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-5 © Bruce Dees & Associates 2022 H. System Operation: System shall be under fully automatic operation for three days prior to the start of grassing operations. I. Timing and Scheduling: The Contractor shall determine application rates and timer cycling. Adjustments, repairs, etc., other than programming are the responsibility of the Irrigation Contractor. J. Provide hand watering of all existing and proposed planting areas required at any time during the project at Contractor's expense. 1.9 EXTRA MATERIALS A. Prior to final acceptance, the Contractor shall provide to the Owner (at no additional cost to the Owner), the keys and/or other tools necessary to activate, operate, and drain the system, including: 1. Two (2) quick coupling valve keys w/ hose swivels. 2. Two (2) enclosure padlock keys. 3. One (1) manual gate valve key. 4. Two (2) of each type of rotor head installed. 5. Five (5) of each type of spray head body and nozzles installed. 6. All extra nozzle sets not utilized during the installation. 7. Two (2) valve box cover keys. 8. Two (2) Controller keys. 1.10 AS-BUILT DRAWINGS A. The Contractor shall maintain a current record of all facilities / equipment installed and existing equipment repaired, replaced, or relocated, and record any deviations (including horizontal and vertical dimensions) on the plans (all deviations to the plans shall be pre-approved by the Owner's Representative). B. Upon completion of the system installation and prior to final acceptance, the Contractor shall provide the Landscape Architect with a NEAT, CLEAN and LEGIBLE, reproducible, set of "As-Built" drawings of the completed irrigation system. Any pipe not installed in accordance with the contract plans, shall be dimensioned to a permanent structure for location after burial. All quick coupling valves, automatic valves, manual valves, electrical splice boxes, etcetera, shall be dimensioned on the "As-Builts" to two (2) permanent monuments (preferably buildings or hardscapes). C. "As-Built" records shall be updated daily and shall be available daily for review by the Owner's Representative. D. At the controller, provide a reduced-scale, "As-Built", schematic drawing of the irrigation system. Laminate the drawing in plastic and mount inside of the controller cabinet door or on the control panel. 1.11 SYSTEM PROTECTION A. As part of the warranty, the Contractor shall be responsible for winterizing the irrigation system prior to the onset of the freezing season. The Contractor will also be required to reactivate the system in the spring season. Each event must be accomplished within the one-year maintenance period. The Contractor will City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-6 © Bruce Dees & Associates 2022 notify the Owner in writing (with at least 72 hrs. notice) when this work will be performed. Winterizing and spring start-up shall be done in the presence of the Owner's maintenance staff. The Contractor will be liable for all damages resulting from failure to comply. B. When using compressed air to winterize the system, do so in two (2) short cycles at no more than 75-psi pressure. Do not use a compressor with high pressure and low volume or allow the pipe connected to the compressor to get hot to the touch. The Contractor shall winterize the system prior to irrigation system substantial completion approval and acceptance if freezing weather occurs or is forecast. In such an event, the Contractor shall, as directed by the Owner's Representative, reactivate the system for final inspection and acceptance. C. Winterization and reactivation prior to final acceptance will not satisfy the warranty period requirement to deactivate (winterize) and reactivate the irrigation system. D. Fill and repair depressions and replace construction materials damaged from settlement or repair of irrigation trenches, throughout the warranty period. E. Adjust sprinkler heads as necessary to maintain overlap coverage designated by the sprinkler spacing on the Drawings and to keep spray off structures, out of roadways, and off pavements as much as possible throughout the warranty period. F. Replace defective parts throughout the warranty period. 1.12 TRAINING A. Contractor shall provide on-site, hands-on training for Owner's maintenance staff. Training shall include proper procedures for irrigation system operation, maintenance, and winterizing. Duration and content of training shall be sufficient to ensure adequate understanding of system operation and maintenance to enable the Owner to operate, maintain, and winterize the system after the departure of the Contractor. The Owner's Representative shall be notified of this session at least 72 hours in advance. Contractor shall coordinate a mutually agreeable training schedule with the Owner. 1.13 FINAL APPROVAL A. Final approval will be considered upon satisfactory completion of the following: all performance tests, receipt of acceptable "As-Built" documents and extra materials; training session; receipt of signed and approved permits; and substantial completion approval from the Owner's Representative and Landscape Architect. PART 2 - PRODUCTS 2.1 GALVANIZED PIPE AND FITTINGS (not used) A. Galvanized pipe and fittings shall not be used on this project. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-7 © Bruce Dees & Associates 2022 2.2 PIPE THREAD TAPE / COMPOUND A. All mainline pressure fittings and pipe threads shall be wrapped at least three (3), but no more than four (4), times with Teflon tape. 2.3 POLYVINYL CHLORIDE (PVC) PIPE, FITTINGS AND CEMENT A. Polyvinyl chloride pipe shall be PVC 1120 or 1220. 1. Mainline Pipe: a. Up to and including 4" diameter: Schedule 40 PVC. 2. Lateral Line Pipe: a. Up to and including 4" diameter: Schedule 40 PVC. 3. Sleeves: CL 200 PVC. B. Risers on swing joints shall be Schedule 80, conforming to ASTM D 1784. C. Solvent weld fittings shall be manufactured by Lasco, Spears, or approved equal and installed as follows: 1. Mainline Fittings: Schedule 40/80. 2. Lateral Line Fittings: Schedule 40. 3. Valve and Quick Coupler Fittings: Schedule 40/80. 4. Swing Joints: Schedule 40/80. D. Solvent welding compounds shall be IPS "Weld-On" products: 1. Primer: P-70 - purple. 2. Cement: P-711 - gray (heavy bodied). 2.4 PIPE AND WIRE SLEEVES A. Pipe sleeves shall be twice the size of the insert pipe traveling through it. No more than one pipe shall be installed in each sleeve. B. Install separate sleeves for control and communication wires (min. 2" diameter). C. Sleeve under all paved surfaces whether indicated on the plan or not. D. Extend all sleeves twelve inches (6") past any pavement edge. E. Mark sleeve ends with a 2x4 wooden stake driven 18" into grade with 24" exposed. "IR Sleeve" shall be imprinted in on each stake in black, waterproof ink. The top of each stake shall be painted with fluorescent pink marking paint and shall be further marked with three wraps of fluorescent pink flagging tape. Remove stakes after irrigation lines are installed. Install PK nails into top side of concrete at sleeve locations. F. No additional payment shall be made under any circumstances for locating sleeves. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-8 © Bruce Dees & Associates 2022 2.5 GATE VALVES A. Gate valves shall be Kennedy/Mueller Ken-Seal II - #4057 (up to 2½") or #4561N (3" and larger), sized per plan, with a fusion-coated cast-iron body, non-rising stem, resilient-coated wedge, with a minimum 200 psi operating pressure rating. Mainline isolation valves shall be the same size as the mainline. B. Provide one (1) valve-operating keys per paragraph 1.08 A. Keys shall be 36 inches long, ¾" inch stock with "tee" handle, and painted with rust-resistant paint. 2.6 BACKFLOW PREVENTER A. Backflow preventer shall be FEBCO 850 Series. B. Reduce pressure assembly shall be FEBCO 860 Series. C. Both assemblies shall be state approved. 2.7 PRESSURE GAUGES A. Pressure gauges shall be Ashcroft Duralife Type 1009 or approved equal. B. Provide one (1) #25-1009-AW-04B-60 psi & three (3) #25-1009-AW-04L-100 psi. Gauges shall be liquid filled and rated as shown with gauge cock. One (1) of each gauge shall be installed at the booster pump. The third and fourth gauge shall be provided with appropriate fittings to adapt to a quick coupling valve key. 2.8 FLOW SENSOR A. Flow sensor shall be Toro model TFS-150. 2.9 QUICK COUPLING VALVES A. Quick coupling valves shall be Rainbird 44-LRC. Valve shall have brass construction, two-piece body design, stainless steel spring, purple, locking, thermoplastic cover, and pressure rated to 125 psi. The valve shall have a manufacturer's limited warranty of not less than five (5) years. B. Provide two (2) 44K keys and two (2) SH-1 hose swivels per paragraph 1.08A. 2.10 DRAIN ROCK A. Drain rock shall be 5/8" washed pea gravel. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-9 © Bruce Dees & Associates 2022 2.11 AUTOMATIC CONTROL VALVES A. Automatic control valves shall be as follows: 1. Valves Up to 2 inches: Rainbird PEB series, glass-filled, nylon construction, normally closed, forward flow design, with flow-control handle, internal bleed, and 200 psi. rated. Size valves as noted in the Valve Data Table. 2. 3 inch and Larger Valves: Rainbird BPE series, glass-filled with brass lower body and nylon top construction, normally closed, forward flow design, with flow-control handle, internal bleed, and 200 psi. rated. B. Install Rainbird PRS-Dial pressure regulating modules on the valves indicated on the Valve Data Table on drawings. C. Each valve shall be tagged with a Rainbird VID Series or Christy's ID-STD-Y2 valve i.d. tag (yellow). 2.12 SPRINKLER HEADS A. As noted on plans. 2.13 SPRINKLER AND QUICK COUPLING VALVE SWING JOINTS (RISERS) A. Swing joints for sprinkler heads shall be as described on plans. B. Swing joint for quick coupling valve shall as described on plans. C. Swing joints shall not be installed perpendicular to or parallel with the supply line. 2.14 VALVE BOXES AND VAULTS A. Valve Boxes shall be a combination of polyolefin and fibrous material. Extensions may be required to bring the valve box to the proper level. Utilize "drop-in" style covers unless specified otherwise. Boxes shall be as follows: 1. Automatic Valves Pentek 170128 with 6" extension and pentagonal bolt-down cover or equal. The cover shall be bolted down with stainless steel bolts. Box and cover shall be green. 2. Quick Coupling Valves: Pentek 181104 10" with stainless steel locking green lid. 3. Mainline Gate Valves: 6" diameter PVC pipe or Pentek or Carson Roadway Extension with a 10" valve box on top per detail. Pentek 18114, 10", with stainless steel bold-down cover. Box and cover shall be green. Box and cover at point of connection shall be black. 4. Coiled 24-volt Wire: Pentek 107128 with stainless steel, pentagonal bolt-down cover or equal. Cover is to be green and marked irrigation control valve. 5. Control wire pull box: Pentek model no. 170128 standard with 6" extension and pentagonal stainless steel bolt-down green cover marked irrigation control valve. 6. DCVA assembly, utility vault 25TA with galvanized hinged lid. 7. Master valve utility vault 25TA with galvanized hinged lid. 8. Pump check valve Pentek 17012B with 6" extension and bolt down cover green cover. 9. Flow sensor Pentek 170128 with 6" extension with green cover marked irrigation control valve. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-10 © Bruce Dees & Associates 2022 2.15 IRRIGATION CONTROLLER A. Controller shall be Toro model DXi PWM-08 field satellite with a powered coated wall mounted housing. B. Add (2) zone modules model DXi-OPB-08. C. ADD DXi communication cell kit. D. Add exterior antenna: 1. Exterior antenna shall be Diversity model 363-7697. E. Add flow smart module. 2.16 RAIN SENSOR A. Rain sensor shall be Toro model TRS hardwired sensor. 2.17 ENCLOSURES A. Booster pump shall be Strong Box model no. PE-40 AL, marine grade aluminum structure with stainless steel hardware and locking system. B. Rain sensor shall be Strong box model no. RGVRSS. C. Disconnect switch shall be manufactured by Square D with H.O.A. handle mounted inside a Nema 3 housing. D. R.P.B.A. assembly strong box SBBC-30AL-1 M.G. aluminum with stainless steel hardware and locking system. 2.18 BOOSTER PUMP A. The booster pump shall be a Flint & Walling model no. C22231, three horsepower, 2 stage, base- mounted centrifugal with a cast iron body, electronically balanced brass impeller, and a heavy duty NEMA 3 H.P. motor. The pump capacity will be 60.0 G.P.M. at 110' of head. The motor voltage to be 220 volt 1 phase power. B. Pump start relay, 220 volt with 24 volt control voltage, housed inside a NEMA 3 box. Munro MPLC-24GT with pressure/temperature sensor. C. Pump disconnect switch shall be a H.O.A. type switch with a red handle. The switch shall be inside a NEMA 3 box. D. Ball valves shall be Matco Norca 759-LG 2 piece, full port, bronze body. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-11 © Bruce Dees & Associates 2022 2.19 MASTER VALVE A. Valve shall be Superior 3200200 normally closed. 2.20 CONTROL WIRES AND PIPE LOCATOR WIRE A. For automatic control valves and master valve, AWG direct burial, #14 single strand copper wire designed for 24-50 volts and shall be UL approved for UF (underground feeder). UL and UF designations must be clearly marked on the insulation jacket of the wire. Copper conductor must exceed ASTM B-3 or B-8 specifications. The white colored wire will always be the common and the yellow colored wire will always be the spare leads (auxiliary wires). Hot (signal) leads shall be red. Paige, Service Wire Co. 7079D, or approved equal. B. Locator wires for below-grade piping shall be #14 bare copper, U.L. approved as UF, ASTM B-3 or B-8 rated. C. Control wires between the pump start relay and controller shall be two (2) AUG #14 single strand copper wire designed for 24-50 volts and shall be U.L. approved. The copper conductor must exceed ASTM B-3 or B-8 specifications. The color shall be black for the common and orange for the signal lead. D. Control wires between pump start relay and pressure sensor shall be (2) AUG #14 strand (same) the color shall be green for common and blue for signal. 2.21 ELECTRICAL TAPE A. Electrical tape shall be black plastic, ¾" wide, minimum 0.007-inch thick, and all-weather type. 2.22 ELECTRICAL WIRE SPLICES A. Automatic control valve wire splices shall be 3M DBY, or DBR, no substitutions. All splices shall be made within a valve box. At each splice, the wire is to be tagged with a non-fading plastic marker with the zone number permanently marked on the tag. An identical tag shall be attached to the zone control valve. Doublers or devices which split or share zones shall not be used. 2.23 ELECTRICAL CONDUIT AND PULL BOXES A. This specification pertains only to low voltage wiring. All 120-volt power specifications are referred to Section 16000 - Electrical. B. Conduit above finish grade shall be rigid galvanized steel with zinc-protected threads. Fittings shall be of the same material with hot dipped galvanized finish. C. Conduit within a building shall be EMT where permitted by Code. Fittings shall be suitable for this product. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-12 © Bruce Dees & Associates 2022 D. Conduit within the ground shall be gray, Schedule 40 rigid PVC. Fittings shall be suitable for this product. Any run over 100' will require a pull box in the middle of the run or every 100'. Pull boxes shall be Pentek model no. 170128 with 6" extensions and "ELECTRICAL" on the bolt-down lid. E. All equipment furnished and installed shall be in accordance with National, State, and City Electrical Codes, established safety codes and applicable local codes and ordinances. 2.24 CONCRETE THRUST BLOCKING A. Provide concrete thrust blocking of mainline. PART 3 - EXECUTION 3.1 EXISTING CONDITIONS A. Verify that the proper flow and dynamic pressure are available at the point of connection or downstream of the meter prior to beginning any irrigation work. 1. Flow = 60 gallons per minute (gpm.). 2. Dynamic Pressure @ 60 gpm = 25 psi. 3. Static Pressure @ 62.0 psi. B. Immediately notify the Owner's Representative in writing if flow and pressure vary from Paragraph A above. C. Prior to beginning any trenching, verify that the subgrade is at the correct design grade and has been approved by the Owner's Representative. D. Operate the existing irrigation system from the controller in the presence of the Owner's Representative to verify the system on the west is 100% operational. Note and photograph any deficiencies, and submit documentation to the Owner's Representative. 3.2 PREPARATION A. Stake the locations of all and obtain Owner's Representative's approval before commencing installation. Bring any potential discrepancies to the attention of the Landscape Architect before installation. B. Locations of equipment shown on Drawing are approximate. Actual placement may vary as required to achieve the full, overlap coverage required on the plans without spraying onto buildings, sidewalk, fences, adjacent pavements, etc. C. Make necessary adjustments in layout as required to connect to the point of connection or water meter should such equipment not be located as shown, and as may be required to work around new construction, at no increase in contract award. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-13 © Bruce Dees & Associates 2022 3.3 GENERAL CONSIDERATIONS A. Install unions adjacent to valves and to final connections to other components with 2½" or smaller pipe connections. B. Install flanges adjacent to valves and to final connections to other components with 3" or larger pipe connections. C. Install dielectric fittings to connect piping of dissimilar metals. D. Transition Fittings: Use transition fittings for plastic-to-metal pipe connections. E. Reassembly work has to be done after the fittings have been coated, a new coat shall be applied to the disturbed surface. 3.4 GALVANIZED PIPE AND FITTINGS A. Not used. 3.5 PVC PIPE TRENCHING AND BACKFILLING A. Install PVC piping in dry weather when temperature is above 40 degrees Fahrenheit. Allow joints to cure at least 24 hours at temperatures above 40 degrees Fahrenheit before testing unless otherwise recommended by manufacturer. B. Mainline pipe shall be installed with a minimum of eighteen inches (18"), and a maximum of twenty-four inches (24"), of cover. C. Lateral line pipe shall be installed with a minimum of twelve inches (12"), and maximum of eighteen inches (18"), of cover. D. Install pipe with manufacturer's markings facing up (12 o'clock). E. Pipe shall be laid on stable soil with trench bottom evenly graded (without humps or depressions). Large rock, boulders and cobbles two inches (2") or larger shall be removed so that there is no contact with any piping. Voids remaining from the removal of large rocks shall be filled and compacted with select material. Install piping free of sags or bends. F. Where multiple irrigation pipes share a common trench, trench shall be sufficiently wide (or piping shall be arranged) to allow four inches (4") minimum of horizontal separation and six inches (6") minimum of vertical separation between piping, while maintaining specified minimum and maximum cover over piping. Irrigation pipes shall be located in a separate trench from any domestic water piping. G. Backfill around pipe and fittings shall be free from large rocks and shall be well tamped. Trenches shall be backfilled in compacted, six-inch (6") maximum thickness lifts to a level that is even with subgrade (or surrounding grade). Raise backfill to a slight mound and compact with an approved compactor or vibrator. Compaction by vehicle or equipment wheels is prohibited. All roots, rocks, and surplus City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-14 © Bruce Dees & Associates 2022 excavations shall be removed from the site. Contractor is responsible for all trench settlement during the warranty period of the Contract. H. The trenches shall be thoroughly compacted to 90% density at optimum moisture content. Samples for compaction tests may be taken by the Owner's Representative at random locations for testing by an agency to assure compaction compliance. Any trenches failing to meet compaction requirements shall be reconstructed and re-tested at the Contractor's expense. 3.6 CONCRETE THRUST BLOCKING A. Thrust blocks shall be installed at all locations where the irrigation main line changes direction, as at ells, tees and where the main terminates. B. Provide a minimum of 48 hours after pouring concrete before any pressure testing is started. C. Minimum size for thrust blocks shall be 18" x 18" plus the amount of concrete required to fill the excavation pit fully without gaps. The blocks shall be of adequate size and shape to handle all thrust pressures and pipe movements. D. Do not cover control wires. 3.7 WELDING OF PLASTIC PIPE AND FITTINGS A. All gasketed and solvent weld plastic pipe shall be installed in accordance with manufacturer's installation instructions. Great care shall be taken to ensure that the inside of the pipe is absolutely clean. Pipe ends (not being worked) shall be protected and not left open. Cleaning of cutting burrs is mandatory. B. For solvent weld pipe, PVC pipe ends shall be cut at a 90-degree angle to the pipe length and shall be cleaned (use approved reaming tool) of all burrs prior to cementing. Pipe ends shall be wiped clean with a rag that has been lightly wetted with PVC thinner. Joints shall be completely free of moisture or condensation. C. Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe (no further back from the end of pipe than the fitting would slip). Application of cement on the interior of the fittings shall be quantified to ensure no cement shall be pushed into the flow stream of the pipe. Pipe shall be inserted into the fitting and given a quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe. Cement that becomes unduly thick or heavy shall not be thinned and re-used. CONTRACTOR SHALL DISPOSE OF SAME. Pipe shall be tested as indicated elsewhere in these specifications. D. Allow 15 minutes (minimum) set-up time for solvent weld joints before moving or handling. Pipe shall be partially center-loaded to prevent arching or slipping. No water shall be permitted in the pipe for at least 10 hours to permit solvent weld set and cure. Backfilling shall be done when the pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short period of time before backfilling, or by backfilling in the early part of the morning before the heat of the day. Before pressure testing, allow 24 hours cure time for solvent weld joints. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-15 © Bruce Dees & Associates 2022 E. Lateral line pipe may be longitudinally bent at a ratio of 200 times the outside diameter (o.d.) of the pipe over the length of one (1) full stick of pipe [i.e.: 1½" pipe (1.9" o.d.) can be bent to a minimum radius of 1.9 x 200 or 380 inches (31.7') over 20']. 3.8 PIPE AND WIRE SLEEVES A. Provide pipe sleeves under paved areas as required whether or not they are shown on Drawings. Provide multiple parallel pipe sleeves where shown on plans or as specified. Install electrical wiring in a separate sleeve from irrigation piping. B. Provide as many conduits as required to accommodate all power and low-voltage control wires to the controller and booster pump. 3.9 PRESSURE TESTS A. Before any testing, all piping shall be thoroughly flushed. Center loading of the pipe is permissible prior to testing, but all pipe end joints, fittings, gate valves, and automatic valve stub outs shall be exposed for inspections during the pressure test. B. Mainlines shall be filled from the point of connection until all air is removed from the mainline. Smaller sections of the mainline can be tested by closing the gate valves that isolate that particular section of piping. All mainline pipe, fittings, gate, and automatic valves shall be subjected to a hydrostatic pressure test of 125 psi for a minimum of four continuous hours, with no allowable pressure loss. C. Lateral lines shall be tested at 75 psi. Test following swing joint or riser installation. All swing joints and fixed risers shall be capped. All pipe end joints, fittings, and swing joints shall be left exposed for inspection. Prior to inspection, lines shall be filled with water and all air shall be purged from the lateral. Inspection of lateral lines will be done visually. D. Rejected systems or any portions thereof shall be repaired and re-tested as specified. E. Contractor shall furnish all equipment, materials, and labor for all testing. The Contractor shall notify the Owner's Representative or Owner's Representative at least seventy-two (72) hours prior to the test so an inspector may witness the test. 3.10 GATE VALVES A. Gate valves shall be installed per detail at mainline depth. Valves shall be installed in a six-inch (6") PVC pipe collar or plastic roadway valve box (depending upon actual depth), topped with a ten-inch (10") valve box with locking lid. 3.11 DOUBLE CHECK ASSEMBLY A. Double check assembly shall be installed as per detail at a maximum depth of 24" provide a 2" ball valve prior to assembly. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-16 © Bruce Dees & Associates 2022 B. Install in a utility vault 25TA box. 3.12 PRESSURE GAUGES A. Two (2) gauges (#25-1009-A-W-04B) shall be installed within the booster pump station. One (1) 0-60 psi on the pump's intake and one (1) 0-100 psi on the pump's discharge piping. B. Two (2) gauges (#25-1009-A-W-04B, 0-100 psi) shall be provided with appropriate fitting to adapt onto the quick coupling valve keys. 3.13 FLOW SENSOR A. Install flow sensor as per manufacturer's instructions on a minimum distance from any fittings on the inlet and outlet. B. Install in a protective valve box. C. Wire to controller using PE-89 communication cable. 3.14 QUICK COUPLING VALVES A. Owner shall approve all locations prior to construction. Quick coupling valves shall be installed per detail on unibody swing joints. B. Quick Coupling Valves shall be installed a minimum of twelve inches (12"), and maximum of thirty-six inches (36") from pavement or lawn edge (except at point of connection). The maximum distance from the top of the quick coupler to the top of the valve box shall be three inches (3"). Make sure quick coupler key easily passes the top of the valve box when fully engaged. The valve shall be installed inside a ten inch (10") round valve box. Care must be taken to prevent excessive water backup within the valve box. C. A six-inch (6") layer of washed drain rock shall be placed in the bottom of the valve box, encased in a layer of geotextile fabric. D. Thoroughly flush mainline before installing Quick Coupling Valves. 3.15 MASTER VALVE A. Master valve shall be installed inside a utility vault 25TA with galvanized hinged lock lid. B. Wire to controller master valve terminal. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-17 © Bruce Dees & Associates 2022 3.16 AUTOMATIC CONTROL VALVES A. Automatic Valves shall be installed per detail in specified valve boxes, one valve per valve box. Provide Schedule 80 PVC Unions, per detail. Flush supply lines before installing automatic valves. Use valve- box extensions as necessary to extend box completely below bottom of valve. B. Before installation of automatic valves, the mainline shall be flushed and pressure tested. Begin installation only after mainline test has been certified by Owner's Representative. Install only one valve per valve box. C. Use Schedule 80 TOE nipple and Schedule 80 fittings and pipe from the mainline to the valve. Use valve box extensions to insure that the box extends at least ten inches (10") below the bottom of the valve. The maximum distance from the flow control handle to the top of the valve box shall be six inches (6"). The valve shall be installed inside a twelve by eighteen inch (12" x 18") standard valve box. Care must be taken to prevent excessive water backup within the valve box. A six-inch (6") layer of drain rock shall be placed in the bottom of the valve box. Group valves where practical. Locate valve boxes six inches (6") from and perpendicular or parallel to walk edge, building, and walls. Provide twelve inches (12") between boxes where valves are grouped together. D. For pressure regulating valves (Dial-PRS), set downstream pressure using a pressure gauge assembly to obtain optimum sprinkler performance. 3.17 SPRINKLER HEADS A. Install pop-up sprinklers as shown on Drawings (Contractor shall take steps necessary to avoid filling the sprinkler cavity with back-washed sand or soil). Sprinklers in turf areas shall be installed in a manner that permits reel type mowers to pass over (reels and rollers) sprinklers without interference. Install all pop-up sprinkler bodies perpendicular (90 deg. angle) to slope. Adjust radii of sprinklers to obtain optimum overlap coverage required on the drawings. B. Backfill around heads shall be approved native or import topsoil, well compacted. Sprinklers shall be installed flush with sidewalks and curbs and exactly two inches (2") from any paved edge. All heads shall be set perpendicular to finish grade unless otherwise specified on the plans. Refer to details. C. Thoroughly flush lines before installing sprinkler heads. D. Refer to installation details on Drawings for all sprinkler heads. 3.18 SPRINKLER AND QUICK COUPLING VALVE SWING JOINTS (RISERS) A. On rotor, spray, and quick coupling valve, use triple swing joints as shown on drawings. Apply two wraps of Teflon tape around threaded outlet connection (to sprinkler or quick coupling valve). Threaded connections shall be watertight. Do not over tighten. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-18 © Bruce Dees & Associates 2022 3.19 VALVE BOXES A. Install valve boxes plumb and flush with finish grade, so that a reel type mower may pass over without interference. Box shall be supported on continuous brick foundation per detail. Valve box archway shall not rest on piping - provide a minimum of one-inch (1") clearance around any piping. B. Provide filter fabric cover over all below grade openings to prevent debris from contaminating the drain rock. C. If construction debris washes into the automatic valve or quick coupling valve boxes prior to project completion, remove existing gravel and replace with new gravel. 3.20 IRRIGATION CONTROLLER A. The controller will require modifications as listed below. Include all fittings, conduit, wiring, components, appurtenances, and labor for complete 100% operation of the system. B. Controller to be located inside an enclosure (by others) supply electrical conduits as follows; (2) two 3 inch, (1) one 2", and (2) two 1 inch. C. Connect 24 volt wires from pressure-temperature sensor at pump. D. Mount exterior cell antenna on top of enclosure and wire to controller. E. The pump start relay shall be installed just below the controller. Connect 24 coil wires to the controller pump circuit. A licensed electrician will be required to perform the line power connection to the relay. F. Install the rain sensor on side of the enclosure, inside the protective housing. Connect wiring to controller. G. All 110/220-volt connections within the controller enclosure are subject to local electrical codes and permitting. A licensed electrician shall perform all work with power wiring. Low voltage wiring may be installed and connected by the irrigation contractor. H. Verify that the controller and pump start relay is grounded. I. Control wiring shall be installed in a neat and orderly manner and sequenced as per the Owner's Representative's request. J. Contractor will be responsible for all required permits and permit fees. 3.21 BOOSTER PUMP A. The booster pump shall be installed near the water meter as shown on the drawings. The pump shall be housed inside a stainless steel metal enclosure as per the manufacturer's instructions and as shown within the details on the drawings. Include all fittings, conduits, wiring, components, appurtenances, locks, and labor for a complete installation. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-19 © Bruce Dees & Associates 2022 B. Power disconnect switch shall be installed next to the pump on a free-standing bracket with a minimum clearance of 12" from the enclosure floor. C. The pump enclosure shall be installed on a concrete pad with conduits for wiring and piping. Approximate pad size is 40" x 36" x 4" thick. D. Install the main line PVC check valve at the location shown on the drawings. Install inside a Pentek model no. 170128 valve box with 6" extension and stainless steel pentagonal bolt-down cover. 3.22 CONTROL WIRES AND SPLICES A. Control wires shall be taped together at 15' intervals and shall then placed at the side (approx. 6" separation) of the mainline. Provide 3' expansion loops at all directional changes. New control wires not installed along mainline shall be housed inside a 3" PCV conduit. All 90 degree fittings shall be long radius type only. B. There shall be a separate "hot" lead for each automatic valve. A single common wire may be used to reach all valves on an individual controller, but common wires shall not be shared between controllers. Spare wires shall be installed as noted on the plans. Install auxiliary wires to pass through each intermediate valve box, providing an 18 inch (18") minimum loop. Seal ends of spare wires. C. Minimum size of copper wire for this project is #14 UF. The control wires shall be color coded as follows: 1. Projects with a single controller a. Neutral Wire (common): white b. Signal Wire (controller): red c. Auxiliary Wires (spare): yellow D. All wire from controller to valves shall be rated Underground Feeder (UF). E. All splices shall be within a valve box. No splices are permitted on the red signal wire between controller and the valves. At each splice, the wire is to be tagged with a non-fading plastic marker with the zone number permanently marked on the tag. A second, matching tag must also be included at the control valve itself. All splices shall be encapsulated in the device specified in the paragraph for "Electrical Wire Splices" and shall be contained in a plastic valve box where a valve is installed. 3.23 TRACER WIRE AND MARKING TAPE A. Marking Tape: shall be Christy detectable 3" wide, blue marking tape reading: "Caution: Buried Irrigation Line Below." 3.24 PE-89 CABLE A. PE-89 communication cable shall be used for wiring the flow sensor to the controller. B. Use the manufacturer's instructions for any connections or splices. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-20 © Bruce Dees & Associates 2022 3.25 SYSTEM FLUSHING A. The entire system shall be flushed prior to the installation of the sprinkler heads. After capping all risers, Contractor shall remove the cap nearest the automatic valve, flush and recap. Contractor shall then repeat this process by removing the next nearest cap. Repeat this process until the last head on the circuit is flushed. 3.26 REDUCED PRESSURE BACKFLOW ASSEMBLY A. Install R.P.B.A. in a Strong Box SBBC-30AL-1 M.G. Aluminum housing with stainless steel hardware and locking system. B. Provide a (4") four inch thick concrete pad with anchor bolts and piping sleeves. Size concrete pad as per the manufacturer's requirements. 3.27 PRELIMINARY COVERAGE TEST A. Prior to any sodding, the system shall be tested to ensure full coverage of any proposed irrigated areas. The test shall be of sufficient duration so that moisture is visibly apparent on the bare soil or sand areas and that the system is covering as specified. 3.28 LABELING AND IDENTIFYING A. Install all valve i.d. tags as specified herein. B. Provide a reduced and laminated version of the system layout and mount per the Owner's direction next to the control panel. 3.29 FINAL REVIEW A. Prior to request for final review, accomplish the following: 1. Complete the installation. 2. Balance the system by adjusting pressure-regulating devices and flow controls on valves. 3. Confirm proper operation of controller. Perform diagnostic test for communication of the remote operator and rain sensor with controller. 4. Verify that all existing equipment operates properly as identified in Paragraph 3.1 D. 5. Test for proper operation of all new [and existing] equipment. 6. Clean sediment from valve boxes so that drain rock (below valves) and wiring (including auxiliary wire) is clearly visible. 7. Submit Operation and Maintenance manuals to the Owner's Representative for review. 8. Complete "As Built" documents and submit for review by the Owner's Representative. 9. Submit specified extra materials, miscellaneous keys, spare parts and required tools and deliver them to the Owner's Representative. City of Renton – Kiwanis Park Improvements Irrigation System February 4, 2022 Bid Set Section 02810 IRRIGATION SYSTEM 02810-21 © Bruce Dees & Associates 2022 3.30 PERFORMANCE TEST A. A performance test is part of the final review. B. Upon completion of the system installation and after the pressure tests have been completed and the system has been adjusted, the Contractor shall operate the system in the presence of the Owner's Representative. C. Coverage check: Each automatic valve shall be operated to determine proper sprinkler coverage. Excessive water on non-landscaped areas will be checked carefully. If applicable, during the coverage check, check operation via the remote control device. D. Controller shall be tested for manual and automatic operation and for operation of the hand-held remote. E. After the system performance test, the Owner's Representative may request up to five percent (5%) of the total sprinkler nozzles be substituted at no additional cost. 3.31 CLEAN-UP A. The contractor is responsible for maintaining a clean and safe working environment throughout the project site. Regular policing of the project site of trash and project debris will be required. B. Disposal to all trash will be the Contractors' responsibility. END OF SECTION 02810 City of Renton – Kiwanis Park Improvements Chain Link Fencing and Gates February 4, 2022 Bid Set Section 02820 CHAINLINK FENCING & GATES 02820-1 © Bruce Dees & Associates 2022 SECTION 02820 — CHAINLINK FENCING & GATES PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section replacing the existing 10' high tennis court fence and 6' high parking lot fence: 1. Galvanized and vinyl Coated Chainlink Fabric and Framework at the tennis courts. 2. The existing posts to be cut and replaced or sleeved over with new posts. 3. Replace tennis court gate. B. Related Sections include the following: 1. Section 02300 – Earthwork. 1.3 SUBMITTALS A. Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes for the following: 1. Posts, rails, and fittings. 2. Chainlink fabric, reinforcements, and attachments. B. Product Certificates: Signed by manufacturers of chain-link fences and gates certifying that products furnished comply with requirements. C. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed chain-link fencing similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. All welding shall be by a WABO certified welder. C. American Made Steel Products: All products shall be American made. City of Renton – Kiwanis Park Improvements Chain Link Fencing and Gates February 4, 2022 Bid Set Section 02820 CHAINLINK FENCING & GATES 02820-2 © Bruce Dees & Associates 2022 1.5 PROJECT CONDITIONS A. Existing Utilities: Locate all buried utilities prior to beginning work. Exercise caution in the vicinity of the buried utilities. B. Field Measurements: Verify layout information shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. PART 2 — PRODUCTS 2.1 CHAINLINK FABRIC A. Steel Chainlink Fabric: Provide fabric fabricated in one-piece widths. Comply with Chain Link Fence Manufacturers Institute "Product Manual" and with requirements indicated below: 1. Mesh and Wire Size: a. Tennis Court: 1-¾" inch mesh, 9 gauge (0.148 inch diameter). b. Parking Lot: 2" mesh and 9 gauge (0.148 inch diameter). 2. Knuckle selvage top and bottom. 3. Fabric galvanizing thickness: a. 0.30 oz per SF on vinyl coated wire. 2.2 FRAMEWORK A. Round Steel Pipe: Standard weight, Schedule 40, galvanized steel pipe complying with ASTM F1083. Comply with ASTM F1043, Material Design Group IA, external and internal coating Type A, consisting of not less than 1.8-oz./sq. ft. zinc; and the following strength and stiffness requirements: 1. Posts: a. All posts shall be standard hot-dip galvanized steel pipe; straight, true as to section and unspliced. b. Line posts shall be 2 3/8 inch outside diameter, Schedule 40 pipe, and 3.65 pounds per linear foot or larger if sleeved over existing posts. c. Terminal and corner posts shall be 3" (2.875" OD) 5.79 lbs/lin. Ft, Schedule 40 pipe. d. All post finials shall be standard moisture proof, heavily galvanized, malleable iron securely fastened to posts. 2. Rails: a. Fences shall have top, mid, and bottom rails. See details for rail height. b. Rails shall be 1.66 inch outside diameter, Schedule 40 pipe, and 2.27 pounds per linear foot. c. Top rail shall be securely fastened to terminal posts and pass through tops of line post fittings, forming a continuous rail for the full length of fence. Top rail shall be furnished in random lengths from 18 to 20 feet long and with standard hot-dip galvanized steel expansion couplings not less than 6" in length. Short lengths shall not be used adjacent to terminal posts. Couplings shall not be further than 12" from a post. No exceptions. 3. Brace Assembly: a. All terminal pull posts, corner posts, and gate posts shall be furnished with double adjustable brace assembly as specified by the fence manufacturer. City of Renton – Kiwanis Park Improvements Chain Link Fencing and Gates February 4, 2022 Bid Set Section 02820 CHAINLINK FENCING & GATES 02820-3 © Bruce Dees & Associates 2022 4. Tension Bars & Wire Ties: a. Tension bars shall be used at all terminal posts and both sides of pull posts, corner posts, and gates. Tension bars shall be of full height of fabric 3/16" x ¾". b. Wire ties shall be 11-gauge steel with a minimum of 0.9 oz per sf of zinc coating. 5. Tension Wire: a. Galvanized steel wire, 7 gauge (0.177 inch diameter) core. 6. Swing Gate: a. Gate shall be provided where shown on plans and hinged to swing 90º each way. Frames shall be 1.9 inch outside diameter, Schedule 40 pipe, and 2.72 pounds per linear foot. b. All joints shall have welded corner fittings to make a rigid frame. Welded frames shall be galvanized after welding. Gate, hinges, latches, keepers, brace, and all other fittings shall be heavy duty as specified by the fence manufacturer and approved. c. Provision shall be made for padlocking all gates in an open (full open to the inside) and closed position. The device shall be subject to approval. 2.3 COATING A. Vinyl Coating: 1. Fabric shall be hot dipped galvanized prior to vinyl coating. 2. Vinyl coating shall be thermally fused and bonded, Class 2B. 3. Thickness of vinyl coating fabric shall be 6-10 mil. 4. Color: Black. B. TGIC Polyester Coating: 1. All fencing components other than fabric shall also be vinyl-coated or be polymer coating, PVC, or polyolefin elastomer 10-mils (0.254-mm) minimum or polyester 3-mils (0.0076-mm) minimum coating can be applied to the exterior surface of tubular shapes. Color of the coating shall be in accordance with ASTM F934 and match fabric. C. Paint 1. All welds, nuts, bolts, and washers not coated shall be painted to match vinyl coating. PART 3 — EXECUTION 3.1 SEQUENCING A. Layout all fence lines and gates for approval by Owner's Representative prior to beginning any work. 3.2 CHAINLINK FENCE A. Posts: 1. Splice line posts uniformly as shown. B. Top Rail: Install alignment. Run rail continuously on top of posts. City of Renton – Kiwanis Park Improvements Chain Link Fencing and Gates February 4, 2022 Bid Set Section 02820 CHAINLINK FENCING & GATES 02820-4 © Bruce Dees & Associates 2022 C. Bottom Rails: Install, spanning between posts, attaching at posts. D. Chainlink Fabric: Apply fabric to inside of framework. Leave the space showing on the Drawings between finish grade or surface and bottom selvage. Pull fabric taut and tie to posts, rails, and stretcher rod. Anchor to framework so fabric remains under tension after pulling force is released. E. Tension or Stretcher Rod: Thread through fabric and secure. F. Tie Wires: Use wire of proper length to double wrap both ends and firmly secure fabric to line posts and rails as follows: 1. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric per ASTM F626 using standard round wire ties with either a preformed hook or pigtail at one end, designed to engage on picket of the chain link fabric at the preformed end. 2. Wrap around the rail and wrap around one picket of the chain link fabric at least two full turns at the other end in a manner that will draw up tightly around the rail or post. 3. Both ends shall be double wrapped with at least two full turns. 4. Bend ends of wire to minimize hazard to individuals and clothing. 5. Maximum Spacing: Tie fabric to line posts, rails and stretcher rod 12" inches o.c. G. Fasteners: Install nuts for tension bands and carriage bolts on the side of the fence opposite the fabric side. 3.3 CLEANUP A. Contractor shall leave grounds in good condition, remove all sand, gravel, debris, dirt, and leave fence complete and workable in all details. 3.4 GUARANTEE A. The Contractor shall guarantee in every detail the material and construction against defects. Any defects which develop within one (1) year from date of final acceptance shall be replaced at the expense of the Contractor. END OF SECTION 02820 City of Renton – Kiwanis Park Improvements Backstops February 4, 2022 Bid Set Section 02821 BACKSTOPS 02821 - 1 © Bruce Dees & Associates 2022 SECTION 02821 – BACKSTOPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Baseball backstop, galvanized and vinyl coated fabric and framework. B. Related Sections include the following: 1. Section 02300 – Earthwork. 2. Section 02751 – Cast-In-Place Concrete. 3. Section 07411 – Pre-Formed Roof Panels for Dugout Roof. 1.3 SUBMITTALS A. Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes for the following: 1. Posts, rails, and fittings. 2. Chainlink fabric, reinforcements, and attachments. 3. Wood species, grade, and treatment certification. 4. Submit shop drawings for soccer screen installation. B. Samples for Verification: For the following products, in sizes indicated, showing the full range of pattern variations expected. Prepare samples from the same material to be used for the Work. 1. Steel wire (for fabric) in six-inch (6") lengths. C. Product Certificates: Signed by manufacturers certifying that products furnished comply with requirements. D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. E. Welding Certificates: All welding to be performed by W.A.B.O. certified welders. City of Renton – Kiwanis Park Improvements Backstops February 4, 2022 Bid Set Section 02821 BACKSTOPS 02821 - 2 © Bruce Dees & Associates 2022 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed chain-link backstops similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Welding: Conform to AWS D1.1. All welding shall be by a WABO certified welder. 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's written permission. B. Field Measurements: Verify layout information for chain-link backstops shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. PART 2 - PRODUCTS 2.1 CHAINLINK FABRIC A. Steel Chainlink Fence Fabric: Provide fabric fabricated in one-piece widths. Comply with CLFMI's "Product Manual" and with requirements indicated below: 1. Mesh and Wire Size: 2-inch, 0.148-inch diameter 9 gauge and 2-inch .192 inch diameter 6 gauge. 2. Metallic Coating: .30 oz/ft. galvanized coating on core wire. 3. Knuckle Selvage Top and Bottom: Coat selvage ends of fabric that is metallic coated during the weaving process with manufacturer's standard clear protective coating. 4. PVC Coated Fabric: 7 – 10 mil polyvinyl coating thermally fused and bonded ASTM F668-17, Class 2b over metallic coated steel wire. Color: Black complying with ASTM F934-96(2017). 5. Chainlink fabric shall be hot dipped galvanized prior to vinyl coating. 2.2 FRAMING A. Round Steel Pipe: Standard weight, Schedule 40, galvanized steel pipe complying with ASTM F1083-18. Comply with ASTM F 1043-18, Material Design Group IA, external and internal coating Type A, consisting of not less than 1.8-oz./sq. ft. zinc; and the following strength and stiffness requirements: 1. Posts and Rails: Per requirements for Heavy Industrial Fence. Size Weight 1 5/8" (1.66" o.d.) 2.27 lbs./l.f. City of Renton – Kiwanis Park Improvements Backstops February 4, 2022 Bid Set Section 02821 BACKSTOPS 02821 - 3 © Bruce Dees & Associates 2022 3" (2.875" o.d.) 5.79 lbs./l.f. 4" (4.000" o.d.) 9.1 lbs./l.f. 2.3 FASTENERS A. Tie Wire: 11 gauge steel wire. B. Steel Rod: 5/16" galvanized steel. 2.4 GALVANIZING A. Shapes, plates, and fabrications ASTM A123M-17; threaded fasteners ASTM A153M-16a. B. Repair areas damaged by fabrication or handling with organic zinc rich paint (cold galvanizing compound) complying with DOD-P21035 or MIL-P26915, zinc-repair solder, or sprayed zinc. C. Minimum thickness after repair shall equal or exceed the ASTM specified thickness. 2.5 ELECTROSTATIC POLYMER COATING A. Steel framing posts, rails, and fasteners shall be Polymer, PVC< or polyolefin elastomer coated 10 mils (0.254 mm) minimum, or polyester coated 3 mils (0.0762 mm) minimum, coating applied to the exterior surface by electrostatic method. B. Color: Black. 2.6 BACKSTOP BACKBOARDS A. Wood Planks 1. S4S select structural. B. Preservative Treatment 1. All lumber shall be pressure-treated as follows: Species/Type Treatment Rentention Douglas Fir Ammoniacal Copper Zinc .40 Arsenate (ACZA) Chemonite AWPA Standard C2 & C18 2. All treatment shall be in accordance with AWPA C2 and all lumber shall bear the appropriate AWPB quality mark designation. After treatment, dry all wood to moisture content of 19%. 3. Preservative treated wood shall be produced using the Best Management Practices (BMPs) for the use of treated wood in actual environments. City of Renton – Kiwanis Park Improvements Backstops February 4, 2022 Bid Set Section 02821 BACKSTOPS 02821 - 4 © Bruce Dees & Associates 2022 C. Hardware 1. Bolts and nuts shall conform to ASTM A307-14e1. 2. All hardware, including all fasteners, shall be hot dipped galvanized in accordance with ASTM A123M-17 or ASTM A153M-16a as applicable. 2.7 CAST-IN-PLACE CONCRETE A. General: Comply with ACI 301 for cast-in-place concrete. B. Materials: Portland cement complying with ASTM C150M-19a aggregates complying with ASTM C33M-18, and potable water. 1. Concrete Mixes: Normal-weight concrete air entrained with not less than 3000-psi compressive strength (28 days), 3-inch slump, and 1-inch maximum size aggregate. C. Materials: Dry-packaged concrete mix complying with ASTM C387M-17 for normal-weight concrete mixed with potable water according to manufacturer's written instructions. PART 3 - EXECUTION 3.1 BACKSTOPS A. Line and Grade 1. Line and grade of the backstops shall follow top of curb. The Contractor shall notify the Owner of his intention to begin work. B. Post Setting 1. Coordinate with concrete work. Posts shall be in-place prior to placing concrete. Set all posts vertical. C. Wood Backboard Supports 1. Field weld in place with continuous welds at each joint. Grind and paint each weld to match posts and rails with organic zinc rich paint. Then paint to match fabric. D. Rails: 1. Use off set bands to set field side of rails flush with field side of posts. E. Tension or Stretcher Rod: Thread through fabric and secure to curved ends with ½" O.D. galvanized tension rods. F. Fabric at All Other Sections 1. Stretch fabric taut. Fabric to match at mid rails only. Match weave lines for a continuous weave line between runs., six inches maximum. Secure fabric at 6" centers to structural rods, 8" centers to rails, ribs, and posts behind home plate, and 12" at all other locations. G. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. City of Renton – Kiwanis Park Improvements Backstops February 4, 2022 Bid Set Section 02821 BACKSTOPS 02821 - 5 © Bruce Dees & Associates 2022 1. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 decrees, and attach other end to chain-link fabric per ASTM F626-14(2019) using standard round wire ties with either a preformed hook or pigtail at one end, designed to engage on picket of the chain link fabric at the preformed end. 2. Wrap around the rail and wrap around one picket of the chain link fabric at least two full turns at the other end in a manner that will draw up tightly around the rain or post. 3. Both ends shall be double wrapped with at least two full turns. 4. Bend ends of wire to minimize hazard to individuals or clothing. 5. Maximum Spacing: Tie fabric to line posts, rails, and stretcher rod 12" o.c. H. Fasteners: Install nuts for tension bands and carriage bolts on the side of the fence opposite the fabric side. I. Wood Backboard: Attach as detailed. Ease all exposed edges ¼". J. Dugout at Ballfield Backstop: See 07411 Pre-formed Roof Panels. 3.2 CLEANUP A. Contractor shall leave grounds in good condition, remove all sand, gravel, debris, dirt, and leave backstop complete and workable in all details. 3.3 GUARANTEE A. The Contractor shall guarantee in every detail the material and construction against defects. Any defects which develop within one year from date of substantial completion shall be replaced at the expense of the Contractor. END OF SECTION 02821 City of Renton – Kiwanis Park Improvements Ornamental Fence System February 4, 2022 Bid Set Section 02830 ORNAMENTAL FENCE SYSTEM 02830 - 1 © Bruce Dees & Associates 2022 SECTION 02830 –ORNAMENTAL FENCE SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY OF WORK A. The Contractor shall provide all labor, materials and appurtenances necessary for installation of the industrial ornamental steel fence system defined herein. 1.3 RELATED WORK IN OTHER SECTIONS A. Section 02300 – Earthwork. B. Section 02751 – Cast-in-Place Concrete. 1.4 SYSTEM DESCRIPTION A. The manufacturer shall supply a total industrial ornamental steel fence system of the Ameristar® Aegis II®, Majestic™ design. The system shall include all components (i.e., pickets, rails, posts, gates and hardware) required. 1.5 QUALITY ASSURANCE A. The Contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified. 1.6 REFERENCES A. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy Coated (Galvannealed) by the Hot-Dip Process. B. ASTM B117 - Practice for Operating Salt-Spray (Fog) Apparatus. C. ASTM D523 - Test Method for Specular Gloss. D. ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint. City of Renton – Kiwanis Park Improvements Ornamental Fence System February 4, 2022 Bid Set Section 02830 ORNAMENTAL FENCE SYSTEM 02830 - 2 © Bruce Dees & Associates 2022 E. ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open-Flame Carbon-Arc Light and Water Exposure Apparatus. F. ASTM D1654 - Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments. G. ASTM D2244 - Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. H. ASTM D2794 - Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact). I. ASTM D3359 - Test Method for Measuring Adhesion by Tape Test. J. ASTM F2408 – Ornamental Fences Employing Galvanized Steel Tubular Pickets. 1.7 SUBMITTALS A. Product data sheet on all materials. B. Shop drawings. 1.8 PRODUCT HANDLING AND STORAGE A. Upon receipt at the job site, all materials shall be checked to ensure that no damages occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and theft. 1.9 PRODUCT WARRANTY A. All structural fence components (i.e., rails, pickets, and posts) shall be warranted by the manufacturer for a period of 10 years from date of substantial completion. Warranty shall cover any defects in material finish, including cracking, peeling, chipping, blistering or corroding. B. Reimbursement for labor necessary to restore or replace components that have been found to be defective under the terms of manufacturer's warranty shall be guaranteed for five (5) years from date of substantial completion. PART 2 - PRODUCTS 2.1 MANUFACTURER A. The fence system shall conform to Ameristar Aegis II, Majestic design 3-rail style manufactured by Ameristar Fence Products, Inc., in Tulsa, Oklahoma. City of Renton – Kiwanis Park Improvements Ornamental Fence System February 4, 2022 Bid Set Section 02830 ORNAMENTAL FENCE SYSTEM 02830 - 3 © Bruce Dees & Associates 2022 2.2 MATERIAL A. Steel material for fence framework (i.e., tubular pickets, rails and posts), shall be galvanized prior to forming in accordance with the requirements of ASTM A653/A653M, with minimum yield strength of 45,000 psi (310 MPa). The steel shall be hot-dip galvanized to meet the requirements of ASTM A653/A653M with a minimum zinc coating weight of 0.90 oz/ft2 (276 g/m2), Coating Designation G-90. B. Material for pickets shall be: 1. 1" square x 14 Ga. tubing. 2. The cross-sectional shape of the rails shall conform to the manufacturer's ForeRuner™ double wall design with outside cross-section dimensions of 1.75" square and a minimum thickness of 14 Ga. 3. Picket holes in the ForeRuner rail shall be spaced 4.715" o.c. 4. Picket retaining rods shall be 0.125" diameter galvanized steel. 5. High quality PVC grommets shall be supplied to seal all picket-to-rail intersections. 6. Fence posts shall meet the mimimum size of 1 ½" x 12 Ga. 2.3 FABRICATION A. Pickets, rails and posts: 1. Shall be precut to specified lengths. 2. ForeRunner rails shall be 4' high panel prepunched to accept pickets. 3. Pickets shall be predrilled to accept retaining rods. B. Grommets: 1. Shall be inserted into the prepunched holes in the rails and pickets shall be inserted through the grommets so that predrilled picket holes align with the internal upper raceway of the ForeRunner rails. 2. This can best be accomplished by making an alignment jig. 3. Retaining rods shall be inserted into each ForeRunner rail so that they pass through the predrilled holes in each picket. C. The manufactured galvanized framework: 1. Shall be subjected to PermaCoat® thermal stratification coating process (high-temperature, in-line, multi-stage, multi-layer) including, as a minimum, a six-stage pretreatment /wash, an electrostatic spray application of an epoxy base, and a separate electrostatic spray application of polyester finish. 2. The base coat shall be a thermosetting epoxy powder coating (gray in color) with a minimum thickness of 2 mils (0.0508mm). 3. The topcoat shall be a "no-mar" TGIC polyester powder coat finish with a minimum thickness of 2 mils (0.0508mm). 4. The color shall be black. 5. The stratification-coated framework shall be capable of meeting the performance requirements for each quality characteristic shown in Table 2. D. Completed sections (i.e., panels): 1. Shall be capable of supporting a 600 lb. Load applied at mid-span without permanent deformation. 2. Panels shall be bias able to a 25% change in grade. City of Renton – Kiwanis Park Improvements Ornamental Fence System February 4, 2022 Bid Set Section 02830 ORNAMENTAL FENCE SYSTEM 02830 - 4 © Bruce Dees & Associates 2022 PART 3 - EXECUTION 3.1 PREPARATION A. Fence Posts: 1. Shall be spaced according to Table 3, plus or minus ½". 2. For installations that must be raked to follow sloping grades, the post spacing dimension must be measured along the grade. 3. Fence panels shall be attached to posts with brackets supplied by the manufacturer. 4. Posts shall be set in concrete footings having a minimum depth of 36". 5. The "Earthwork" and "Concrete" sections of this specification shall govern material requirements for the concrete footing. 3.2 FENCE INSTALLATION MAINTENANCE A. When cutting/drilling rails or posts adhere to the following steps to seal the exposed steel surfaces; 1. Remove all metal shavings from cut area. 2. Apply fence manufacturer's zin-rich primer to thoroughly cover cut edge and/or drilled hole; let dry. 3. Apply 2 coats of fence manufacturer's custom finish paint matching fence color. 4. Ameristar spray cans or paint pens shall be used to prime and finish exposed surfaces. Use paint pens to prevent overspray. 3.3 CLEANUP A. The Contractor shall clean the jobsite of excess materials; post-hole excavations shall be scattered uniformly away from posts. Table 1 – Minimum Sizes for Aegis Plus Posts Fence Posts Panel Height 2-1/2” x 12 Ga. 4’ Height Table 2 – Coating Performance Requirements Quality Characteris- tics ASTM Test Method Performance Requirements Adhesion D3359 – Method B Adhesion (Retention of Coating) over 90% of test area (Tape and knife test). Corrosion Resistance B117, D714 & D1654 Corrosion Resistance over 3,500 hours (Scribed per D1654; failure mode is accumulation of 1/8” coating loss from scribe or medium #8 blisters). Impact Resistance D2794 Impact Resistance over 60 inch lb. (Forward impact using 0.625” ball). Weathering Re- sistance ''' Û0HWh- od) Weathering Resistance over 1,000 hours (Failure mode is 60% loss of gloss or color variance of more than 3 delta-E color units). City of Renton – Kiwanis Park Improvements Ornamental Fence System February 4, 2022 Bid Set Section 02830 ORNAMENTAL FENCE SYSTEM 02830 - 5 © Bruce Dees & Associates 2022 Table 3 – Aegis II – Post Spacing By Bracket Type Span For CLASSIC, GENESIS, & MAJESTIC 8’ Nominal (92.625” Rail) Post Size 2-1/2” Bracket Type Industrial Universal (BB302) Post Settings ± ½” O.C. 96” *Note: When using BB304 swivel brackets on either or both ends of a panel installation, care must be taken to ensure the spacing between post and adjoining pickets meets applicable codes. This will require trimming one or both ends of the panel. END OF SECTION 02830 Kiwanis Park Improvements Engineered Wood Fiber Playground Surfacing February 4, 2022 Bid Set Section 02869 ENGINEERED WOOD FIBER PLAYGROUND SURFACING 02869-1 © Bruce Dees & Associates 2022 SECTION 02869 – ENGINEERED WOOD FIBER PLAYGROUND SURFACING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this section. 1.2 SUMMARY A. This section includes the following: 1. Accessible engineered wood fiber playground safety surfacing system. B. Related sections include: 1. Section 02871 – Playground Equipment 2. Section 02620 – Subdrainage and Soils for drainage aggregate (pea gravel) 1.3 SUBMITTALS A. Engineered Wood Fiber ½ cubic foot sample. B. Geotextile Fabric 12" x 12" sample. C. Written Warranty: 1. Engineered Wood Fiber D. GMax Test Results: 1. Engineered Wood Fiber E. Quality Assurance Certificates for engineered wood fiber. F. Maintenance Instructions for engineered wood fiber. 1.4 QUALITY ASSURANCE A. Engineered Wood Fiber: 1. Manufacturer shall provide impact test results in accordance with current ASTM F1292 Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. Test results must show 12' drop test GMax values of less than 155g, and less than 100 HIC. 2. Safety surfacing product must have current IPEMA (International Playground Equipment Manufacturer's Association) testing and certification to be considered in compliance with ASTM F1292 standards. Validation is available at www.impema.org. Kiwanis Park Improvements Engineered Wood Fiber Playground Surfacing February 4, 2022 Bid Set Section 02869 ENGINEERED WOOD FIBER PLAYGROUND SURFACING 02869-2 © Bruce Dees & Associates 2022 3. Manufacturer must provide proof of ADA accessibility in accordance with ASTM F1951 Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment. 4. Manufacturer must provide proof of compliance with ASTM F2075 Standard for Engineered Wood Fiber for Surface Systems Under and Around Playground Equipment. 5. Minimum manufacture's performance warranty: 15 years. PART 2 - PRODUCTS 2.1 MATERIALS A. Engineered wood fiber shall be a mix of random-sized Cedar blend of wood particles that have been ground and screened specifically for use as a playground safety surface. Material shall be free from bard, dirt, leaves, or other contaminants, with interlocking fibers that make a matrix capable of supporting wheelchairs, and other assistive devices. Hardwood material will not be considered, due to the susceptibility to decay. B. Products: 1. Engineered Wood Fiber: GT-MPAX (or approved equal), manufacturer: GameTime 800-235-2440), available from SiteLines Park and Playground Products 800-541-0869. 2. GameTime Impaxfelt polyester geotextile or approved equal. 3. Pea Gravel: See Section 02620 – Subdrainage and Soils. PART 3 - EXECUTION 3.1 INSTALLATION A. Preparation: 1. Complete installation of concrete curb/walk, and access ramp and subdrain installation before installing play equipment. 2. Re-establish crowned finish subgrade after installation of play equipment. 3. Place uniform depth of pea gravel as shown. 4. Place geotechnical fabric as shown. B. Engineered Wood Fiber: 1. Place a sufficient quantity of engineered wood fiber to provide approximately 33% additional material to allow for compaction. 2. Depth after a 30 day compaction period to 12" or as required to meet GMax values specified under and around each piece of playground equipment per 1.4 Quality Assurance. C. GMax Testing: 1. Provide test results per 1.4 Quality Assurance. Kiwanis Park Improvements Engineered Wood Fiber Playground Surfacing February 4, 2022 Bid Set Section 02869 ENGINEERED WOOD FIBER PLAYGROUND SURFACING 02869-3 © Bruce Dees & Associates 2022 3.2 MAINTENANCE A. Provide onsite instructions to the owner's maintenance staff and written maintenance instructions. END OF SECTION 02869 City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-1 © Bruce Dees & Associates 2022 SECTION 02870 – SITE FURNISHINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following site and street furnishings: 1. Benches with Backs 2. Square Picnic Tables 3. Rectangle Picnic Tables 4. Trash Receptacles 5. Bollards 6. Bicycle Racks 7. Drinking Fountains 8. Barbeque Grills 9. Hot Coal Bin 10. Bases and Plates 11. Dugout Benches 12. Aluminum Bleachers 13. Basketball Equipment 14. Distance Markers (Letters and Numbers) B. Related Sections include the following: 1. Section 02300 – Earthwork for excavation for installation of concrete footings. 2. Section 02751 – Cast-in-Place for concrete for concrete footings and miscellaneous concrete. 3. Section 02510 – Domestic Water for Drinking Fountain. 4. Section 05501 – Metal Fabrications for round bench frame. C. Products furnished, but not installed under this Section, include base plates and anchor bolts to be cast in concrete footings. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, finishes, field-assembly requirements, and installation details. B. Samples for Initial Selection: For units with factory-applied color finishes. City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-2 © Bruce Dees & Associates 2022 C. Product Schedule: For site furnishings. Use same designations indicated on Drawings. D. Distance Marker Copy: Provide scaled copy flush mounted in concrete band and work surface. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain each type of site furnishings through one source from a single manufacturer. 1.5 MANUFACTURERS A. Available Products: Subject to compliance with requirements. PART 2 - PRODUCTS 2.1 6' BENCHES WITH BACKS A. Description: 1. Heat fused poly-vinyl coating, finished on inner-metal structure to 3/18" thickness. Framework assemblies finished with powder coating; electrostatically applied and oven cured. Fasteners stainless steel, dark brown. 2. Bench Frame: a. Main Support Legs: 3/19 cast aluminum. b. Web Width: ¼". c. Leg Width: 2 ½". d. Foot Pads: 2 ¾: x 4 ¾". 3. Bench Seat: a. Rib: 10 gauge steel. b. Bench's Frame/Mounting Brackets: 10 gauge sheet steel. c. Support Braces: ¼" x 1 ¼" flat bar steel. d. Additional Center Mounted "Estate Arm". 4. Color: Black. B. Quantity: 1. Refer to contract drawings for quantities. C. Approved Product: 1. Wabash Valley Model ES520R, 6' length, or approved equal. 2.2 SQUARE PICNIC TABLES A. Description: 1. Heat fused poly-vinyl coating, finished on inner-metal structure, to an approximate 3/16" thickness. Framework assemblies are finished with power coating; electrostatically applied and oven cured according to powder manufacturer's specifications. Fasteners are stainless steel to resist corrosion. City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-3 © Bruce Dees & Associates 2022 2. Table Frame: a. Main Supports: Constructed of 1 5/8" od x 15 gauge galvanized structural steel tubing. b. Cross Brace: 1" od x 15 gauge galvanized structural steel tubing. c. Mounting Brackets on Legs: ¼" x 1 ¼" flat bar steel. 3. Top & Seats: a. Top and Seats: Fabricated ¾" #9 expanded steel mesh. Perforated from 12 gauge sheet steel. b. Framing: Consists of die-formed 14 gauge mitered angles ¾" x 1 ¾". c. Top and Seat Mounting Brackets: ¼" x 1 ½" flat bar steel. d. Tops Corner Support Braces: 1/8" x 1 ½" strip steel. 4. General: a. 46" Square Table Ground Space Requirements: 74 3/8" squared. b. Table Top: 46 5/8" square and 29 ¼" to top of table. c. Seats: 10 3/8" wide x 36 3/8" long and 19 5/8" to top of seat. d. Corner Radius: 3" on the outside. B. Quantity: 1. 46" Square: Two (2) each. 2. ADA 46" Square: Three (3) each. C. Approved Product: 1. Wabash 46" Square Table Model #SG140P or approved equal. D. Color: Black. 2.3 RECTANGULAR PICNIC TABLES A. Description: 1. Heat fused poly-vinyl coating, finished on inner-metal structure, to an approximate 3/6" thickness. Framework assemblies are finished with powder coating; electrostatically applied and oven cured according to powder manufacturer's specifications. Fasteners are stainless steel to resist corrosion. 2. Table Frames: a. Main Supports: Constructed of 2 3/8" od x 13 gauge structural steel tubing. b. Cross Braces: 1" od x 15 gauge structural steel tubing. c. Mounting Brackets on Legs: 10 gauge x 2 7/8" x 6" sheet steel. 3. Top and Seats: a. Top and seats use fabricated ¾" #9 expanded steel mesh and 12 gauge sheet metal for perforated. b. Framing on the 8' and 6' Tops and 8' and 6' Seats are 10 gauge mitered angles ¾" x 1 ¾". c. The Top's Center Support Brace: 1/8" x 1 ½" strip steel. d. Top and Seat Mounting Brackets: ¼" x 1 ½" steel flat bar. B. Quantity: 1. 8' ADA Table: Six (6) each. 2. 6' Table: Four (4) each. C. Approved Product: City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-4 © Bruce Dees & Associates 2022 1. Wabash Valley 8' ADA Model SG115P and 6' Picnic Table SG106P or approved equal. D. Color: Black. 2.4 TRASH RECEPTACLES (32 GALLON WITH DOOR) A. Description: 32 gallon powder-coated, dome top, color Tudor Brown. Surface mount. B. Quantity: Refer to contract drawings for quantities. C. Approved Products: Wabash Valley Model LR305P, with dome top or approved equal. 2.5 BOLLARDS A. Description: 1. Material: The bollard body shall be fabricated with 5" sch. 10 steel pipe (5.56" OD), The bollard shall have a finial top, and one decorative reveal with reflective tape at the top. All steel shall conform to ASTM A53.The in ground receiver, for removable bollard shall be fabricated with a 4-1/2" OD steel sleeve welded to a 3" x 5" lockwell. 2. Powder Coating: Following fabrication bollards shall be cleaned and treated with an iron phosphate process prior to the coating application. The protective coatings shall be either polyester or polyester TGIC powder. Following application the parts shall be baked until properly cured. The coating shall be a minimum of 4 mils thick on all surfaces. 3. Color: Black 4. Mounting: Removable. 5. Receiver shall be installed in drainage rock in accordance with manufacturer instructions. B. Approved Product: 1. Bollard: a. Tournesol Model B-41240-10-3606 bollards or approved equal. b. Quantity: Four (4). 2. Bollard Receiver: a. Tournesol Model B-REC4 b. Quantity: Eight (8). 3. Bollard Cover: a. Tournesol Model B-RCC4 b. Quantity: Eight (8). 4. Receiver Lockwell Cover: a. Tournesol Model B-LWC b. Quantity: Eight (8). 2.6 BICYCLE RACKS A. Description: 1. 36" high, 2" schedule 40 steel pipe (2.375"o.d.) conforming to ASTM A53, loop style, surface mounting, hot-dip galvanized. Provide base cover at each leg matching bicycle rack finish. City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-5 © Bruce Dees & Associates 2022 B. Quantity: Two (2) 3 Loop and One (1) 6 Loop. C. Approved Product: FairWeather Model BR-1.5, 3 Loop and Model BR-1.7, 6 Loop. Other approved products: Huntco, Dero Cycle Stall. 2.7 DRINKING FOUNTAINS A. Description: 1. Stainless Steel Pedestal: One piece weld construction with schedule 10 stainless steel. 2. Receptor Bowl: 18 gauge electro-polished stainless steel bowl with optional stainless steel bowl strainer. 3. Bubbler Head: Stainless steel anti-squirt head mounted with a lock nut and washer. 4. Push Bar: 304 stainless steel with circumference exceeding 8/6". Mushroom style push bar overlaps. Stainless steel bubbler housing. 5. Control Valve: Self closing valve. Non-cartridge O-ring valve. 6. Water Supply: Reinforced nylobraid tubing that is NSF-61 certified with a ½" MIP threaded inlet with stainless steel strainer. Union fittings at every connection. Supply line stops above grade. 7. Drain: 1-1/2" schedule 50 PVC pipe with drain line stops above grade. 8. Finish: Oven baked powder coat, dark brown. 9. Access: Supply and waste connections through the above grade access door. Stainless steel brackets, vandal resistant bolts and screws. 10. Winterization: Shut off water and drain down. 11. Warranty: One year warranty. B. Installation: Surface mount with anchor bolts through a mounting plate welded to the fountain. Access door with vandal resistant stainless steel screws. See Section 02510 – Domestic Water for connection. C. Quantity: Two (2). D. Approved Product: MDF Model 10145SM with bottle filler and optional 10" stainless steel surface carrier or approved equal. 2.8 BARBEQUE GRILLS A. Description 1. Kay Park - 20”W x 15”D x 10”H. 2. Model #: SF1635SM Grill 3. Construction: 3/16” firebox surface mount, 3 1/5” post. B. Quantity: See Drawings. C. Available from: Kay Park Recreation Corporation (800) 553-2476. 2.9 ASH RECEPTACLE (HOT COAL BIN) A. Description: City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-6 © Bruce Dees & Associates 2022 1. Kay Park Model KPHCB Hot Coal Bin or Pilot Rock HCB/B1. Provide 32 gallon galvanized trash can for each bin. B. Quantity: See Drawings C. Available from: Kay Park Recreation Corporation (800) 553-2476 or RJ Thomas Manufacturing Co (800) 762-5002. 2.10 BASES AND PLATES A. Description: 1. Hollywood (HIB) bases, pitching rubbers (24" with dual stanchions), home plates, anchors and rubber plugs. B. Quantity: 1. Baseball Field a. Two (2) bases with anchors. b. One (1) double base and anchor. c. One (1) pitcher plate and anchor. d. One (1) home plate and anchor. C. Available from: BSN Sports (800) 856-3488. 2.11 DUGOUT BENCHES B. Description: 1. Dugout benches with back and storage shelf shall be aluminum, two (2) 12' long with straight legs with exposed ends capped or one (1) 18' long with three (3) supports. 2. Frame: 2 3/8" O.D. Schedule 40, hot-dipped galvanized steel pipe. 3. Planking: 2" x 10" anodized aluminum, 6063-T6 with 204-R1 anodized clear finish end caps. 4. Hardware: Hot-dipped galvanized C. Quantity 1. Provide dugout bench with storage shelves per dugout. D. Approved Manufacturers 1. Dant Heavy Duty Bench, Outdoor Aluminum "Heavy Duty Galvanized Steel" or National Recreation Systems or approved equal. E. Available from: 1. Dant: Available through BJ Nichols (800) 467-3655 ext. 234. 2. Outdoor Aluminum: Available through MVP (253) 859-8223. 2.12 ALUMINUM BLEACHERS A. Bleacher Type: City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-7 © Bruce Dees & Associates 2022 1. Portable (15' Length): Aluminum angle understructure with an 8" rise & a 24" run, double 2x10 footboards, risers, 2x10 clear anodized seat planks, vertical aisle, and chainlink guardrail system. B. General Construction 1. Frames shall be fabricated from extruded aluminum channels. 2. All understructure components shall be 6061-T6 alloy and have a mill finish. Frames shall be assembled with galvanized bolts. There shall be no welds. 3. Bleachers shall meet all current applicable code requirements. C. Seat Plank: Seats shall be 2" x 10" nominal extruded aluminum of 6063-T6 alloy. Finish to be clear 204R1 anodized, conforming to the Aluminum Architectural Standard AA-C22A31. Seat bracket shall be 6" Z mill finish aluminum. D. Walks and Risers: Footboards and walkways shall be 2" x 10" nominal extruded aluminum 6063-T6 alloy mill finish. Hold down clips shall be 4-way adjustable extruded aluminum 60 63-T6 alloy, mill finish. Trend surface shall consist of aluminum extrusions with structurally sound continuous welded connections between all tread planks. Risers shall be powder coated black. E. End Caps: Any exposed riser ends shall be capped and all plank ends shall be extruded aluminum 6063- T6 alloy 204RI clear anodized. F. Hardware: Bolts, nuts and structural hardware shall be hot dipped galvanized ASTM A-325. G. Warranty: All products shall be guaranteed for 5 years against defective materials or workmanship. H. Quantity: 1. Portable Bleachers for baseball field Provide one (1) permanent, 5-row, section for each seating area (2 total). I. Approved Manufacturers: 1. Dant, Outdoor Aluminum “TDLW – Transportable Dura-Lite Welded Portable Bleacher” or Steel Stadiums or approved equal. J. Available from: 1. Dant: Available through BJ Nichols (800) 467-3655 ext. 234. 2. Outdoor Aluminum: Available through MVP (253) 859-8223. 2.13 BASKETBALL EQUIPMENT A. Description: 1. Bison Model No. BA 871 BK (With Nets) B. Quantity: Two (2). C. Available from: Sitelines 1-800-541-0869 2.14 DISTANCE MARKER MEDALLION City of Renton – Kiwanis Park Improvements Site Furnishings February 4, 2022 Bid Set Section 02870 SITE FURNISHINGS 02870-8 © Bruce Dees & Associates 2022 A. Description: 1. Bronze. 2. Approximately 4" in diameter, 3/8" thick, stud mounting for imbedding in concrete. 3. Brushed bronze. 4. Font: Times Roman B. Quantity: Three (3) distance markers. C. Provide a sample or full scale shop drawing. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions, unless more stringent requirements are indicated. Complete field assembly of site furnishings, where required. B. Install site furnishings after paving has been completed. C. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings using hot dip galvanized or stainless steel fasteners sized per manufacturer's specification. D. Provide two Wabash 2 3/8" surface mount frame adapters to secure tables to concrete. Provide hot dip galvanized or stainless steel lagging hardware as require. 3.3 DISTANCE MARKER A. Set top of bronze medallion flush with concrete surface. B. Light broom finish concrete. 3.4 CLEANING A. After completing site-furnishing installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. END OF SECTION 02870 City of Renton – Kiwanis Park Improvements Playground Equipment February 4, 2022 Bid Set Section 02872 PLAYGROUND EQUIPMENT 02872 © Bruce Dees & Associates 2022 SECTION 02872 – PLAYGROUND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this section. 1.2 SUMMARY A. This section includes the following: 1. Manufactured playground equipment. B. Related sections include: 1. Section 02300 – Earthwork. 2. Section 02751 – Cast-in-Place Concrete for concrete footings. 1.3 SUBMITTALS A. Submit composite data sheets on all equipment. B. Provide color samples on all equipment. 1.4 QUALITY ASSURANCE A. All play structures shall be certified and validated to be in conformance with the ASTM F1487 Standard. Play structures displaying the CSA and TUV logos are certified to those standards. B. Coating: Primed parts shall be preheated prior to dipping in UV stabilized liquid polyvinyl chloride (PVC), then salt cured at approximately 400 degrees. The finished coating shall be approximately .080" thick at an 85 durometer with a minimum tensile strength of 1700 psi and a minimum tear strength of 250 lbs/inch. C. Finish: A minimum .004" of architectural-grade Super Durable polyester TGIC powder is applied. The average film thickness is .006" and tested per the following ASTM standards. Each color must meet or exceed the ratings listed below: 1. Hardness: ASTM D3363 rating 2H. 2. Flexibility: ASTM D522 pass 1/8" mandrel. 3. Impact: ASTM D2794 rating minimum 80 inch-pounds. 4. Salt Fog Resistance: ASTM B117 and D1654 4,000 hours and rating 6 or greater. 5. UV Exposure: ASTM G154, 340 bulb, 3,000 hours, rating delta E of 2, and 90 percent gloss retention. 6. Adhesion: ASTM D3359, Method B, rating 5B. City of Renton – Kiwanis Park Improvements Playground Equipment February 4, 2022 Bid Set Section 02872 PLAYGROUND EQUIPMENT 02872 © Bruce Dees & Associates 2022 D. Decks: Decks shall be manufactured from a single piece of low carbon 12 GA (.105") sheet steel conforming to ASTM specification A-1011. E. Concrete: Two (2) processes are used for concrete products. 1. Castings shall be made from Glass Fiber Reinforced Concrete (GFRC). Glass fiber is Alkali Resistant (AR) type glass formulated for concrete. Nominal wall thickness of 1" and 11 ½ lbs per square foot. a. Finish: Latex paint made for concrete, natural colors. 2. Glass reinforced wet cast solid pour concrete product with compression strength of 6,000 PSI per ASTM C39 and 143 lbs per cubic foot. a. Finish: Latex paint made for concrete, natural colors. F. Rotationally Molded Polyethylene Parts: Parts shall be molded using prime compounded linear low-density polyethylene with a tensile strength of 2,500 psi per ASTM D638 and with color and UV-stabilizing additives. Wall thickness varies by product from .187" (3/16") to .312" (5/16"). G. Parts: Parts shall be manufactured from ¾" high-density polyethylene that has been specifically formulated for optimum UV stability and color retention. Products shall meet or exceed density of .960 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. H. Recycled Parts: Parts shall be manufactured from ¾" high-density polyethylene that has been specially formulated for optimum UV stability and color retention. Products shall meet or exceed density of .960 G/cc per ASTM D1505, tensile strength of 2400 PSI per ASTM D638. I. Footings: Unless otherwise specified, the depth on all footings shall be 34" below Finished Grade (FG) on all in-ground play events/posts. J. Hardware Packages: All shipments shall include individual component-specific hardware packages. Each hardware package shall be labeled with the part number, description, a component diagram showing the appropriate component, package weight, a bar code linking the hardware package to the job number, assembler's name, date and time the package was assembled, work center number and work order number. K. Installation Documentation: All shipments shall include a notebook or packet of order-specific, step-by-step instructions for assembly of each component, including equipment assembly diagrams, estimated hours for assembly, footing dimensions, concrete quantity for direct bury components, fall height information, area required information and detailed material specifications. City of Renton – Kiwanis Park Improvements Playground Equipment February 4, 2022 Bid Set Section 02872 PLAYGROUND EQUIPMENT 02872 © Bruce Dees & Associates 2022 PART 2 - PRODUCTS 2.1 PLAYGROUND EQUIPMENT A. BASE BID: Provide the following Landscape Structures equipment: Model # Quantity Description CP014765A 1 DTR PB 84" OC Straight Swiggly Stix Bridge 271911A 1 Disc Net Climber w/Alpine Slide 7-Post DB Only1 193168A 1 Netplex 7-Post No Roof Steel Posts and DB Only 272371A 1 Zenith Climber for 7 Post Netplex 166809A 1 E-Pod Seat 193170A 1 LolliLadder w/2 E-Pods 111404E 2 116"Alum Post DB 210739A 1 Venti Alum Posts DB1 158997A 1 Pod Climber 10" DB 120710A 2 Pod Climber 8" DB CP000181A 2 DTR IND Flower Stepper 16" Deck CP000182A 2 DTR IND Flower Stepper 8" Deck 218915A 1 Global Motion DB Only1 194663A 1 ZipKrooz 34' w/Aluminum Posts DB1 182503C 1 Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury 137958A 1 Chin-Up Station Alum Post DB 100041A 1 Curved Balance Beam DB 114665A 1 Arch Bridge (42") 148432A 1 Corkscrew Perm Handholds 48"Dk DB 122914A 1 Loop Arch 48"Dk DB 153076A 1 Mini Summit Climber 48"Dk DB 152911B 1 Curved Transfer Module Left 40"Dk DB 121948A 1 Kick Plate 8"Rise 111228A 3 Square Tenderdeck 111231A 1 Triangular Tenderdeck 217911A 1 DigiFuse Periscope Panel Above Deck 115254A 1 Storefront Panel 130565A 1 Table Panel DB 120314A 2 Wire Barrier Above Deck 111404D 10 124"Alum Post DB 111403R 1 126"Steel Post For Roof DB 111403Q 2 134"Steel Post For Roof DB 212256A 3 Flower Accent Topper 130798A 1 Double Swirl Slide 48"Dk DB 124863B 1 SlideWinder2 40"Dk DB 1 Right 119641A 1 Wire Crawl Tunnel Above Deck CP000181A 2 DTR IND Flower Stepper 16" Deck CP000182A 5 DTR IND Flower Stepper 8" Deck 173591A 1 OmniSpin Spinner Surface Mount City of Renton – Kiwanis Park Improvements Playground Equipment February 4, 2022 Bid Set Section 02872 PLAYGROUND EQUIPMENT 02872 © Bruce Dees & Associates 2022 168099A 2 Cozy Dome DB 182503A 1 Welcome Sign (LSI Provided) Ages 2-5 years Direct Bury CP007771 1 ARCH SWING FRAME 10' HIGH WITH 5" SWING HANGERS., Does not include seats or chain. CP007778 2 ARCH SWING FRAME 8' HIGH WITH ONE ARCH AND ONE CROSSOVER., To be added to a 10' arch swing as an addi- tional bay. Includes 5" swing hangers but does not include seats or chain. CP001343 1 FRIENDSHIP® SWING W/PROGUARD™CHAINS & CLAMPS, To attach to 140" beam from Skyways - provided by Texas 221293A 1 5" Arch Swing Frame Additional Bay 8' Beam Height Only 174018C 2 Belt Seat ProGuard Chains for 10' Beam Height 176038A 2 Full Bucket Seat ProGuard Chains for 8' Beam Height 177351A 2 Molded Bucket Seat (5-12 yrs) w/Harness ProGuard Chains for 8' Beam Height 1. Play structures available through PlayCreation, Inc., 253-691-6847. Contact Chris Donahue chris@playcreation.com. 2. No substitutions. PART 3 - EXECUTION 3.1 INSTALLATION A. All Play Equipment shall be IPEMA certified and installed by a factory certified installer with a Certified Playground Inspector designation. B. All equipment shall be installed in strict conformance with manufacturer's instruction in the locations shown and with the appropriate safe zone spacing. C. Check all fasteners for proper adjustment once complete. 3.2 CLEAN UP A. Clean all materials and equipment. END OF SECTION 02872 City of Renton – Kiwanis Park Improvements Signs February 4, 2022 Bid Set Section 02890 SIGNS 02890-1 © Bruce Dees & Associates 2022 SECTION 02890 — SIGNS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This Section includes: 1. Standard Park Entry and Rules Signs. 2. Regulatory Signs. 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Section 02740 – Asphalt Concrete B. Section 02751 – Cast In Place Concrete C. Section 09900 — Painting. 1.4 QUALITY ASSURANCE A. The contractor shall attend a pre-construction conference prior to placing the sign. B. Standards: Conform to American Institute of Steel Construction (AISC) "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings" and "Code of Standard Practice for Steel Buildings and Bridges;" and American Welding Society (AWS) "Standard Code for Welding in Building Construction." 1.5 SUBMITTALS A. Submit composite data sheets on all materials (posts, caps, and collars). B. Provide shop drawings. (Owner to furnish the sign board with text. Contractor to install the sign onto the frame and install the frame.) 1.6 ALTERNATES A. See Bid Form for possible effect on this section. City of Renton – Kiwanis Park Improvements Signs February 4, 2022 Bid Set Section 02890 SIGNS 02890-2 © Bruce Dees & Associates 2022 PART 2 — PRODUCTS 2.1 STANDARD CITY OF RENTON ENTRY AND RULE SIGNS A. Description: 1. Design, fabricate, and deliver the specified standard City of Renton signs, see Appendix F Sign Memorandum for sign type. 2. Sign framework shall be fabricated in accordance with the drawing shown on memorandum drawings. 3. Complete sign (with Owner-furnished signboard text) shall be delivered to park site to be installed where shown on contract drawings. 4. Sign shall be delivered complete with all required hardware and shall be wrapped in protective materials to prevent damage during delivery and installation. B. Sign Vendors shall be an established firm specializing in the design, fabrication, and installation of metal signs of the type required. C. Signs: 1. Entry Signs: Two (2) each. 2. Rules Sign: One (1) each. D. Posts: 1. 8"x8" steel hot dip galvanized and powder coated. E. Hardware and Fasteners: 1. Stainless steel. F. Sign Marking: 1. See Appendix F Sign Memorandum. G. Fabrication: 1. Shop fabricate all components and align for precise, true, and square assembly. 2.2 REGULATORY SIGNS A. Signs: conform to "Manual on Uniform Traffic Control Devices" unless stated otherwise on the plans (U.S. Department of Transportation Federal Highway Administration). 1. Stop Signs: R1-1 (24" x 24") (1 total) 2. Disabled Sign: R7-8 (12" x 18") (2 total) B. Posts: 2.875" outside diameter, Schedule 40, 5.79 lbs per linear foot, hot-dipped galvanized pipe. C. Backing: ¼" galvanized steel plates sized to match full size of the sign. Ease all edges. D. Post caps: Wagner 3" Type C flush, weld-on cap No. 3226-4 (1-800-786-2111). E. Post Collars: Wagner 3" plain flange galvanized steel No. 1700T (1-800-786-2111). City of Renton – Kiwanis Park Improvements Signs February 4, 2022 Bid Set Section 02890 SIGNS 02890-3 © Bruce Dees & Associates 2022 F. Fasteners: 1. Regulatory Signs: galvanized tamper-proof screws or epoxy cement G. Footings: Class 3000 concrete. PART 3 — EXECUTION 3.1 PREPARATION A. Preparation: Stake location and obtain approval with Owner's Representative prior to placing. 3.2 STANDARD CITY OF RENTON ENTRY AND RULE SIGNS A. Set signs plumb and level as detailed on drawings. B. Stake locations for Owner's approval prior to excavating footings. C. Set flush with finish grade. 3.3 REGULATORY SIGNS A. Mounting: Set height on steel posts in accordance with State of Washington Standard specifications for Road and Bridge Construction. Set posts in concrete as detailed on contract drawings. Use block out and expansion joint material around footings where signs occur in concrete walks. Place collars and caps. B. Copy in accordance with WSDOT "Manual on Uniform Traffic Control Devices." C. Finish: powder coat galvanized posts, caps, collars, and backs of signs. END OF SECTION 02890 City of Renton – Kiwanis Park Improvements Soil Mixes & Placement February 4, 2022 Bid Set Section 02910 SOIL MIXES & PLACEMENT 02910-1 © Bruce Dees & Associates 2022 SECTION 02910 – SOILS MIXES & PLACEMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. 1.2 SECTION INCLUDES A. Subgrade preparation. B. Topsoil for lawn and planting area. 1.3 SUMMARY A. Related Work in other sections of these specifications includes, but is not limited to: 1. Section 02620 – Subdrainage & Soils, for top sand in ballfield outfield. 2. Section 02810 – Irrigation. 3. Section 02920 – Sodding. 4. Section 02930 – Planting. 1.4 REFERENCES A. ASTM D 1557: Method for Laboratory Compaction Characteristics of Soil using Modified Effort. 1.5 DEFINITIONS A. Percent Compaction: The required in-place dry density of the material, expressed as a percentage of the maximum dry density of the same material determined by ASTM D1557-78 test procedure. B. Soil Subgrade: The soil surface on which compost material is placed. C. Finished Grades: The final grade elevations indicated on the Grading Drawings. D. Aesthetic Acceptance of Grades: Acceptance by the Owner's Representative in writing of the Aesthetic Correctness of the contours as observed without a survey instrument. Aesthetic Acceptance does not address whether an area drains properly, whether the areas are at the correct elevation, or whether it has been compacted properly. E. Acceptance: Wherever the terms "acceptance" or "accepted" are used herein, they mean acceptance of Owner's Representative in writing. City of Renton – Kiwanis Park Improvements Soil Mixes & Placement February 4, 2022 Bid Set Section 02910 SOIL MIXES & PLACEMENT 02910-2 © Bruce Dees & Associates 2022 F. Grading Drawings: Plans, sections, and profiles showing finished surface grades. G. Elements with Fixed Elevations: Paths, paving, concrete pads, headers, footings, foundations, walls, and other structures with fixed-spot elevations. 1.6 SUBMITTALS A. Submit product data and one-gallon sample of Type I and Type II Topsoil material. 1.7 SITE CONDITIONS A. Environmental Protection: 1. Soil Moisture Content: Do not work soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. PART 2 - PRODUCTS 2.1 TOPSOIL A. Topsoil for lawn areas shall be a mixture of weed-free compost and Loamy Sand screened through a 3/8" screen. 1. Type I Topsoil for Lawn 30% compost 70% Loamy sand. 2. Type II Topsoil for shrub and tree planting 50% compost, 50% Loamy sand. B. Compost: Well-composted, stable, and weed-free organic matter, pH range of 5.5 soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and fee of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50% to 60% of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source-separated or compostable mixed solid waste. C. Approved Source: Cedar Grove, (425) 432-2395. PART 3 - EXECUTION 3.1 EXAMINATION A. Subgrade: 1. Verification: Verify that the subgrades have been graded to within one tenth of a foot of the grades shown on the grading Drawings. City of Renton – Kiwanis Park Improvements Soil Mixes & Placement February 4, 2022 Bid Set Section 02910 SOIL MIXES & PLACEMENT 02910-3 © Bruce Dees & Associates 2022 2. Aesthetic Acceptance: Verify that Landscape Architect has given the subgrade aesthetic acceptance. Do not place compost material or rototill material into subgrade until Landscape Architect has accepted subgrade for aesthetic correctness. 3. Notification of Discrepancies: Notify the Landscape Architect in writing of any discrepancies. B. Planting: 1. Pre-Planting Inspection: Compost material shall not be installed until a pre-planting inspection has been completed per Section 02930 Planting. 3.2 SURVEY REQUIREMENTS A. Lines and Levels: Establish lines and levels, locate and lay out by instrumentation and similar appropriate means for all planting area finish grades. B. General Staking: Provide a sufficient quantity of grade stakes as required to provide the depths of compost material shown on the drawings. 3.3 PREPARATION A. Protection of Existing Conditions: 1. General: Use every possible precaution to prevent damage to existing conditions to remain such as structures, utilities, irrigation systems, plant materials and paving on or adjacent to the site of the Work. B. Surface Preparation: 1. Inspection: Inspect subgrade soil for stones over one inch in diameter, sticks, oils, chemicals, plaster, concrete, and other deleterious materials. 2. Removal: Do all Work when necessary to remove the deleterious materials before and after subgrade preparation. 3.4 PREPARING SUBGRADE A. Plow with a rototiller or other approved equipment to the depth shown on the drawings. Note: This Work shall occur prior to irrigation Work. 3.5 TOPSOIL PLACEMENT A. Place Topsoil as detailed on plans. B. Spillage: 1. Take precautions to prevent spillage when hauling on or adjacent to any public street or highway. 2. In the event that spillage occurs, remove all spillage and sweep, wash, or otherwise clean such streets or highways as required by local City, County or State authorities. City of Renton – Kiwanis Park Improvements Soil Mixes & Placement February 4, 2022 Bid Set Section 02910 SOIL MIXES & PLACEMENT 02910-4 © Bruce Dees & Associates 2022 C. Dust Control: Use water trucks or temporary irrigation and take all precautions needed to prevent a dust nuisance to adjacent public or private properties. D. Erosion: 1. Correct erosion and siltation damage at no cost to the Owner. E. Settlement Repair: Correct settlement within the Warranty period at no cost to the Owner. 3.6 FINISH GRADING OPERATIONS A. General: Grade with uniform slope between points where elevations are given or between such points and existing grades, unless indicated otherwise. B. Soil Surface Tolerances: 1. Planting Areas: Bring finished soil surface to within 0.10 foot of finish grades indicated on Grading Drawings. Grade flatter areas at tighter tolerance if required to provide positive drainage. 2. Allowances: Make proper allowances for settlement, spoils from plant pits, etc. C. Survey Requirements: 1. Lines and Levels: Establish lines and levels, locate and lay out by instrumentation and similar appropriate means all planting area finish grades. 2. Staking: Provide grade stakes and string lines at a maximum 25 foot spacing or closer as required to bring the soil surface to the grades shown on the Grading Drawings with a smooth surface and positive surface drainage. D. Surface Drainage: 1. Slope finish grades to drain surface water away from buildings, walks, paving, and other structures unless otherwise indicated. 2. Slope finish grades to drain surface water to catch basins, area drains or trench drains as shown on the Drawings. E. Rounded Sculptural Landforms: Blade soil surface parallel with contours to achieve smooth, rounded landforms as shown on the Grading Drawings. F. Depressions and Loose Material: Fill and compact depressions, and remove all loose material to finish surface true to line and grade, presenting a smooth, compacted, and unyielding surface. G. Excessive Compaction: Rip areas which become compacted more than 85 percent compaction to a 12- inch depth, rototill and blade smooth, prior to planting. 3.7 PROTECTION A. Erosion: Correct erosion and siltation damage at no cost to the Owner. B. Settlement Repair: Correct settlement within the Warranty period at no cost to the Owner. City of Renton – Kiwanis Park Improvements Soil Mixes & Placement February 4, 2022 Bid Set Section 02910 SOIL MIXES & PLACEMENT 02910-5 © Bruce Dees & Associates 2022 C. Drainage: Keep surface of compost and topsoil material in such condition that it will drain readily and effectively. D. Materials, Tools, and Equipment: In handling materials and operating tools and equipment, protect the compost material from damage by laying down planks, plywood, or other accepted protective materials where required. E. Vehicular Traffic: Do not allow vehicles to travel in a single track. If ruts are formed, blade smooth. F. Storage of Materials: Do not store or stockpile materials on owner provided compost material. Compost material to be covered with plastic tarpaulins for protection from leaching. 3.8 CLEANUP A. Daily: Keep all areas of Work clean, neat, and orderly at all times. B. Final: Clean up and remove all deleterious materials and debris from the entire Work area prior to Final Completion. END OF SECTION 02910 City of Renton – Kiwanis Park Improvements Root Barriers February 4, 2022 Bid Set Section 02911 ROOT BARRIERS 02911-1 © Bruce Dees & Associates 2022 SECTION 02911 – ROOT BARRIERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Provide and install root barriers B. Related work in other sections include, but is not limited to: 1. Section 02810 – Irrigation 2. Section 02910 – Soils Mixes and Placement 3. Section 02930 – Planting 1.3 DEFINITIONS A. Terms: 1. Root Barrier: Mechanical barrier and root deflector to prevent tree roots from damaging hardscapes and landscapes. 1.4 SUBMITTALS A. Product Data: Manufacturer’s standard literature defining materials for use on this project, including installation instructions. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: Provide materials in original unopened containers with manufacturer’s labels intact and legible. B. Acceptance at site: 1. Damaged materials determined by visual inspection will not be accepted. 2. Remove rejected materials from project site immediately. PART 2 - PRODUCTS City of Renton – Kiwanis Park Improvements Root Barriers February 4, 2022 Bid Set Section 02911 ROOT BARRIERS 02911-2 © Bruce Dees & Associates 2022 2.1 MANUFACTURED UNITS A. Root Barriers: 1. DeepRoot, Tree Root Barriers; UB 36-2 as manufactured by DeepRoot Partners, L.P. (DeepRoot); 81 Lexington, Suite 4, San Francisco, CA 94103; 415.437.9700; 800.458.7668; fax 800.277.7668; www.deeproot.com. 2.2 ACCESSORIES A. Provide related materials for complete installation of specified root barriers. PART 3 - EXECUTION 3.1 EXECUTION A. Surface Protection: Use methods necessary to prevent damage to completed site work performed in other sections. Protect access to and areas around planted materials. Restore damaged areas to original compaction, grades, and lines. END OF SECTION 02911 City of Renton – Kiwanis Park Improvements Sodding February 4, 2022 Bid Set Section 02920 SODDING 02920-1 © Bruce Dees & Associates 2022 SECTION 02920 – SODDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. 1.2 SECTION INCLUDES A. Sodding. 1.3 SUMMARY A. Related Work in other sections of these specifications includes, but is not limited to: 1. Section 02620 – Subdrainage & Soils for top sand at ballfield outfield. 2. Section 02810 – Irrigation. 3. Section 02910 – Soil Mixes and Placement for topsoil all other locations. 4. Section 02930 – Planting 1.4 SUBMITTALS A. Seed Analysis: A complete analysis of the seed used for sod shall be submitted by the Contractor, including the percent of pure seed, germination, other crop seed, inert and weed, and the germination test date. All crop seed in excess of one percent must be itemized. B. Fertilizer Certification: Submit duplicate copies of all invoices for all fertilizer showing the grade furnished. C. Schedule: Maintenance shall be continuous until the project as a whole is accepted. PART 2 - PRODUCTS 2.1 SOD A. Sod shall be as follows: Mixture: 100% Kentucky Bluegrass – blend of two or more varieties recommended by the Washington State Extension Service City of Renton – Kiwanis Park Improvements Sodding February 4, 2022 Bid Set Section 02920 SODDING 02920-2 © Bruce Dees & Associates 2022 1. Growing medium: Sod shall be grown on a medium with the following composition: Sand 65% Organic Matter 5-6% Silt 30% Ph 7 Clay 5% 2. Sod shall contain no sod netting and, or poly mesh. 3. Sod shall be harvested in 50'-long, 42"-wide rolls. 4. Sod shall contain no more than 1% other grasses, none of which is coarse or of undesireable variety. 5. Sod shall be free of weeds, pests, and diseases. a. Contains no more than 1% Poa Anna (annual bluegrass). b. Not less than 10 months old and not more than 14 months old, healthy and with a dense, vigorous, well-developed root structure. c. Cut from fields no more than 24-hours before delivery to job site. B. Fertilizer: C. For Incorporation with all Sodding: 1. Initial Application: a. With the following characteristics: 1) 16-16-16 (NPK analysis). 2) 50% of the nitrogen shall be derived from 38% urea formaldehyde. 3) Potash shall be derived from sulfate of potash. 4) Fertilizer shall be retained by Taylor standard sieves as follows: a) No. 4 sieve retains 0%. b) No. 20 sieve retains 65%. c) No. 80 sieve retains 95%. b. Preparation for Delivery: Fertilizer shall be packaged in new, waterproof, fifty pound (50 lb) bags, clearly labeled as to weight, manufacturer, and content. 2. For Use After the First Mowing: a. With the following characteristics: 1) 16-16-16 (NPK analysis). 2) 50% of the nitrogen shall be derived from 38% urea formaldehyde. 3) Potash shall be derived from sulfate of potash. 4) Fertilizer shall be retained by Taylor standard sieves as follows: a) No. 4 sieve retains 0%. b) No. 20 sieve retains 65%. c) No. 80 sieve retains 95%. b. Preparation for Delivery: Fertilizer shall be packaged in new, waterproof, fifty pound (50 lb) bags, clearly labeled as to weight, manufacturer, and content. 2.2 TOPSOIL A. See Section 02920 – Subdrainage & Soils for top sand at ballfield outfield. B. See Section 02910 – Soil Mixes & Placement for all other sodded areas. City of Renton – Kiwanis Park Improvements Sodding February 4, 2022 Bid Set Section 02920 SODDING 02920-3 © Bruce Dees & Associates 2022 PART 3 - EXECUTION 3.1 PREPERATION A. Irrigation and Finish Grade: The complete irrigation system shall be operating and approved for coverage and the final finish grade approved prior to fertilizing and sodding. B. Presodding Fertilizer and Lime: After the area to be sodded has been brought to finish grade, in accordance with these Specifications and Plans, and has been approved by the Owner's Representative, apply preplanting fertilizer 16-16-16 at the rate of fifteen (15 lbs.) per one thousand square feet, at ALL AREAS together with dolomite limestone at the rate of fifty (50) pounds per one thousand square feet at the BALLFIELD OUTFIELD. C. Finish Grading: Bring the topsoil to the finish grade, full. Finish grades shall be plus or minus .05 of a foot. 3.2 SODDING A. Lay sod within 24-hours of delivery to job site. B. Install sod so that joints are tight and smooth on a smooth, moist, lightly compacted surface. Lay sod so that long edges are parallel to contours and perpendicular to slope. Alternate joints in running bond fashion. C. Roll sod to provide uniform surface. D. Adjust grade irregularities as required. Irregularities of 1/4 –inch will be maximum acceptable tolerance. E. Begin irrigation immediately following sod replacement. 3.3 SECOND APPLICATION OF FERTILIZER A. Approximately one week after sodding and before the first mowing, apply the second half of the 16-16-16 fertilizer, (preplanting fertilizer) at the rate of fifteen (15) pounds per 1,000 square feet. 3.4 MOWING A. Sod shall be mowed a minimum of three times before acceptance. The first mowing shall occur when the grass first reaches two (2") inches in height and then be mowed to a height of one and one half (1 ½"). Mowing shall continue on a weekly basis thereafter until all grass areas or the project as a whole is accepted. Mowing shall be done with a mower on soft pneumatic wheels. City of Renton – Kiwanis Park Improvements Sodding February 4, 2022 Bid Set Section 02920 SODDING 02920-4 © Bruce Dees & Associates 2022 3.5 FERTILIZATION AFTER FIRST MOWING A. After the first mowing, the Contractor shall apply post-seeding fertilizer (6-2-4) at the rate of one thousand three hundred (1,300 lbs.) per acre or approximately thirty pounds (30 lbs.) per one thousand square feet (1,000 sq. ft.). 3.6 MAINTENANCE A. The maintenance of all areas shall include watering, weed treatment and mowing. Maintenance shall continue until the project is accepted. 3.7 RESODDING A. Resod and fertilize with 6-2-4 at a rate of four hundred pounds (400 lbs.) per acre, all areas failing to show a uniform stand of grass after placement, or damage through any cause before final acceptance. The Contractor shall be responsible for protecting and maintaining all areas and continue to fertilize, with 6-2-4 or Ammonium Sulfate at three-week intervals at levels and type of fertilization as prescribed by the Owner's Representative. 3.8 INSPECTION AND SUBSTANTIAL COMPLETION A. After completion of all sodding, the post-planting fertilization which follows the first mowing, and two subsequent mowings, the Owner's Representative will review the planted areas for adequacy. Areas not showing uniform stand of grass, or areas damaged through any other cause prior to this inspection shall be resodded, as herein specified at the Contractor's expense. "Uniform stand of grass" is defined as a complete cover of lush, thriving, green grass with no bare spots. It must be emphasized the acceptance may occur after three mowings, maintenance and weekly mowing shall continue until acceptance. This additional maintenance may include disease control, special fertilizers, etc. 3.9 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by sod work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. END OF SECTION 02920 City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 1 © Bruce Dees & Associates 2022 SECTION 02930 – PLANTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes: 1. Installing plant material as shown on the Drawings. 2. Installing fertilizer, mulch, and tree stakes. 1.3 RELATED SECTIONS A. Coordinate related work and requirements specified in other parts of the Contract Documents, including but not limited to the following: 1. Section 02810 – Irrigation Systems 2. Section 02910 – Soil Mixes & Placement 3. Section 02911 – Root Barrier 1.4 REFERENCES A. Refer to the following standards: 1. WSDA Washington State Department of Agriculture - Rules Relating to Standards for Nursery Stock. 2. American Standard for Nursery Stock, ANSI Z60.1-1990. 3. Hortus Third, Cornell University. 1.5 DEFINITIONS A. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than sizes indicated or diameter and depth recommended by ANSI Z60.1 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum-laced as recommended by ANSI Z60.1. B. Container Grown Plant: Exterior plants grown and marketed in a container which generally prevents the growth of roots beyond its side walls or bottom, with a fully developed root system City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 2 © Bruce Dees & Associates 2022 which holds the rootball together when the container is removed. container and plant sizes shall not be less than sizes indicated or diameter and depth recommended by ANSI Z60.1 for type and size of shrub required. C. Finish Grade: Elevation of finished surface of planting soil. D. Manufactured Topsoil: See Section 02910 Soil Mixes & Placement. E. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. 1.6 SYSTEM DESCRIPTION A. Materials, equipment, and labor for planting; reestablishing finish grading of planting areas following planting; protection and immediate maintenance; guarantee and replacement; and related items necessary to complete the work indicated. B. Quantities: Determine exact amounts from Drawings. 1.7 SUBMITTALS A. Submit the following: 1. Notification: Within 30 days after the award of Contract, submit documentation that plant materials have been ordered, purchase order number, and sample of each plant species. B. Product Data: 1. Mulch 2. Staking Materials C. Submit Maintenance Data: Include special directions essential for Owner's maintenance program during guarantee/warranty period. Include duplicate copies for landscaping maintenance personnel use during maintenance period. D. Warrantees: 1. Plant Material Warranty: Written Warranty on Contractor's letterhead. E. Maintenance Data: 1. Submit Maintenance Data: Include special directions essential for Owner’s maintenance program during guarantee/warranty period. Include duplicate copies for landscaping maintenance personnel use during maintenance period. City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 3 © Bruce Dees & Associates 2022 F. Samples: 1. Mulch - 1 cubic foot. 1.8 QUALITY ASSURANCE A. Supplier, installer qualifications: Contractor to have at least five years' experience performing comparable work. B. Pre-Installation Meeting: 1. All plants shall be reviewed by the Owner’s Representative on site prior to planting. 2. Stake all tree locations for approval prior to excavating pits. 3. Plant five (5) shrubs and two (2) trees and stake in the presence of the Owner’s Representative prior to planting all other shrubs and trees. 1.9 DELIVERY, STORAGE, AND HANDLING OF NEW PLANT MATERIAL A. Products Excluding Plant Materials: 1. Labeling: Furnish standard products in unopened manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. 2. Storage: Store materials and products with protection from weather or other conditions which would damage or impair their effectiveness. B. Acceptance of Contractor-Procured Plant Materials: 1. Owner acceptance of Plant Materials at Delivery: Owner’s Representative to review plant materials upon delivery to verify that plants are undamaged, healthy and satisfactory for which to provide the Warranty requirements described in these Specifications. 2. Unsatisfactory Conditions: Contractor to notify Owner’s Representative immediately if unsatisfactory conditions are found that will not allow the plants to be warranted as described in these Specifications. 3. Acceptance of Warranty Responsibility: The Contractor, by accepting delivery of plant material, without providing written notification of unsatisfactory conditions, assumes Warranty responsibilities for the plant material as described in these specifications. 4. Unloading: The Contractor has responsibility for removing plant material from delivery vehicle. 5. Protection Prior to Installation: Protect from sun and drying winds from delivery until planted in final location on site. Heel-in all rootballs if not planted the same day as delivered. 6. Proper Plant Handling: Handle and protect plants, roots, rootballs, and new buds to prevent plant injuries. Pickup all plants from the rootball or container, not the trunk. 7. Unsatisfactory Materials: Immediately remove unsatisfactory materials from site. City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 4 © Bruce Dees & Associates 2022 8. Verification of Species: All plant material shall be delivered with tags or labels identifying species and variety (as applicable). Incorrect species shall be removed from the site immediately. 9. Plant Tags: Do not remove yellow, plastic lock-seal tags with serial numbers until end of Warranty period. 1.10 PROJECT SITE CONDITIONS A. Environmental Requirements: Plant during periods normal for optimum growth, as determined by season, weather conditions, and accepted practice. Contractor may conduct planting operations under unseasonable conditions, without additional compensation, by accepting full responsibility for subsequent resulting losses. B. Underground Conditions: 1. Locate utility lines and underground obstructions to avoid damage during excavation. 2. Contractor shall repair and replace damaged buildings, equipment, underground utilities, irrigation equipment, paving, surfacing, stairs, and other work damaged as a result of Contractor’s operations. 3. Locate and clearly mark irrigation pipe, wire, valves, and other underground equipment. 1.11 SEQUENCING AND SCHEDULING A. Coordinate ordering of materials with Owner immediately following General Contract award. Ensure that specified sizes and quantities are furnished. B. Planting Schedule: Contractor is responsible for using good horticultural practices and judgment regarding timing of planting. 1.12 WARRANTY A. Warranty Period for this work is as stated in General Conditions and begins at Owner acceptance. Warranty period for all plant material shall be one year from date of Owner acceptance. 1. Guarantee replacement: Acceptance of sample plants does not constitute acceptance of all plants. Final acceptance of plants shall occur at Owner acceptance of the completed project. a. Plant materials: Warrant to be healthy and thriving. b. Remove and replace immediately during the Guarantee Period: Dead, diseased, dying, broken, or missing plant materials (except as noted below). Use specified plant and plant as specified; guarantee until acceptable, active, healthy growth is evident. City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 5 © Bruce Dees & Associates 2022 c. Contractor's responsibility: During Guarantee Period, you are not held responsible for replacing plants destroyed or damaged by vandalism, accidents caused by vehicle (other than yours), or Acts of God, provided that you have exercised due care to protect the work. d. When required replacement time falls during nonplanting season, you may request Owner's permission to defer planting until proper season. If granted, immediately remove dead plants, including roots, from site. e. Backfill pits properly with topsoil. Finish grade and leave in acceptable condition until proper planting season occurs. Replace with plants of same kind and size as those originally planted. Plant as originally specified. 1.13 MAINTENANCE A. The maintenance period shall continue until substantial completion. At a minimum, maintenance shall include: watering, weed and pest control, and temporary barriers as required to insure healthy, thriving plant growth. PART 2 - PRODUCTS 2.1 MATERIAL - GENERAL A. Comply with Quality Assurance provisions, references, specifications, and manufacturer's data. 2.2 PLANT MATERIALS A. Meet or exceed following reference standards for quality, size, and condition: 1. WSDA Rules Related to Standards for Nursery Stock. 2. ANSI Z60.1-2004: Nursery Stock. 3. American Joint Committee of Horticultural Nomenclature: Standardized Plant Names. B. Plant abbreviations (see Drawings for complete plant list): B&B Balled and burlapped S Small BR Bare root M Medium br Branches L Large cal Caliper EXL Extra large cont Container NCN No common name dia Diameter oc On center gal Gallon tri-spaced Triangular spaced 2.3 PLANTING SOIL A. See Section 02910 – Soils Mixes & Placement. City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 6 © Bruce Dees & Associates 2022 2.4 FERTILIZER A. Conform to referenced FS O-F-24D, Commercial Fertilizers and WSDA Laws. B. Fertilizer for All Tree Plantings: 1. “Best Paks–20-10-5 in biodegradable packet available from Simplot Turf and Horticulture, 1-800-992-6066. 2.5 TREE STAKING & GUYING MATERIALS 1. Stakes: Douglas fir with pointed end. 2. Tree Guying “Arbortie”: Flat woven flexible synthetic fiber ¾” wide with a break strength of 900 lbs. Color: Olive Green. Available from Deep Root Partners, L.P., Burlingame, CA 1-800-458-7668. 2.6 MULCH A. A coarse grade material derived from well-decomposed yard waste. Compost shall be produced by a permitted solid waste composting facility. All pieces shall be smaller than 2” in any direction. Submit sample. B. Acceptable Products Available From: 1. L.R.I. (253) 847-7555 2. Cedar Grove Compost (877) 764-5748 2.7 ROOT BARRIER A. See Section 02911 – Root Barrier. PART 3 - EXECUTION 3.1 PRE-PLANTING INSPECTION A. General: Verify installation conditions as satisfactory to receive work of this section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes Contractor’s acceptance of conditions as satisfactory. B. Contaminants: 1. Verify existing soil conditions for contaminants that may have been discarded by other trades, such as thinner and plaster. 2. Report findings in writing immediately to Owner’s Representative before placing topsoil. City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 7 © Bruce Dees & Associates 2022 C. Adverse Drainage Conditions: Notify Owner’s Representative in writing of adverse drainage conditions affecting plant growth. 3.2 PREPARATION A. Field Measurements: 1. Verify actual plant layout in relation to Drawings: Make adjustments as required by Owner’s Representative. 2. In shrub planting areas, follow specified distances on center rather than estimated number of plants, be it a larger or smaller quantity. B. Plant Locations: 1. Stake all tree locations with three-foot wood stakes for acceptance by Owner’s Representative. 2. Make required field adjustments as directed by Owner’s Representative. 3. Shrubs may be staked out by boundary rather than individual plants. 4. Avoid obstructions such as irrigation equipment. C. Protect the public, adjacent properties, surfaces, and surrounding areas to prevent harm during Work of this Section. 3.3 INSTALLATION A. Install the Work in accordance with References and specifications. 3.4 FINISH GRADING A. Finish subgrade and obtain approval of Owner’s Representative before you start planting or place any soil. Finish subgrade shall be smooth and conform to the final finish grade after soil placement. Allow for added soil in individual plantings as specified. 3.5 PLANTING A. Preparation: 1. Before planting, soak dry rootballs. 2. Prune broken roots 1/2 inch or greater in diameter. Make clean cuts. 3. Plant when plant materials are available and weather conditions are consistent with good horticultural practice. B. Plant Pits: City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 8 © Bruce Dees & Associates 2022 1. Dig plant pits and plant according to details. Waste excess pit spoils evenly over subgrade. 2. If you encounter clay soil or unusual conditions likely to be detrimental to new plantings, notify Owner’s Representative immediately. 3. Remove unsuitable material excavated from plant holes and dispose of it legally off project site. 4. Install plants with POSITIVE drainage away from rootball, unless otherwise noted. C. Fertilizer – Trees and Shrubs Only: 1. Prior to completing backfilling rootball, place Best Paks on sides evenly around rootball, 6” minimum and 8” maximum below the finish grade and approximately two inches from root tips. Owner’s Representative shall be present when Best Paks are installed. 2. Place quantities as indicated and in accordance with manufacturer’s instructions. a. b. 9 paks – per 3" caliper (trees) D. Planting: 1. Hold plant in center of hole, approximately 2 inches above normal growing position and backfill with soil approximately halfway. 2. Backfill to within 5 inches of finish grade; fill hole with water and allow to settle. 3. Backfill to finish grade with specified planting soil. 4. Raise plants settling below finish grade to correct elevation. E. Plant Tags: 1. Remove and dispose of nursery labels, tags and stakes after review by Owner's Representative. 2. Do not remove yellow, plastic lock-seals with serial numbers until end of Warranty period. F. Soil: 1. Place soil to a uniform depth as shown on the plans. 3.6 TREE STAKING A. Stake as shown on Drawings. 1. Tying Tree to Stakes: a. Hold trunk in one hand, pull top to one side and release. Height at which trunk will snap back to upright is Base Height. b. Attach tree ties to trunk 6 inches above Base Height. c. Install “Arbortie” per manufacturer’s instructions. City of Renton – Kiwanis Park Improvements Planting February 4, 2022 Bid Set Section 02930 PLANTING 02930 - 9 © Bruce Dees & Associates 2022 d. Cut off any remaining stake 2 inches above upper tree tie. 3.7 MULCHING A. Before installing mulch, obtain acceptance of the Owner’s Representative of planting areas, grades, soil depths, and plant locations. B. Install mulch layer under all trees, shrubs, ferns and groundcover to the limits and depths as shown on the Drawings. C. Install uniform mulch layer material to the depths shown on the Drawings over cleaned and graded subsurface. D. At plant trunks and stems, taper mulch back from root ball crown so mulch does not touch bark. 3.8 FINAL INSPECTION A. Remove defective materials; in their place, install new materials, as specified. Furnish in same variety and current size of existing healthy plant materials, subject to 1-year guarantee beginning at the date of new installation. Remove any weeds. 3.9 CLEANING A. Sweep paving clean. Leave installations properly planted, clean, and orderly; premises free from scatterings and other residue of work. Leave site neat and clean at end of each working day. 1. Remove and dispose on site such items as excess earth, clippings, trimmings, leaves, litter, and debris. 2. Rake planting areas to an even, fine grade. Wash hard surfaces clean. 3. Remove flag labels from plantings. 3.10 PROTECTION OF COMPLETED WORK A. Install barriers as necessary and required to protect the work during Guarantee Period, or for shorter period as directed. 3.11 PLANT ESTABLISHMENT A. Contactor to provide water to maintain plants in non-irrigated areas. END OF SECTION 02930 City of Renton – Kiwanis Park Improvements Metal Fabrications February 4, 2022 Bid Set Section 05501 METAL FABRICATIONS 05501 - 1 © Bruce Dees & Associates 2022 SECTION 05501 – METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This section includes fabrication and installation of all metal fabrication, including, but not limited to: 1. Bat Racks B. All materials shall be hot-dip galvanized after fabrication. 1.3 QUALITY ASSURANCE A. Standards: Conform to American Institute of Steel Construction (AISC) "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings," and "Code of Standard Practice for Steel Buildings and Bridges," and "American Welding Society" (AWS) "Standard Code for Welding in Building Construction." B. Building Code: Conform to requirement of Uniform Building Code as supplemented and modified herein. C. All welding shall be by a WABO certified welder. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval prior to fabricating in accordance with General Provisions and Special Provisions. Show dimensions, details, welds and necessary accessory items, include all information necessary for fabrication and for erection. Verify dimensions and correlated work with adjoining work. PART 2 - PRODUCTS 2.1 STRUCTURAL STEEL A. Structural steel to conform to ASTM A36M-19. 2.2 GALVANIZING City of Renton – Kiwanis Park Improvements Metal Fabrications February 4, 2022 Bid Set Section 05501 METAL FABRICATIONS 05501 - 2 © Bruce Dees & Associates 2022 A. Comply with ASTM A1230M-17 for zinc coatings on assembled steel products. 1. Weight of coating per Table I for class and thickness of material to be coated. Galvanize after fabrication. PART 3 - EXECUTION 3.1 FABRICATION, GENERAL A. Verify dimensions on site prior to shop fabrication. B. Fabricate items with joints tightly fitted and secured. C. Fit and shop assemble in largest practical sections for delivery to site. D. Grind exposed welds flush and smooth with adjacent finished surface. Ease exposed edges to small uniform radius. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts unobtrusively located consistent with design of structure, except where specifically noted otherwise. F. Make exposed joints butt tight, flush, and hairline. G. Supply components required for anchorage of metal fabrications. Fabricate anchorage and related components of same material and finish as metal fabrication, except where specifically noted otherwise. 3.2 BAT RACKS A. Fabrication: 1. Grind all edges smooth. Hot dip galvanize after fabrication. Insure that all galvanized perforations in sheet steel are removed. B. Finish: 1. Hot-dipped galvanized. C. Attachment: 1. Attach as detailed with galvanized fasteners. 3.3 CLEANUP A. Contractor shall leave grounds in good condition, remove all sand, gravel, debris, dirt, and leave gates complete and workable in all details. END OF SECTION 05501 City of Renton – Kiwanis Park Improvements Preformed Roof Panels February 4, 2022 Bid Set Section 07411 PREFORMED ROOF PANELS 07411-1 © Bruce Dees & Associates 2022 SECTION 07411 – PREFORMED ROOF PANELS PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. This section includes fabrication and installation of preformed roof panels of the dugout cover. B. The work includes, but is not necessarily limited to, furnishing and installation of all preformed metal roofing and accessories as indicated on the drawings and specified herein. C. Related sections include the following: 1. Section 02821 Backstops 1.3 SUBMITTALS A. Product Data 1. Submit manufacturer's technical product data, installation instructions and recommendations for roofing panel required. Include data substantiating that materials comply with requirements. B. Samples 1. Prior to ordering products, submit Manufacturer's standard color samples for Architect's selection. 2. Prior to starting work, submit (quantity) 12" long panel samples showing shape and a representative color chip for Architect's acceptance. C. Shop Drawings 1. Show panel layout, trim installation, and panel attachment. D. Warranty 1. Provide manufacturer's product warranty and contractor's warranty. 1.4 QUALITY ASSURANCY A. Installer's Qualifications 1. Installation of panels and accessories by installers with a minimum of 5 years' experience on panel projects of this nature. City of Renton – Kiwanis Park Improvements Preformed Roof Panels February 4, 2022 Bid Set Section 07411 PREFORMED ROOF PANELS 07411-2 © Bruce Dees & Associates 2022 B. Manufacturer's Qualifications 1. Manufacturer shall have a minimum of 10 years' experience supplying metal roofing/siding to the region where the work is to be done. 2. Manufacturer shall provide proof of $2,000,000 liability insurance for their metal roof system and comply with current independent testing and certification as specified. See specific product literature for testing information. 3. Panel manufactures without full supporting literature, flashings and details guides, guide specifications and technical support shall not be considered equal to the specified product. C. Regulatory Agency Requirements 1. Comply with UBC and local Building Code requirements if more restrictive than those specified herein. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect against damage and discoloration. B. Handle panels with non-marring slings. C. Do no bend panels. D. Store panels above ground, with one end elevated for drainage. E. Protect panels against standing water and condensation between adjacent surfaces. F. If panels become wet, immediately separate sheets, wipe dry with clean cloth, and allow to air dry. G. Remove any strippable film coating prior to installation and do not allow it to remain on the panels in extreme cold, heat or in direct sunlight. 1.6 WARRANTY A. Manufacturer's Product Warranty 1. Manufacturer's standard coating performance warranty: 25 years. B. Contractor's Warranty 1. Warrant panels, flashings, fasteners and accessories against defective materials and/or workmanship, to remain watertight with normal usage for two (2) years following Project Substantial Completion date. PART 2 – PRODUCTS 2.1 ACCEPTALBE MANUFATURER City of Renton – Kiwanis Park Improvements Preformed Roof Panels February 4, 2022 Bid Set Section 07411 PREFORMED ROOF PANELS 07411-3 © Bruce Dees & Associates 2022 A. AEP Span, A Division of ASC Profiles, Inc or approved equal. B. Panel Designation: 1. HR-36® Roof and Wall. Net coverage 36", rib depth 1-1/2" @ 7.2" o.c. C. Vista Interlocking Foam: Available through AEP Span. 2.2 MATERIALS A. Panels 1. Base Metal: a. Material: 1) Steel conforming to ASTM A792 Zincalume®/Galvalume®, minimum yield 50,000 psi, thickness 22 GA. b. Protective Coating: 1) Conform to ASTM A792, AZ50 (Zincalume/Galvalume). 2. Surface Finish: a. DuraTech® 5000 (Polyvinylidine Flouride), full 70% Kynar® 500/Hylar 5000® consisting of a specular gloss of 10-30% when tested in accordance with ASTM D- 523-89 at 60°. b. Zincalume® Plus protective coating. c. DuraTech® mx metallic finish, consisting of a baked-on primer (0.15-0.2 mil) and a baked-on Polyvinylidine Flouride finish coat (0.7-0.8 mil) with a specular gloss of 20- 35% when tested in accordance with ASTM D-523-89 at 60°. 3. Backer Finish: a. Primer Coat Material: Corrosion-resistant primer; primer coat dry film thickness: 0.15 mils: finish coat material: polyester paint, finish coat dry film thickness: 0.35 mils. b. Color: Off-White to Light Gray. 4. Surface Color: a. Manufacturer's standard selection of Black. B. Fabrication 1. Unless otherwise shown on drawings or specified herein, panels shall be full length. Fabricate flashings and accessories in longest practical lengths. 2. Roofing panels shall be factory formed. Field formed panels are not acceptable. C. Inside Closure: 1. Use Interlocking "Vista Foam" with interlock adhesive at each support. 2. Color: Charcoal PART 3 – EXECUTION 3.1 EXAMINIATION City of Renton – Kiwanis Park Improvements Preformed Roof Panels February 4, 2022 Bid Set Section 07411 PREFORMED ROOF PANELS 07411-4 © Bruce Dees & Associates 2022 A. Existing Conditions 1. Inspect installed work of other trades and verify that such work is complete to a point where this work may continue. 2. Verify that installation may be made in accordance with approved shop drawings and manufacturer's instructions. 3.2 PREPARATION A. Field Measurements 1. Verify prior to fabrication. 2. If field measurements differ from drawing dimensions, notify Architect prior to fabrication. B. Protection 1. Treat, or isolate with protective material, and contacting surfaces of dissimilar materials to prevent electrolytic corrosion. 2. Require workmen who will be walking on Roofing Panels to wear clean, soft-soled work shoes that will not pick up stones or other abrasive material, which could cause damage or discoloration. 3. Protect work of other trades against damage and discoloration. 3.3 INSTALLATION A. Vista Foam Closure Application at each support: 1. Ensure the self-adhesive closure configuration fits the roof panel. 2. Position the honeycomb texture side outward. 3. Place the roof panel over the pre-cut closure configuration for a snug fit. 4. Attach panel over closure with the proper fasteners. B. Panels 1. Follow roof panel manufacturer's directions. 2. Do not stretch or compress panel side-laps. 3. Secure panels without warp or deflection. C. Flashing 1. Provide flashing at all sides. 2. Follow manufacturer's directions and architect approved shop drawings. 3. Overlap roof panels at least 6 inches. 4. Install flashings to allow for thermal movement. 5. Remove strippable protective film, if used, immediately preceding flashing installation. D. Cutting and Fitting 1. Neat, square and true. Torch cutting is prohibited where cut is exposed to final view. 2. Openings 6 inches and larger in any direction: Shop fabricate and reinforce to maintain original load capacity. 3. Where necessary to saw-cut panels, deburr cut edges. City of Renton – Kiwanis Park Improvements Preformed Roof Panels February 4, 2022 Bid Set Section 07411 PREFORMED ROOF PANELS 07411-5 © Bruce Dees & Associates 2022 3.4 CLEAN UP AND CLOSE OUT A. Panel Damage and Finish Scratches 1. Do not apply touch-up paint to damaged paint areas that involve minor scratches. 2. Panes or flashing that have severe paint and/or substrate damage shall be replaced as directed by the Architect's or Owner's representative. B. Cleaning and Repairing 1. At completion of each day's work and at work completion, sweep panels and flashings clean. Do not allow fasteners, cuttings, filings or scraps to accumulate. 2. Remove debris from project site upon work completion or sooner, if directed. END OF SECTION 07411 City of Renton – Kiwanis Park Improvements Site Electrical and Lighting February 4, 2022 Bid Set Section 16000 SITE ELECTRICAL AND LIGHTING 16000-1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. The work shall include providing all labor, materials, tools, and equipment necessary for the Electrical and Illumination Systems complete and fully operational in every respect. This includes, but is not limited to, the following: 1. Demolition of existing utility electrical service. 2. Secondary electrical service complete. 3. Picnic shelter electrical. 4. Parking Lot\Pathway lighting poles and sign lights complete. 5. Wiring including conduit, junction boxes, handholes, trenching, grounding etc. 6. Pedestal panel, electrical panels, lighting contactors and circuit breakers. 7. Control system. 8. Testing of the entire system. 1.02 CODES AND ORDINANCES A. All equipment furnished and work performed shall be in accordance with national, state and city electrical codes, established safety codes and other applicable local codes and ordinances. 1.03 PERMITS A. The Contractor shall obtain all permits. 1.04 EXAMINATION OF SITE AND DOCUMENTS A. The bidder is required to carefully examine the site of the proposed work, the proposal, plans and specifications and contract forms before submitting a bid. Upon submission of a bid, it is mutually agreed that the bidder is aware of all conditions which will affect his work. 1.05 CLEAN-UP A. Upon substantial completion of the work and before final approval and payment, the contractor shall, at his own expense, remove from the site and adjoining property, and dispose of all surplus and discarded materials, rubbish, temporary buildings, equipment, and debris which may have accumulated during the execution of the work. All fixtures and equipment shall be left thoroughly cleaned and in proper operating condition. 1.06 WORKMANSHIP A. All workmanship shall be the best approved method of the trade. City of Renton – Kiwanis Park Improvements Site Electrical and Lighting February 4, 2022 Bid Set Section 16000 SITE ELECTRICAL AND LIGHTING 16000-2 1.07 MATERIAL LIST AND DRAWINGS A. The successful Contractor shall submit to the Engineer, WITHIN 14 CALENDAR DAYS after award of the Contract, a list of all material to be furnished. In addition, six copies of shop drawings of luminaires, power panels, lighting standards and all other major equipment shall be furnished to the Engineer for approval before ordering. Submittals will be "Approved for Design Only". This shall mean the Engineer has reviewed said submittal and finds no objection (except as noted) to the inclusion of the items into the construction, if it complies with contract drawings and specifications as to quantities, space requirements, dimensions, non-interference with other trades and other affected contract requirements. 1.08 RECORD DRAWINGS A. Work done shall be recorded as actually installed. One set of prints showing this shall be furnished to the Engineer at the completion of the work and shall be available for inspection during the work. A separate marked up print of the site plan shall be provided showing all underground conduits in their actual installed locations with precise dimensions to existing elements. 1.09 GUARANTEE A. The Contractor shall guarantee his workmanship and the materials and equipment he furnishes for a period of one year after the date of substantial completion of the project. Any item which fails during the guarantee period because of defects in material or workmanship shall be promptly and properly replaced by the Contractor after notification from the Owner. PART 2 - MATERIALS AND EQUIPMENT 2.01 DESCRIPTION A. All materials and equipment shall be new, of proven quality and be a standard product of a reputable manufacturer. Storage at the job site shall be in a manner which will prevent any damage or corrosion. 2.02 CONDUIT AND FITTINGS A. All raceways above grade shall be rigid galvanized steel with zinc protected threads. Fittings shall be of the same material with hot dipped galvanized finish. Field cut threads shall be protected and damaged galvanizing repaired per the conduit manufacturer's recommendations. B. Conduit used in underground runs shall be Schedule 40 heavy wall rigid PVC, UL labeled with fittings of the same material. City of Renton – Kiwanis Park Improvements Site Electrical and Lighting February 4, 2022 Bid Set Section 16000 SITE ELECTRICAL AND LIGHTING 16000-3 C. The conduits shall be capped during construction by means of manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling of the wire. Spare conduits shall include a nylon pull rope. 2.03 JUNCTION BOXES AND HANDHOLES A. Junction boxes for the underground circuit runs shall be concrete with with bolt down metal “slip not” cover designed to withstand a 20,000 pond static load. They shall be suitable for use in driveway, parking lot and road shoulder applications that may be subject too occasional, non-deliberate heavy vehicles. Covers shall be labeled “Electric”. The boxes shall be Auburn Precast, Fogtite or similar. The junction boxes shall be in accordance with the following table. Type Model Size II WSDOT Type II 14" x 24" x 18" III Fogtite “Seattle” 19" x 30" x 18" B. Each conduit entering the box shall be neatly upswept and shall terminate not less than 5 inches or more than 10 inches below the lid. C. All junction boxes shall be set on a 6-inch free draining, compacted pea gravel base and be leveled to match grade. The lid shall be set flush with finish grade. Conduits into the junction boxes and service cabinet foundations shall have bell ends installed. Sufficient slack wire shall be provided to enable the splice to be raised a minimum of 18 inches outside of the box. 2.04 CONDUCTORS A. All wire and cable shall conform to the NEC and meet applicable ICEA specifications. Conductors shall be copper, No. 12 AWG or larger and all conductors No. 10 or larger shall be stranded. Insulation shall be Type THHN/THWN, 600 Volt minimum rated 75° C. and be color coded in a consistent manner. Identify each conductor by Circuit and Phase Number at every handhole and junction box by a PVC wiring marking sleeve. B. Splices below grade shall be made with compression type connectors, be plastic tie-wrapped and made watertight with an epoxy splice kit, heat shrinkable medium wall flexible Polyolefin tubing or similar products. C. Splices above grade shall made with screw type connectors and be plastic tie-wrapped. City of Renton – Kiwanis Park Improvements Site Electrical and Lighting February 4, 2022 Bid Set Section 16000 SITE ELECTRICAL AND LIGHTING 16000-4 2.05 PEDESTAL PANEL A. The main panel shall be 120/240-volt, single phase, three wire bussed for 400 amps and contain the main breaker and branch breakers as shown on the drawings. The main breaker shall have a minimum interrupting rating of 65,000 amps and shall be Cutler Hammer Type KS-6 or equal of Square D or Siemens. The branch breakers shall be series rated and be Cutler Hammer Type FH or equal of Square D or Siemens. The panel shall be Cutler Hammer Type PH or equal. The panel shall be UL labeled for service entrance. All components shall be contained in a free-standing weatherproof pedestal panel as detailed on the drawings. B. A CT compartment and a 13-terminal instrument rated meter base (277/4W/3 Element/ED Form 9S) shall be provided in the switchboard as shown on the Drawings. This equipment shall be in accordance with PSE metering department requirements. C. Lighting contactors and relays are required. The lighting contactors shall be Square D Class 8903 of the size as required, electrically held with 120-volt coils, or equal of GE or Square D. Relays shall be IDEC Type RH single thru 4 pole SPDT, 4PDT or equal of Potter & Brumfield and have 120-volt coils. The components shall be installed in a Nema I enclosure with a hinged, lockable cover. D. A separate control panel enclosures shall be provided. It shall have a separate locking cover and contain the lighting controller plus other components as shown on the drawings. A microprocessor based 7-day lighting controller shall be installed in the control panel. The controller shall be wireless with web-based access. It shall be six channels with each capable of handling a 10 amp, 120-volt load, be easily programmed and the program override shall not disturb the memory. The unit shall have a battery backup to preserve memory in the event of a power failure. Provide engraved phenolic nameplates to label each of the channels of the controller as well as other control components. Separate HOA switches must be provided on the controller enclosure as shown on the drawings. E. All components shall be contained in a free-standing weatherproof pedestal panel as detailed on the drawing. Cabinet shall be a NEMA 3R enclosure of #12-gauge steel construction with screened and gasket vents and a 1/4" polished wire glass meter viewing window. Doors shall be heavy duty, concealed hinge (lift-off type) with stainless steel padlock-able vault handles, closed cell neoprene gasket, print pockets and directory card holder. Finish shall be hunter green polyester powder coat over zinc rich prime cabinet with white dead fronts and mounting pans. Manufacturer shall be Skyline Electric, RSE Sierra or approved equal. City of Renton – Kiwanis Park Improvements Site Electrical and Lighting February 4, 2022 Bid Set Section 16000 SITE ELECTRICAL AND LIGHTING 16000-5 2.06 PATHWAY\PARKING LIGHT POLES A. Parking lot luminaires shall be rectangular style with formed and welded aluminum housing and bracket arm. The lens shall be plain, flat, heat and impact resisting glass in a mitered extruded aluminum neoprene gasket frame. Reflectors shall be provided, and the lamp position selected such that the luminaire produces an IES-ANSI Type III\IV medium distribution with essentially complete light cutoff above 75° from Nadir. The luminaire shall be Lithonia DSX0, P3, 3000K LED or prior approved equal. B. Pathway luminaires shall be post top decorative style with formed and cast aluminum housing. The lens shall be plain, flat, heat and impact resisting glass in a mitered extruded aluminum neoprene gasket frame. Reflectors shall be provided, and the lamp position selected such that the luminaire produces an IES-ANSI Type III medium distribution with essentially complete light cutoff above 75° from Nadir. The luminaire shall be Cyclone Concerto Series, 3000K LED or prior approved equal. C. The luminaire housings shall contain the LED driver and be bolt plate mounted on the poles. The drivers shall be rated 120/208/240/277 volts ±10 percent. The drivers shall be suitable for operating 40 watt & 70 watt LED light array. The luminaires have a dark bronze alkyd melamine baked enamel finish that matches the pole. D. The poles shall be straight steel 14’/20’ in length with base plate mounting. The poles shall be dark bronze powder coat finish and contain a base plate cover and hand hole for wiring access. Pole manufacturer shall provide anchor bolts for the mounting of the poles. 2.07 MISCELLANEOUS ELECTRICAL EQUIPMENT A. Additional electrical equipment is required including sign lights, picnic shelter lights, switches, receptacles, photocell etc. This equipment shall be as shown and specified on the drawings. PART 3 - INSTALLATION METHODS 3.01 SECONDARY SERVICE A. The Contractor shall provide trenching, wire and conduit as shown on the drawings, trench backfilling and restoration from the PSE secondary handhole to the electrical pedestal cabinet. The Contractor shall provide conductors sufficient in length to be attached at the secondary handhole. Coordinate all work and shutdowns with PSE. A CT compartment and a 13-terminal instrument rated meter base shall be provided and be in accordance with PSE Metering Department requirements as appropriate. Any charges by PSE will be paid by the Owner and shall NOT be included in the bid price. 3.02 GROUNDING A. Provide a complete grounding system with grounding continuity throughout the system. Ground rods shall be copper clad 3/4" by 10'. Ground wire shall be bare stranded copper. City of Renton – Kiwanis Park Improvements Site Electrical and Lighting February 4, 2022 Bid Set Section 16000 SITE ELECTRICAL AND LIGHTING 16000-6 3.03 DEPTH OF BURIAL A. All underground runs for the electrical distribution system shall be a minimum of 24 inches below grade. 3.04 TRENCHING, EXCAVATION AND BACKFILLING A. Provide all trenching, excavation and backfilling required for the installation of items included in this Contract. Provide a plastic Marker Tape the entire length of all underground conduit runs. The Marker Tape shall be 3” minimum width, bright red or yellow color installed a minimum of 12” above the top conduit run. B. Contact the Owner before trenching in any area. In trenching through sodded areas, remove the sod and replace after backfilling and compaction. In trenching through non- sodded earth areas, the Contractor shall compact to 90%, top dress with topsoil and reseed with an approved grass seed. Underground runs through asphalt or concrete areas shall be neatly cut, the backfill fully tamped to 95% compaction and the area repaired to match the existing. C. Underground sprinkler systems, sewers and other systems exist at all the sites. Contact the Owner and call for utility locate to ascertain the location of all underground systems before trenching or excavating. The Contractor shall make his best effort to locate all underground systems before trenching or excavating. If damage still occurs, the underground systems shall be repaired to original condition at the Contractor's expense and be approved by the Engineer before backfilling. 3.05 MARKING OF DEVICES A. Permanent labels shall be provided for all Control Devices Panel Schedules and One Line Diagrams. Engraved phenolic nameplates shall be provided for all time clock channels, over ride switches and similar devices as previously specified. Plastic laminated sheets showing the panel schedules and one-line diagrams shall be placed in each panel. If the panels and other equipment are installed in exact accordance with the Drawings, the Panel Schedules and One Line Diagrams from the Drawings may be duplicated and placed in plastic laminated sheets. If only minor variations are made, those items may be modified and used. Otherwise, new panel schedules and one-line diagrams shall be provided. 3.06 TESTING A. Each circuit shall be tested with a megohm meter. A reading more than two (2) meg-ohms shall be deemed satisfactory. The Contractor shall provide a written report of the results of his testing. The written report shall be provided to the Engineer prior to final acceptance of the project. Testing and operation of the entire system shall be performed. The Contractor shall provide workforce and equipment as necessary to correct any defects as may be directed by the Engineer. END OF SECTION 16000 APPENDIX C List of Permits List of Permits x Demolition x Civil Construction APPENDIX D The Portland Loo Manufacturer Drawings APPENDIX ( Polygon Shelter - Alternate Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 1 of 7 DIVISION 107300 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS PART 1 - GENERAL [reference CSI 2004 MasterFormat™ Division 10 (Specialties Manufacturers) category 7300 (Protective Covers)] 1.1 DESCRIPTION OF PRODUCT A. Northern Skyline Shelter 22x31 with Standing Seam secondary roof over Tongue & Groove primary roof. B. ROOF SLOPE: 6:12. C. Minimum Clearance Height (MCH): 8 ft. Minimum clearance height under the structure indicates the lowest height of a member from finish grade for clearance under the structure. This is generally the clearance under roof eave or frame, whichever is lower. 1.2 REFERENCES A. REFERENCE STANDARDS: 1. AISC - American Institute of Steel Construction Manual of Steel Construction. 2. ASTM - American Society for Testing and Materials. 3. AWS - American Welding Society. 4. LEED - Leadership in Energy and Environmental Design. 5. OSHA – Occupational Safety and Health Administration Steel Erection Standard 29 CFR 1926 Subpart R-Steel Erection. 6. PCI - Powder Coating Institute. 7. SSPC – The Society for Protective Coatings. 1.3 SUBMITTALS A. GENERAL SUBMITTAL: Submit 1 set of submittal drawings and 1 set of calc books, both signed and sealed by a Professional Engineer licensed in the State of WA. B. PRODUCT DESIGN REQUIREMENTS: The building shall meet the following design requirements as shown on the drawings: 1. Building Code: See drawings. 2. Ground Snow Load (Pg): See drawings. 3. Basic Wind Speed (V): See drawings. 4. Seismic Design: See drawings. C. SUBMITTAL REQUIREMENTS: Calculations and Submittal drawings shall include, at a minimum: 1. Calculations: a. References to building codes and design manuals used for calculations. b. Identification of lateral force resisting system. Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 2 of 7 c. Formulas used for determining snow, wind, and seismic loads to specific project location. d. Three dimensional modeling input, model geometry, and analysis results. e. Member design results and controlling load combinations. f. Connection design for structural bolts, welds, plate thicknesses, and anchorage to the foundation. g. Foundation designs shall include the required combinations of gravity and lateral loads. 2. Submittal Drawings: a. Anchor bolt layout. b. Foundation design. c. Three dimensional views of frame. d. Member sizes and locations. e. Structural connection details, including bolt sizes and plate thicknesses. f. Roof trim and connection details for installation clarity. D. FOUNDATION DESIGN: 1. The shelter shall be set on foundations designed by manufacturer. 2. Foundation materials shall be provided by contractor. 3. Owner shall provide manufacturer with complete information about the site including soil bearing capacity and lateral load capacity. 4. If soil data are not provided, foundations will be designed to the minimum values identified in the governing building code. E. ANCHOR BOLTS: Anchor bolts shall be provided by manufacturer. F. LEED SUBMITTALS: 1. LEED SS Credit 7.1: Sustainable Sites, Heat Island Effect/Non-Roof. 2. LEED SS Credit 7.2: Sustainable Sites, Heat Island Effect/Roof. 1.4 QUALITY ASSURANCE A. MANUFACTURER QUALIFICATIONS: 1. Minimum of (10) years in the shelter construction industry. 2. Full time on-staff Licensed Engineer. 3. Full time on-staff AWS Certified Associate Welding Inspector. 4. Full time on-staff Quality Assurance Manager. 5. Full time on-staff LEED AP. 6. All welders AWS Certified. 7. Manufacturer owned and controlled finishing system to include shot blast, pretreatment, primer, and top coat. 8. Published Quality Management System. 9. Annual audit of Quality System and Plant Processes by Third Party Agency. 10. Annual audit of powder coat finish system by Third Party Agency (PCI). B. MANUFACTURER’S CERTIFICATONS: 1. AISC Certified Building Fabricator, (American Institute of Steel Construction) Certified Building Fabricator is an AISC Quality Management Systems (QMS) Certification which sets the quality standard for the structural steel industry. Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 3 of 7 2. PCI 4000 S Certified, Certification thru Powder Coating Institute for original equipment manufacturers (OEMs) to evaluate process on entire finish system to add powder coat over steel. 3. City of Los Angeles, CA Approved Fabricator Type I Steel. 4. Clark County, NV Approved Fabricator steel. 5. City of Houston, TX Approved Fabricator for Structural Steel. 6. Miami Dade County Certificate of Competency for Structural Steel. 7. State of Utah Approved Fabricator for Medium and High Strength Steel. 8. City of Riverside, CA Approved Fabricator Type I Steel. 9. City of Phoenix, AZ Approved Steel Fabricator. 1.5 FIELD OR SITE CONDITIONS A. Foundations shall be at the same elevation unless specifically noted otherwise on the drawings. 1.6 MANUFACTURER WARRANTY A. Shelter must have a (10) year limited warranty on steel frame members. B. Shelter must have a (10) year limited warranty on paint system. C. Pass through warranty of Metal Roof manufacturer shall be provided upon request. PART 2 - PRODUCTS 2.1 SHELTER SYSTEM AND MATERIALS A. MANUFACTURERS: 1. Acceptable Manufacturer: Poligon, a Product of PorterCorp, 4240 N 136th Ave., Holland, MI 49424. Receive pricing from Chris McGarvey at Northwest Playground Equipment at 425.313.9161 or e-mail at chris@nwplayground.com. 2. The product shall be designed, produced, and finished at a facility operated and directly supervised by the supplier who has a minimum of (10) years in the business of making pre-manufactured shelters. 3. Manufacturer must be an AISC Certified Building Fabricator. B. SUBSTITUTION LIMITATIONS: 1. Substitutions must be approved a minimum of (10) days before bid. All approved manufacturers shall be notified in writing before the bid date and shall not be allowed to bid without written notification. 2. Alternate suppliers must meet the qualifications and provide proof of certifications listed under Section 1.4 QUALITY ASSURANCE. 3. Alternate suppliers must provide an equivalent paint system to Poligon’s Poli-5000 listed under Section 2.1 C. 8. FINISHES. 4. Staff members’ cumulative experience in fabrication will not be an acceptable alternative for manufacturer’s experience in the shelter construction industry. C. PRODUCT REQUIREMENTS AND MATERIALS: Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 4 of 7 1. GENERAL: The pre-engineered package shall be pre-cut unless otherwise noted and pre-fabricated which will include all parts necessary to field construct the shelter. The shelter shall be shipped knocked down to minimize shipping expenses. Field labor will be kept to a minimum by pre-manufactured parts. Onsite welding is not necessary. 2. REINFORCED CONCRETE: a. Concrete shall have minimum 28-day compressive strength of 3,000 psi and slump of 4” (+/- 1”), unless otherwise noted on the drawings. b. Reinforcing shall be ASTM A615, grade 60. 3. STEEL COLUMNS: a. Hollow structural steel tube minimum ASTM A500 grade B with a minimum wall thickness of 3/16”. b. Unless columns are direct buried, columns shall be anchored directly to concrete foundation with a minimum of four anchor rods to meet OSHA requirement 1926.755(a)(1). c. CUSTOM STEEL COLUMNS: Custom columns will replace the standard columns. Columns will be Poligon column model: K8712 12" Windsor (Square w/ three bands, bottom band heavy) style. 4. STRUCTURAL FRAMING: Hollow Structural Steel tube minimum ASTM500 grade B. “I” beams, tapered columns, or open channels shall not be accepted for primary beams. Frame will have a STANDARD POLI-5000 finish. Color chosen from manufacturer's standard color chart; textured colors not available: Fox Hollow Gray. 5. COMPRESSION MEMBERS: Compression rings of structural channel or welded plate minimum ASTM A36 or compression tubes or structural steel tube minimum ASTM A500 grade B shall only be used. 6. CONNECTION REQUIREMENTS: a. Anchor bolts shall be ASTM F1554 (Grade 36) unless otherwise noted. b. Structural fasteners shall be zinc plated ASTM A325 high strength bolts and A563 high strength nuts. c. Structural fasteners shall be hidden within framing members wherever possible. d. No field welding shall be required to construct the shelter. e. All welds shall be free of burrs and inconsistencies. f. Exposed fasteners shall be powder coated by manufacturer prior to shipment to match frame or roof colors as applicable. g. Manufacturer shall provide extra structural and roofing fasteners. 7. ROOFING MATERIALS: a. PRIMARY ROOF DECK: TONGUE AND GROOVE (TG): 1) T&G shall be of 2x6 tongue and groove, southern yellow pine, kiln dried #1 grade or better, edge V’d on both sides to allow either side of board to be used for best side selection. 2) Manufacturer shall supply 30 pound felt and drip edge if both primary and secondary roofs are being supplied by the manufacturer. 3) Contractor shall cut T&G down to required lengths and shall seal underside of boards per architect’s or owner’s recommendations using coating supplier’s instructions. b. SECONDARY ROOF SYSTEM: STANDING SEAM METAL ROOFING (SS): Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 5 of 7 1) Standing seam metal roofing to be 24-gauge galvalume 16” wide with ribs 1-3/4” high. 2) Roof surface shall be painted with Kynar 500 to the manufacturer’s standard color: Charcoal. Ceiling surface shall be a “wash coat” primer. 3) Angles shall be cut in the field. 4) Metal roofing trim shall match the color of the roof and shall be factory made of 26 gauge Kynar 500 painted steel. 5) Trim shall include panel ridge caps, hip caps, eave trim, splice channels, rake trim, roof peak cap, and corner trim as applicable for model selected. Trim may need to be cut to length and notched. Installation drawings shall have detailed information on how to cut and affix roof trim. 6) Ridge, hip, and valley caps shall be pre-formed with a single central bend to match the roof pitch and shall be hemmed on the sides. 7) Roof peak cap shall be pre-manufactured. 8) Manufacturer shall supply painted screws and butyl tape. 8. FINISHES: a. STANDARD POLI-5000 FINISH: 1) Steel shall be cleaned, pretreated, and finished at a facility owned and directly supervised by the manufacturer. 2) Steel shall be shot blasted to SSPC-SP10 near-white blast cleaning. SSPC-SP2 hand tool cleaning will not be an acceptable alternative. 3) Parts shall be pretreated in a (3) stage iron phosphate or equal washer. 4) Epoxy primer powder coat shall be applied to parts for superior corrosion protection. 5) Top coat of Super Durable TGIC powder coat shall be applied over the epoxy primer. 6) Finish shall not have any VOC emissions. 7) Sample production parts shall have been tested and meet the following criteria: a) Salt spray resistance per ASTM B 117/ ASTM D 1654 to 10,000 hours with no creep from scribe line and rating of 10. b) Humidity resistance per ASTM D2247-02 to 5,000 hours with no loss of adhesion or blistering. c) Color/UV resistance per ASTM G154-04 to 2,000 hours exposure, alternate cycles with results of no chalking, 75% color retention, color variation maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure). 8) The manufacturer shall be PCI 4000 S Certified 9) Exposed fasteners for frame and ornamentation shall be powder coated to match structure. 9. ACCESSORIES a. ORNAMENTATION: 1) None. b. ELECTRICAL ACCESS & CUTOUTS: Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 6 of 7 1) Electrical access to be provided through a 1 1/8” diameter hole in the column base plate and ¾” diameter holes are provided through connection plates for wire access through columns, trusses, and into the compression ring/tube. 2) Electrical cutouts shall be provided in 2 places for fixtures or wires. PART 3 - EXECUTION 3.1 INSTALLERS STORAGE AND HANDLING A. Protect building products after arrival at destination from weather, sunlight, and damage. B. Installer shall store product elevated to allow air circulation and to not introduce mold, fungi decay or insects to the product. C. Product must be handled with protective straps or padded forks if lifting with mechanical equipment. Use of chain or cable to lift product into place will not be accepted and may void manufacturer’s warranty. D. To curtail warping of lumber, all units shall remain packaged while being stored. E. The secondary roof shall be installed immediately after the primary roof to prevent moisture damage to wood. 3.2 ERECTION A. INSTALLATION: Install all components according to manufacturer’s installation instructions and these specifications. B. GENERAL CONTRACTOR: Interface with other work is to be coordinated by the customer or the customer’s agent. Certain designs have electrical or other plumbing requirements that are not supplied by Poligon. C. TOLERANCES: Tolerances on steel structural members are set according to AISC construction practices, abided in the factory, and cannot be increased. No field slotting or opening of holes will be allowed. It is therefore essential that contractors conform to the tolerances specified on the installation drawings for anchor bolt or column layout details. D. OSHA COMPLIANCE: OSHA Compliance to Steel Erection Standard 29CRF 1926 Subpart R-Steel Erection. 3.3 REPAIR A. Do not attempt any field changes without first contacting Poligon. 3.4 FIELD OR SITE QUALITY CONTROL Northern Skyline Shelter Kiwanis Park Revision: 2/8/2022 Renton, WA Protective Covers CSI Section 10 73 00 Page 7 of 7 A. Field or Site Tests and Inspections are not required by Poligon but may be required by the customer or by the local building inspector. END OF SECTION $670'(6,*1$7,21$ *5$'(% $ *5$'(% $$ *5$'( $$6((6+((70$7(5,$/6'(6&5,37,2178%(67((/6&+('8/(3,3(5073,3(/,*+7*$*(&2/')250('6758&785$/67((/3/$7(522)3$1(/6 67((/ $1&+25%2/76*(1(5$/127(681/(66127('27+(5:,6(7+,66758&785(:$6'(6,*1('7221/<6833257:+$7,66+2:1217+(6('5$:,1*632/,*210867%(&217$&7(',)$1<7+,1*(/6(,672%($77$&+('727+,66758&785( :$//6&2/801:5$365$,/,1*6(7& 627+('(6,*12)7+,66758&785(&$1%(5(9,(:('$1'3266,%/<5(9,6('81/(66127('27+(5:,6(7+,66758&785(:$6'(6,*1('$6680,1*$ 6(3$5$7,21%(7:((1$1<$'-$&(176758&785(:,7+$1($9(+(,*+7(48$/7225*5($7(57+$17+(($9(+(,*+72)7+,66758&785(,)7+$76(3$5$7,21'2(6127(;,6732/,*210867%(&217$&7('627+('(6,*12)7+,66758&785(&$1%(5(9,(:('$1'3266,%/<5(9,6('6758&785$/67((/6+$//%('(7$,/(')$%5,&$7('$1'(5(&7(',1$&&25'$1&(:,7+7+(/$7(67(',7,212)7+($0(5,&$1,167,787(2)67((/&216758&7,21 $,6& 63(&,),&$7,210$18$/$//:(/',1*,63(5)250('%<$0(5,&$1:(/',1*62&,(7<&(57,),(':(/'(56$1'&21)2506727+(/$7(67(',7,212)$:6'25'$65(48,5('3$5766+2:10$<%(83*5$'(''8(7267$1'$5',=(')$%5,&$7,215()(5727+(6+,33,1*%,//2)0$7(5,$/6$1'),1$/,167$//$7,21,16758&7,216,1&/8'(':,7+7+(6758&785()253266,%/(68%67,787,216$1',03529(0(176)253523(5),(/',167$//$7,212)7+(%8,/',1*,7,65(&200(1'('7+$77+(35,0$5<)5$0(,167$//(5$1'7+(522),167$//(5+$9($0,1,080),9(  <($56'2&80(17('(;3(5,(1&(,167$//,1*7+,67<3(2)352'8&7)253523(5),(/',167$//$7,212)7+(%8,/',1*,7,65(&200(1'('7+$7(/(&75,&:,5,1*,)5(48,5('%(5817+528*+7+(6758&785$/0(0%(56%()25(7+(%8,/',1*,6(5(&7('&(57,),&$7(60,$0,'$'(&2817<&(57,),&$7(2)&203(7(1&<123&, 32:'(5&2$7,1*,167,787( &(57,),(')$%5,&$725$33529$/6&,7<2)3+2(1,;$=$33529(')$%5,&$725&&,7<2)/26$1*(/(6&$$33529(')$%5,&$725)%&,7<2)5,9(56,'(&$$33529(')$%5,&$7256)B&,7<2)+2867217;$33529(')$%5,&$725&/$5.&2817<19$33529(')$%5,&$72567$7(2)87$+$33529(')$%5,&$725$,6&$33529(')$%5,&$725&85$'LYLVLRQRI3257(5&2531WK$9(+2//$1'0,  'HVLJQVDQGFDOFXODWLRQVRI3ROLJRQEXLOGLQJVDUHSURWHFWHGXQGHUFRS\ULJKWODZVDQGSDWHQWVDQGPD\QRWEHXVHGLQWKHFRQVWUXFWLRQRUGHVLJQRIDEXLOGLQJWKDWLVQRWVXSSOLHGE\3ROLJRQ&RS\ULJKWODZVSURWHFWWKHVW\OHDQGYLVXDODSSHDUDQFHRIWKHVWUXFWXUHZKLOHSDWHQWVPD\SURWHFWRWKHUSDUWVRIWKHGHVLJQ*(1(5$/,17(51$7,21$/%8,/',1*&2'(Z:$&$0'5,6.&$7(*25<,,'($'/2$'522)'($'/2$'36))5$0('($'/2$'6(/):(,*+7/,9(/2$'522)/,9(/2$'36)612:'(6,*1'$7$*5281'612:/2$' 3J 36))/$7522)612:/2$' 3I 36)612:(;32685()$&725 &H 612:/2$',03257$1&()$&725 ,V 7+(50$/)$&725 &W :,1''(6,*1'$7$%$6,&:,1'63((' 9 03+*867())(&7)$&725 * ,17(51$/35(6685(&2()),&,(17 *&SL :,1'(;32685(&6(,60,&'(6,*1'$7$67((/25',1$5<&$17,/(9(5&2/8016<67(066(,60,&,03257$1&()$&725 ,H 6(,60,&'(6,*1&$7(*25<'6(,60,&6,7(&/$66''()$8/76((&$/&8/$7,216)25$'',7,21$/'$7$$'',7,21$/&5,7(5,$121(8E\3257(5&253:::32/,*21&200$,1  ),(/'6833257  6+((7180%(5'5$:,1*'(6&5,37,21&6&29(56+((7 $5&+,7(&785$/(/(9$7,216$1&+25$1')227,1*/$<287'(7$,/66758&785$/)5$0,1*3/$1)5$0(&211(&7,21'(7$,/6522)/$<287522)&211(&7,21'(7$,/66+((7&6352-(&7352-(&7/2&$7,21&29(56+((7&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$352-(&71$0(352-(&7/2&$7,21'5$:,1*/,67%8,/',1*7<3(522)7<3(.,:$1,63$5.67$1',1*6($029(567$,1('7 *16/;25'(512$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*65(1721:$0$18)$&785(5127(6'(6,*1&5,7(5,$3%8,/',1*180%(5&25'(5180%(5MDVRQFKDQH\Digitally signed by Jason M. Conn, P.E. Date: 2021.09.14 08:20:41 -04'00' 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7),1,6+*5$'( $6680('$7&2167$17(/(9$7,2181/(6627+(5:,6(127('  &/($5 ),1,6+*5$'( $6680('$7&2167$17(/(9$7,2181/(6627+(5:,6(127('  5() 5()6+((7352-(&7352-(&7/2&$7,21$5&+,7(&785$/(/(9$7,216&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7   5()6+((76+((7352-(&7352-(&7/2&$7,21$1&+25$1')227,1*/$<287&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a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‡6/8032)  ‡7+()227,1*6+$//%($521&203(7(1781',6785%('62,/25&203$&7('),//,)6,*162)25*$1,&0$7(5,$/81&21752//('),//&/$<256,/7+,*+:$7(57$%/(2527+(53266,%/('(75,0(17$/&21',7,216$5()281',167$//$7,212)7+()281'$7,210867%(',6&217,18('$1'$62,/6(1*,1((5&217$&7('7+(5(,1)25&,1*67((/6+$//&21)250727+(5(48,5(0(1762)$670$*5$'(,))227,1*'(37+6+2:1'2(61270((7/2&$/)52675(48,5(0(1767+('5,//('3,(5)227,1*0$<%((;7(1'('(;7(1'9(57,&$/%$56$65(48,5('$1'3529,'($'',7,21$/7,(6720((763$&,1*5(48,5(0(176$66+2:1,)/2&$/)5267'(37+5(48,5(0(176$5(1270(7$1'12'5,//('3,(5)227,1*237,21,6*,9(1&217$&7(1*,1((5,1*,7,67+(&2175$&725 65(63216,%,/,7<729(5,)<7+(/2&$/)5267/,1('(37+%(/2:*5$'(35,2572&216758&7,21(1685(&/($5',67$1&(%(7:((1('*(2)5(,1)25&,1*$1'('*(2)&21&5(7()227,1* 7236,'($1'%27720 6((6+((70,1,080&2/801 /2&$7('$7&(17(52))227,1* ),1,6+('*5$'( $6680('$7&2167$17(/(9$7,2181/(6627+(5:,6(127(' 7232)&21&5(7()227,1*3$')227,1*237,21 (;7(51$/$1&+25%2/76 ($&+:$<723 %27720  3/$&(6 (1685((;326(')5207232))227,1* $1&+25%2/7  3/$&(61216+5,1.*528781'(5%$6(3/$7( 0$;,080 237,21$/6/$% (;3$16,210$7(5,$/127%<0$18)$&785(5)227,1*'(6,*1%<0$18)$&785(5)227,1*0$7(5,$/6%<27+(56 7<3,&$/:,7+($&+&2/80147<2)5(,1)25&,1*$1'$1&+25%2/766+2:1,1'5$:,1*60$<1275()/(&75(48,5(0(176 (;3$16,210$7(5,$/21$//6,'(62)&2/8010,1,080648$5()5207232))227,1*727232)+($'7+5($'('187     +25,=217$/%$56 (463$&('  187  :$6+(5;/21* 0,1,080(0%('0(177<37+58(/(&75,&$/$&&(66+2/([7+58$1&+25%2/7+2/(6 64 7<36+((7352-(&7352-(&7/2&$7,21$1&+25$1')227,1*'(7$,/6&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a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‘+$6(52':,7+0,1,080(0%('0(17&2175$&7256+$//)2//2:$//,167$//$7,2163(&,),&$7,216$1'5(48,5(0(1762)$1&+250$18)$&785(5 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7  5()),1,6+*5$'( $6680('$7&2167$17(/(9$7,2181/(6627+(5:,6(127(' 6+((77),1,6+*5$'( $6680('$7&2167$17(/(9$7,2181/(6627+(5:,6(127(' 6+((7.6+((736+((736+((7352-(&7352-(&7/2&$7,216758&785$/)5$0,1*3/$1&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+783257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7,7(047<3$5712'(6&5,37,210$7(5,$/:(,*+7 385/,1$60+66;; 385/,1$60+66;;/:575866$60+66;;/:575866$60+66;;83575866$60+66;;83575866$60+66;;($9(%($0$60+66;;&2/801$60+66;;&2/801$60+66;;&2/801$60+66;;&2/801$60+66;;6+((7352-(&7352-(&7/2&$7,216758&785$/)5$0,1*3/$1&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7ƒƒƒ$)7(5618*7,*+70$7&+0$5.3/$7(78512)18735(7(16,21,1*0(7+2'7+(6(67(36,//8675$7(7+(5(48,5(0(176287/,1(',17+($,6&63(&,),&$7,217+(527$7,21,1',&$7(',6$&&85$7()250267%2/7',$0(7(56$1'/(1*7+6%87,7,67+(5(63216,%,/,7<2)7+(,167$//(5720((7$,6&5(48,5(0(1767+(17851%2/71873$67618*7,*+7785167(321(67(37:2&2/801&211(&7,216.758667275866&211(&7,217&2/80175866($9(%($0187+(;  3/&6($&+&211(&7,213/$7()/*3/73/$7()/*3/7($9(7$,/ +66;; :(/'('72&2/801%2/7+(;[  3/&6($&+&211(&7,21833(575866/2:(575866%2/7+(;[  3/&6($&+&211(&7,21&29(5$&&(66+2/(6:,7+*5$&(,&($1':$7(56+,(/'%()25($77$&+,1*522)'(&.,1*3/$7()/*3/7127(6((8&)258&/,3,167$//$7,216+((7352-(&7352-(&7/2&$7,21)5$0(&211(&7,21'(7$,/6&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6&211(&7,21127(6+,*+675(1*7+%2/766+$//%($670) $7<3( 0$7(5,$/+,*+675(1*7+18766+$//%($670$ *5$'('+ 0$7(5,$/+,*+675(1*7+:$6+(566+$//&21)25072$670)$//%2/7672%(,167$//('%<7+(78512)18735(7(16,21,1*0(7+2'$663(&,),(',17+(/$7(67(',7,212)7+($,6&63(&,),&$7,21)256758&785$/-2,17686,1*$670$25$%2/76 6((,//8675$7,21 $%2/760$<%(,167$//(':,7+287:$6+(56:+(17,*+7(1('%<7+(78512)18735(7(16,21,1*0(7+2',7,67+(5(63216,%,/,7<2)7+((5(&72572(1685(3523(57,*+71(667+,60(7+2',621/<5(48,5('21$%2/76$1&+25%2/7621/<1(('72%(618*7,*+7:+(1,167$//,1*%2/765()(5725&6&6(&7,21,1618*7,*+7(1('-2,17635(7(16,21('-2,176$1'6/,3&5,7,&$/-2,176)25*8,'(1&(/2&$/-85,6',&7,2160$<5(48,5($1,163(&72572%(35(6(1772:,71(66+$5':$5(,167$//$7,21$1',1'(3(1'(177(67,1*,163(&7,215(48,5(0(1766+28/'%(9(5,),('%<,167$//(535,257267((/(5(&7,21(5(&7,212)7+()5$0,1*0(0%(56:,//5(48,5(7+(0$,1&2/801672%(3/80%648$5($1'7,*+7(1('727+(75866(6$1'257(16,210(0%(56%()25(,167$//,1*7+(385/,16385/,16,)5(48,5('0867%(3$5$//(/727+(($9(%($06$1'7(16,210(0%(5625$66+2:1,1)5$0,1*3/$135,25727+((5(&7,212)6+(/7(5&20321(176,7,65(&200(1'('72&+$6($1'7$36758&785$/+$5':$5($//%2/760867%(/8%5,&$7(':,7+:$;72$66,67,13523(57,*+7(1,1*72/8%5,&$7($%2/7,17+(),(/'$33/<7+(:$;67,&.'2:17+(/(1*7+2)7+(%2/7·67+5($'67235(9(17586767$,1,1*2)),1,6+$//0(7$/6+$9,1*60867%(5(029('$)7(5,167$//$7,21(1685(126+$9,1*$5(75$33('%(7:((10$7,1*685)$&(6728&+833$,170867%($33/,('72$//(;326(')$67(1(563(5,2',&728&+83$77+(6(&211(&7,216,65(48,5(' 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7385/,1&211(&7,2138&/,3,16,'()$&(2)7(16,210(0%(52876,'()$&(2)7(16,210(0%(5;21(67(36&5(: 3 2&%27+6,'(65(029(0(7$/6+$9,1*68&127(8&/,30867%($77$&+('727(16,210(0%(5$66+2:135,2572%8,/',1*$66(0%/<8&/,3&211(&7,218&/,36+28/'1275(6721:(/'6($0,)78%(+$6'5$,1+2/(61($578%((1'$77$&+8&/,362+2/(6)$&(833385/,1&211(&7,21385/,1385/,17$,/ +66;; :(/'('727586675866  [21(67(36&5(: 3)18//  $/21*723  $/21*6,'(($&+&211(&7,21385/,17$,/+66;;:(/'('727586675866385/,13/$7()/*3/7%2/7+(;[  3/&6($&+&211(&7,21&29(5$&&(66+2/(6:,7+*5$&(,&($1':$7(56+,(/'%()25($77$&+,1*522)'(&.,1*6+((7352-(&7352-(&7/2&$7,21)5$0(&211(&7,21'(7$,/6&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 883257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+76+((77*666+((77*666+((77*666+((77*666+((77*666+((7352-(&7352-(&7/2&$7,21522)29(59,(:&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7)25%(67$33($5$1&(32/,*2168**(6767+$7$//(1'-2,176%(0,7(5('#ƒ721*8( *5229(127(67+(),5673/$1.6+28/'%(,167$//('3/80%675$,*+7$1'$&&85$7(/<727+($'-$&(17:25.0$.(685(3/$1.6(;7(1'(128*+72&29(5($9(75866(6$1'257+(&(17(52)7+(3($.7+(7 *3529,'('0$<&217$,1620(0,125,03(5)(&7,2165(029(7+(6(,03(5)(&7,216$65(48,5('$1'86(5(0$,1'(52)0$7(5,$/72$77$,10$;,080<,(/'12(1'-2,176,1'(&.,1*%(7:((16758&785$/)5$0,1*$1'($9(2)'(&.,1*$0,1,0802)63$&,1*,65(48,5('%(7:((1$//$'-$&(17(1'-2,176%2$5'/$<2870$<5(48,5(9,6,%/(63/,&(6,)35(67$,1('7 *,625'(5('728&+83$7),(/'&87('*(60$<%(1(&(66$5<32/,*215(&200(1'6$//7 *%(67$,1('6($/('72,03529(/21*7(503(5)250$1&(     385/,1($9(%($0385/,1&('$5)$6&,$&('$5)$6&,$721*8( *5229(522)  6+((7352-(&7352-(&7/2&$7,21522)/$<287&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 883257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7)25%(67$33($5$1&(32/,*2168**(6767+$7$//(1'-2,176%(0,7(5('#ƒ721*8( *5229(127(67+(),5673/$1.6+28/'%(,167$//('3/80%675$,*+7$1'$&&85$7(/<727+($'-$&(17:25.0$.(685(3/$1.6(;7(1'(128*+72&29(5($9(75866(6$1'257+(&(17(52)7+(3($.7+(7 *3529,'('0$<&217$,1620(0,125,03(5)(&7,2165(029(7+(6(,03(5)(&7,216$65(48,5('$1'86(5(0$,1'(52)0$7(5,$/72$77$,10$;,080<,(/'12(1'-2,176,1'(&.,1*%(7:((16758&785$/)5$0,1*$1'($9(2)'(&.,1*$0,1,0802)63$&,1*,65(48,5('%(7:((1$//$'-$&(17(1'-2,176%2$5'/$<2870$<5(48,5(9,6,%/(63/,&(6,)35(67$,1('7 *,625'(5('728&+83$7),(/'&87('*(60$<%(1(&(66$5<32/,*215(&200(1'6$//7 *%(67$,1('6($/('72,03529(/21*7(503(5)250$1&(     385/,1($9(%($0385/,1721*8( *5229(522)&('$5)$6&,$&('$5)$6&,$  6+((7352-(&7352-(&7/2&$7,21522)/$<287&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7 385/,1($9(%($0385/,1721*8( *5229(522)67$1',1*6($0522)   67$1',1*6($03$1(/60867%(,167$//('/()7725,*+76+((7352-(&7352-(&7/2&$7,21522)/$<287&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*667$1',1*6($0,167$//$7,21127(67+('(7$,/66+2:1$5(68**(67,21625*8,'(/,1(621+2:72(5(&77+(6<67(067+(,1)250$7,216+2:1,6$&&85$7(%87,7,6127,17(1'('72&29(5$//,167$1&(6%8,/',1*5(48,5(0(176'(6,*1625&2'(67+('(7$,/60$<5(48,5(&+$1*(6255(9,6,216'8(72),(/'&21',7,216,76+$//%(7+(5(63216,%,/,7<2)7+((5(&72572(1685(7+$77+('(7$,/60((73$57,&8/$5%8,/',1*5(48,5(0(176$1'72$6685($'(48$7(:$7(57,*+71(667+((5(&7256+28/'7+2528*+/<)$0,/,$5,=(+,06(/)+(56(/):,7+$//(5(&7,21,16758&7,216%()25(67$57,1*:25.7+(3$1(/66+28/'%(,167$//('3/80%675$,*+7$1'$&&85$7(/<727+($'-$&(17:25.)/$6+,1*$1'75,06+$//%(,167$//('758($1',13523(5$/,*10(17:,7+$1<(;326(')$67(1(56(48$//<63$&(')257+(%(67$33($5$1&(6($/$176+$//%(),(/'$33/,('21'5<&/($1685)$&(6620(),(/'&877,1*$1'),77,1*2)3$1(/6$1')/$6+,1*,672%((;3(&7('%<7+((5(&725$1'0,125),(/'&255(&7,216$5($3$572)1250$/(5(&7,21:25.:25.0$16+,36+$//%(2)7+(%(67,1'8675<67$1'$5'6$1',167$//$7,216+$//%(3(5)250('%<(;3(5,(1&('0(7$/&5$)760(10(7$/6+$9,1*6)520'5,//,1*25,167$//$7,212)522))$67(1(560867%(&$5()8//<5(029(')5207+(522)%<%586+,1*256:((3,1*$77+((1'2)($&+'$<'85,1*,167$//$7,216+$9,1*6/()7217+(522):,//48,&./<5867$1'67$,17+(522)),1,6+ 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7883257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7 385/,1($9(%($0385/,167$1',1*6($0522)721*8( *5229(522)   67$1',1*6($03$1(/60867%(,167$//('/()7725,*+76+((7352-(&7352-(&7/2&$7,21522)/$<287&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*667$1',1*6($0,167$//$7,21127(67+('(7$,/66+2:1$5(68**(67,21625*8,'(/,1(621+2:72(5(&77+(6<67(067+(,1)250$7,216+2:1,6$&&85$7(%87,7,6127,17(1'('72&29(5$//,167$1&(6%8,/',1*5(48,5(0(176'(6,*1625&2'(67+('(7$,/60$<5(48,5(&+$1*(6255(9,6,216'8(72),(/'&21',7,216,76+$//%(7+(5(63216,%,/,7<2)7+((5(&72572(1685(7+$77+('(7$,/60((73$57,&8/$5%8,/',1*5(48,5(0(176$1'72$6685($'(48$7(:$7(57,*+71(667+((5(&7256+28/'7+2528*+/<)$0,/,$5,=(+,06(/)+(56(/):,7+$//(5(&7,21,16758&7,216%()25(67$57,1*:25.7+(3$1(/66+28/'%(,167$//('3/80%675$,*+7$1'$&&85$7(/<727+($'-$&(17:25.)/$6+,1*$1'75,06+$//%(,167$//('758($1',13523(5$/,*10(17:,7+$1<(;326(')$67(1(56(48$//<63$&(')257+(%(67$33($5$1&(6($/$176+$//%(),(/'$33/,('21'5<&/($1685)$&(6620(),(/'&877,1*$1'),77,1*2)3$1(/6$1')/$6+,1*,672%((;3(&7('%<7+((5(&725$1'0,125),(/'&255(&7,216$5($3$572)1250$/(5(&7,21:25.:25.0$16+,36+$//%(2)7+(%(67,1'8675<67$1'$5'6$1',167$//$7,216+$//%(3(5)250('%<(;3(5,(1&('0(7$/&5$)760(10(7$/6+$9,1*6)520'5,//,1*25,167$//$7,212)522))$67(1(560867%(&$5()8//<5(029(')5207+(522)%<%586+,1*256:((3,1*$77+((1'2)($&+'$<'85,1*,167$//$7,216+$9,1*6/()7217+(522):,//48,&./<5867$1'67$,17+(522)),1,6+ 83257(5&253ZZZSROLJRQFRP3257(5&2531WK$9(+2//$1'0,E\  3$7(17('253$7(1763(1',1*&23<5,*+7127($//0$7(5,$/6$5(&$//('287216+((76 [6(/)'5,//,1*6&5(:[:22'*5,36&5(:3235,9(7*$/9$1,=('522),1*1$,/ 127%<32/,*21 [*$/9&2$7(''(&.6&5(:[75$;;6&5(:3$57'(6&7,37,216 $/21*723$1'%277202)2))6(7&/($7 %87</7$3(  ($&+&/,3+($':22'*5,36&5(:;3$1&$.( 2&83522) )520($9( 522)&/,37 *'(&.,1*)(/7  3(5%2$5'75$;;6&5(:;7(16,210(0%(5 2& '(&.6&5(:;*$/9&2$7(' 67$**(5('2& '(&.6&5(:;*$/9&2$7('[1$,/(5;&('$5)$6&,$0(7$/($9()$6&,$ :5$3&('$5)$6&,$ 67$57(5/$<(52))(/72))6(7&/($767$1',1*6($03$1(/ 2& +($':22'*5,36&5(:;3$1&$.(0(7$/($9()$6&,$6/,'($5281'3$1(/),(/'%(1'3$1(/7*66($9('(7$,/%127(:+(11$,/,1*'2:1)(/7727+(7 *'(&.,1*$33/</%6 1$,/6 2)1$,/63(564)7(9(1/<',63(56(' 1$,/6127%<32/,*21 %+,*+6,'(($9('(7$,/ 9,(:(')520$%29( 7*66 2& 7+(7:26&5(:667$**(5('%(7:((175$;;6&5(:;'(&.6&5(:;*$/9&2$7(' $/21*723%27720 (1'62)&&/2685( %87</7$3(  3(5%2$5'75$;;6&5(:;&&/2685(:5$3)(/729(5:22')$6&,$ ($&+6,'(2)5,% '5,//,1*6&5(:;6(/))(/7 ($&+6,'(2)5,% ;:22'*5,36&5(:67$1',1*6($03$1(/72663$1(/ ,167$//7,*+7($9(72375,0)$6&,$0(7$/($9(;&('$5)$6&,$7 *'(&.,1*6833257%($00(7$/($9()$6&,$72663$1(/ ,167$//7,*+75$.(75,0127(:+(11$,/,1*'2:1)(/7727+(7 *'(&.,1*$33/</%6 1$,/6 2)1$,/63(564)7(9(1/<',63(56(' 1$,/6127%<32/,*21 6+((7352-(&7352-(&7/2&$7,21522)&211(&7,21'(7$,/6&$'02'(/'5$:,1*.,:$1,63$5.5(1721:$3%8,/',1*12$&5($7,21'$7(a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a335,17'$7(5(9/(9(/6&$/('5$:1%<,)7+(6('5$:,1*6$5(6($/('7+(6($/$33/,(621/<72%8,/',1*&20321(176 $1')281'$7,21'(6,*1,)$33/,&$%/( '(7$,/(':,7+,17+(6('5$:,1*6 35(3$5('81'(57+(&21752/$1'683(59,6,21 2)7+('(6,*1352)(66,21$/$%29( &$/&8/$7,216)25 ,17(51$7,21$/%8,/',1*&2'( 32/,*2116/; 67$1',1*6($029(5721*8($1'*5229( Z:$&$0(1'0(176 Digitally signed by Jason M. Conn, P.E. Date: 2021.09.14 08:20:22 -04'00' Version 7.0.1.3 Updated 8/23/21 'HVLJQ&ULWHULD 6WUXFWXUDO(QJLQHHULQJ1RWHV /RDG&RPELQDWLRQV 0DWHULDOV &RQQHFWLRQ'HVLJQ 5,6$$QDO\VLV5HSRUW 3DQHO'DWD )RXQGDWLRQ'HVLJQ 5,6$0RGHO9LHZV 7$%/(2)&217(176 %XLOGLQJ&RGH 6HH&RYHU6KHHW 5RRI6ORSH ƒ 6:12 Pitch 'HVLJQ&RGH $6&( 5LVN&DWHJRU\ ,,(TXLYDOHQW5RRI+HLJKWIW :HLJKWRI5RRILQJ6\VWHP  SVI )UDPH'HDG/RDG )UDPH6HOI:HLJKW (See RISA Analysis Report) 5RRI/LYH/RDGL r  SVI ASCE 7 Table 4-1 *URXQG6QRZ/RDGp g  SVI ,PSRUWDQFH)DFWRUI (Snow Loads)ASCE 7 Table 1.5-2 6ORSH)DFWRUC s ASCE 7 Figure 7.4-1 7KHUPDO)DFWRUC t ASCE 7 Table 7.3-2 ([SRVXUH)DFWRUC e ASCE 7 Table 7.3-1 )ODW5RRI6QRZ/RDGp f  SVI ASCE 7 Section 7.3 /HHZDUG8QEDODQFHG6QRZ/RDG  SVI ASCE 7 Section 7.6.1 %DVLF:LQG6SHHG9 9XOW  PSK 9DVG  PSK ASCE 7 Section 26.5 ([SRVXUH&DWHJRU\&ASCE 7 Section 26.7 *URXQG(OHYDWLRQ)DFWRU.H ASCE 7 Table 26.9-1 *XVW(IIHFW)DFWRUG ASCE 7 Section 26.11.1 9HORFLW\3UHVVXUH([SRVXUH&RHIILFLHQWK z ASCE 7 Table 26.10-1 :LQG'LUHFWLRQDOLW\)DFWRUK d ASCE 7 Table 26.6-1 7RSRJUDSKLF)DFWRUK zt ASCE 7 Section 26.8.2 9HORFLW\3UHVVXUHq z  SVI ASCE 7 Section 26.10.2 Main Wind-Force Resisting System ASCE 7 Section 27.3 Component and Cladding Elements ASCE 7 Section 6.5.13 Open Building, Clear Wind Flow (Cn from ASCE 7 Fig. 27.3-4 - 27.3-7) Open Building, Clear Wind Flow (Cn from ASCE 7 Fig. 6-19A - 6-19D) :LQG'LUHFWLRQ Toward Roof Away From Roof /RDG&DVH $ %=RQH&Q   Ȗ S SVI    :LQGZDUG&S  =RQH&Q   S SVI    S SVI    Ȗ =RQH&Q   /HHZDUG&S   S SVI    S SVI    Ȗ  6LGHZDUG&S      S SVI          $QDO\VLV3URFHGXUH (TXLYDOHQW/DWHUDO)RUFH3URFHGXUH ASCE 7 Section 12.8 6HLVPLF6LWH&ODVV ''HIDXOW ASCE 7 Section 11.4.2 %DVLF6HLVPLF)RUFH5HVLVWLQJ6\VWHP 6WHHO2UGLQDU\&DQWLOHYHU&ROXPQ6\VWHPV ASCE 7 Table 12.2-1 6KRUW6SHFWUDO5HVSRQVH3DUDPHWHUS s  6HF6SHFWUDO5HVSRQVH3DUDPHWHUS 1  6HLVPLF'HVLJQ&DWHJRU\ 'ASCE 7 Section 11.6 ,PSRUWDQFH)DFWRUI ASCE 7 Table 11.5-1 5HVSRQVH0RGLILFDWLRQ&RHIILFLHQWR ASCE 7 Table 12.2-1 5HGXQGDQF\)DFWRUȡ ASCE 7 Table 12.2-1 2YHUVWUHQJWK)DFWRUŸo ASCE 7 Table 12.2-1 'HVLJQ6KRUW6SHFWUDO5HVSRQVH3DUDPHWHUS DS ASCE 7 Section 11.4.4 6HF'HVLJQ6SHFWUDO5HVSRQVH3DUDPHWHUS D1 ASCE 7 Section 11.4.4 6HLVPLF5HVSRQVH&RHIILFLHQWC s ASCE 7 Section 12.8.1 (IIHFWLYH6HLVPLF:HLJKWW  SVI ASCE 7 Section 12.7.2 6HLVPLF%DVH6KHDUV  SVI ASCE 7 Section 12.8.1 6HLVPLF/RDGE  SVI ASCE 7 Section 12.4 6HLVPLF/RDGZLWK2YHUVWUHQJWK)DFWRUE m  SVI ASCE 7 Section 12.4 Roof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without IDEULFDWWDFKHGWRIUDPH )DEULFPXVWEHUHPRYHGSULRUWRVQRZDFFXPXODWLRQ 6QRZORDGVQRWFRQVLGHUHGLQWKHGHVLJQRIWKHVWUXFWXUH 6HLVPLFORDGGRHVQRWFRQWUROWKHGHVLJQRIWKLVVWUXFWXUHDVVXPLQJWKHIDEULFKDVQHJOLEOHPDVV $PLQLPXPVDIHW\IDFWRURIZDVXVHGIRUWKHIDEULFDQGDWWDFKPHQWKDUGZDUHGHVLJQ /RDGVDSSOLHGWRWKHVWUXFWXUHPD\EHJUHDWHUWKDQUHTXLUHGIRUWKHSURMHFWORFDWLRQ 8QOHVVQRWHGRWKHUZLVHLQWKHµ5,6$$QDO\VLV5HSRUW¶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ompany :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____Sketchϴ͘ϱĨƚϴ͘ϱĨƚϯ͘ϱĨƚϯ͘ϱĨƚϭϴŝŶϭϴŝŶABCDxzϮϰŝŶCDDetailsxzABCDηϴΛϭϲŝŶϴ͘ϱĨƚϴ͘ϱĨƚηϴΛϭϲŝŶx Dir. Steel: 5.5 in2(min)(7 #8)z Dir. Steel: 5.5 in2(min)(7 #8)Bottom Rebar PlanϮϰŝŶϯŝŶϯŝŶCDFooting ElevationRISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 1Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____ABCDηϴΛϭϲŝŶϴ͘ϱĨƚϴ͘ϱĨƚηϴΛϭϲŝŶx Dir. Steel: 5.5 in2(min)(7 #8)z Dir. Steel: 5.5 in2(min)(7 #8)Top Rebar PlanϯŝŶϭϴŝŶϭϴŝŶϬηϴPedestal Rebar PlanGeometry, Materials and CriteriaLength : eX : Net Allowable Bearing : Steel fy :Width : eZ : Concrete Weight : Minimum Steel :Thickness : pX : Concrete f'c : Maximum Steel :Height : pZ : Design Code :Rot. Angle :Footing Top Bar Cover : Overturning / Sliding SF : Phi for Flexure :Footing Bottom Bar Cover : Coefficient of Friction : Phi for Shear :Pedestal Longitudinal Bar Cover : Passive Resistance of Soil : Phi for Bearing :8.5 ft 0 in 1500 psf (net) 60 ksi8.5 ft 0 in 145 lb/ft^3 .001824 in 18 in 4.5 ksi .00750 in 18 in ACI 318-140 deg3 in VARIES 0.93 in 0 0.753 in 9.39 k 0.65LoadsP (k) Vx (k) Vz (k) Mx (k-in) Mz (k-in) Overburden (psf)DL SL RLL OL3 ELX ELZ WL+X WL+Z WL-X WL-Z 02.98 .4 -58.4 -.64.15 -.02 .68 -90.24 -1.093.96 -.02 .65 -85.92 -1.043.82 -.03 .42 -55.24 -1.31.82 4.09 -506.74 -.08.49 3.39 .1 -13.08 413.361.77 -.4 53.5 -.6-1.53 .27 -.16 20.72 25.87-.63 -.51 67.41 .041.55 -.03 .16 -21.52 -2.49+P+VxAD+VzDC+MxDC+MzAD+OverRISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 2 Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____Soil BearingDescription Categories and Factors Gross Allow.(psf) Max Bearing (psf) Max/Allowable RatioASCE 2.4.1-1 1DL 1790 387.097 (D) .216ASCE 2.4.1-3a 1DL+1RLL 1790 525.799 (D) .294ASCE 2.4.1-3b 1DL+1SL 1790 532.573 (D) .298ASCE 2.4.1-3b 1DL+1OL3 1790 494.804 (D) .276ASCE 2.4.1-4a 1DL+.75RLL 1790 491.124 (D) .274ASCE 2.4.1-4b 1DL+.75SL 1790 496.204 (D) .277ASCE 2.4.1-4b 1DL+.75OL3 1790 467.877 (D) .261ASCE 2.4.1-5a 1DL+1WL+X 1790 360.71 (D) .202ASCE 2.4.1-5a 1DL+1WL-X 1790 332.467 (C) .186ASCE 2.4.1-5a 1DL+1WL+Z 1790 371.286 (A) .207ASCE 2.4.1-5a 1DL+1WL-Z 1790 431.812 (D) .241ASCE 2.4.1-5a 1DL+1OL1 1790 387.097 (D) .216ASCE 2.4.1-5a 1DL+1OL2 1790 387.097 (D) .216ASCE 2.4.1-5b 1.158DL+.7ELX 1790 801.398 (D) .448ASCE 2.4.1-5b 1.158DL+.7ELZ 1790 742.646 (A) .415ASCE 2.4.1-6a.. 1DL+.75WL+X+.75RLL 1790 471.333 (D) .263ASCE 2.4.1-6a.. 1DL+.75WL-X+.75RLL 1790 435.923 (D) .244ASCE 2.4.1-6a.. 1DL+.75WL+Z+.75RLL 1790 477.165 (A) .267ASCE 2.4.1-6a.. 1DL+.75WL-Z+.75RLL 1790 524.659 (D) .293ASCE 2.4.1-6a.. 1DL+.75OL1+.75RLL 1790 491.124 (D) .274ASCE 2.4.1-6a.. 1DL+.75OL2+.75RLL 1790 491.124 (D) .274ASCE 2.4.1-6a.. 1DL+.75WL+X+.75SL 1790 476.414 (D) .266ASCE 2.4.1-6a.. 1DL+.75WL-X+.75SL 1790 441.003 (D) .246ASCE 2.4.1-6a.. 1DL+.75WL+Z+.75SL 1790 482.184 (A) .269ASCE 2.4.1-6a.. 1DL+.75WL-Z+.75SL 1790 529.739 (D) .296ASCE 2.4.1-6a.. 1DL+.75OL1+.75SL 1790 496.204 (D) .277ASCE 2.4.1-6a.. 1DL+.75OL2+.75SL 1790 496.204 (D) .277ASCE 2.4.1-6b 1.119DL+.525ELX+.75SL 1790 806.818 (D) .451ASCE 2.4.1-6b 1.119DL+.525ELZ+.75SL 1790 760.897 (A) .425ASCE 2.4.1-7 .6DL+1WL+X 1790 242.183 (C) .135ASCE 2.4.1-7 .6DL+1WL-X 1790 221.919 (C) .124ASCE 2.4.1-7 .6DL+1WL+Z 1790 216.838 (A) .121ASCE 2.4.1-7 .6DL+1WL-Z 1790 276.973 (D) .155ASCE 2.4.1-7 .6DL+1OL1 1790 232.258 (D) .13ASCE 2.4.1-7 .6DL+1OL2 1790 232.258 (D) .13ASCE 2.4.1-8 .442DL+.7ELX 1790 1016.306 (D) .568ASCE 2.4.1-8 .442DL+.7ELZ 1790 593.392 (A) .332RISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 3Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____ABCD1DLQA:QB:QC:QD:NAZ:NAX:386.12 psf275.394 psf276.371 psf387.097 psf356.589 in40413.462 inABCD1DL+1RLLQA:QB:QC:QD:NAZ:NAX:522.347 psf246.312 psf249.764 psf525.799 psf194.292 in15536.055 inABCD1DL+1SLQA:QB:QC:QD:NAZ:NAX:529.039 psf244.797 psf248.331 psf532.573 psf191.113 in15373.621 inABCD1DL+1OL3QA:QB:QC:QD:NAZ:NAX:490.521 psf273.432 psf277.714 psf494.804 psf232.485 in11785.121 inABCD1DL+.75RLLQA:QB:QC:QD:NAZ:NAX:488.29 psf253.582 psf256.416 psf491.124 psf213.434 in17680.659 inABCD1DL+.75SLQA:QB:QC:QD:NAZ:NAX:493.31 psf252.447 psf255.341 psf496.204 psf210.131 in17486.688 inABCD1DL+.75OL3QA:QB:QC:QD:NAZ:NAX:464.421 psf273.922 psf277.378 psf467.877 psf250.519 in13808.325 inABCD1DL+1WL+XQA:QB:QC:QD:NAZ:NAX:358.756 psf350.778 psf352.732 psf360.71 psf4611.259 in18829.306 inABCD1DL+1WL-XQA:QB:QC:QD:NAZ:NAX:312.585 psf331.555 psf332.467 psf313.497 psf1787.638 in37189.246 inABCD1DL+1WL+ZQA:QB:QC:QD:NAZ:NAX:371.286 psf300.552 psf248.852 psf319.587 psf535.397 in732.525 inABCD1DL+1WL-ZQA:QB:QC:QD:NAZ:NAX:425.608 psf273.586 psf279.79 psf431.812 psf289.728 in7099.474 inABCD1DL+1OL1QA:QB:QC:QD:NAZ:NAX:386.12 psf275.394 psf276.371 psf387.097 psf356.589 in40413.462 inABCD1DL+1OL2QA:QB:QC:QD:NAZ:NAX:386.12 psf275.394 psf276.371 psf387.097 psf356.589 in40413.462 inABCD1.158DL+.7ELXQA:QB:QC:QD:NAZ:NAX:800.147 psf0 psf0 psf801.398 psf99.821 in65382.774 inABCD1.158DL+.7ELZQA:QB:QC:QD:NAZ:NAX:742.646 psf596.78 psf34.013 psf179.879 psf519.312 in134.603 inABCD1DL+.75WL+X+..QA:QB:QC:QD:NAZ:NAX:467.767 psf310.12 psf313.686 psf471.333 psf304.96 in13481.582 inABCD1DL+.75WL-X+..QA:QB:QC:QD:NAZ:NAX:433.139 psf295.703 psf298.488 psf435.923 psf323.528 in15968.741 inABCD1DL+.75WL+Z+..QA:QB:QC:QD:NAZ:NAX:477.165 psf272.451 psf235.777 psf440.491 psf237.75 in1327.115 inABCD1DL+.75WL-Z+..QA:QB:QC:QD:NAZ:NAX:517.906 psf252.227 psf258.98 psf524.659 psf201.428 in7924.06 inABCD1DL+.75OL1+...QA:QB:QC:QD:NAZ:NAX:488.29 psf253.582 psf256.416 psf491.124 psf213.434 in17680.659 inRISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 4 Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____ABCD1DL+.75OL2+...QA:QB:QC:QD:NAZ:NAX:488.29 psf253.582 psf256.416 psf491.124 psf213.434 in17680.659 inABCD1DL+.75WL+X+..QA:QB:QC:QD:NAZ:NAX:472.786 psf308.984 psf312.611 psf476.414 psf296.664 in13397.488 inABCD1DL+.75WL-X+..QA:QB:QC:QD:NAZ:NAX:438.158 psf294.567 psf297.413 psf441.003 psf313.268 in15808.176 inABCD1DL+.75WL+Z+..QA:QB:QC:QD:NAZ:NAX:482.184 psf271.315 psf234.702 psf445.571 psf233.238 in1343.312 inABCD1DL+.75WL-Z+..QA:QB:QC:QD:NAZ:NAX:522.925 psf251.091 psf257.906 psf529.739 psf198.774 in7929.099 inABCD1DL+.75OL1+...QA:QB:QC:QD:NAZ:NAX:493.31 psf252.447 psf255.341 psf496.204 psf210.131 in17486.688 inABCD1DL+.75OL2+...QA:QB:QC:QD:NAZ:NAX:493.31 psf252.447 psf255.341 psf496.204 psf210.131 in17486.688 inABCD1.119DL+.525E..QA:QB:QC:QD:NAZ:NAX:803.739 psf32.586 psf35.665 psf806.818 psf106.717 in26727.85 inABCD1.119DL+.525E..QA:QB:QC:QD:NAZ:NAX:760.897 psf493.624 psf73.711 psf340.984 psf290.383 in184.828 inABCD.6DL+1WL+XQA:QB:QC:QD:NAZ:NAX:204.308 psf240.62 psf242.183 psf205.871 psf680.293 in15802.642 inABCD.6DL+1WL-XQA:QB:QC:QD:NAZ:NAX:158.137 psf221.398 psf221.919 psf158.658 psf357.816 in43441.083 inABCD.6DL+1WL+ZQA:QB:QC:QD:NAZ:NAX:216.838 psf190.394 psf138.304 psf164.748 psf836.386 in424.599 inABCD.6DL+1WL-ZQA:QB:QC:QD:NAZ:NAX:271.159 psf163.429 psf169.242 psf276.973 psf262.24 in4859.879 inABCD.6DL+1OL1QA:QB:QC:QD:NAZ:NAX:231.672 psf165.236 psf165.823 psf232.258 psf356.589 in40413.463 inABCD.6DL+1OL2QA:QB:QC:QD:NAZ:NAX:231.672 psf165.236 psf165.823 psf232.258 psf356.589 in40413.463 inABCD.442DL+.7ELXQA:QB:QC:QD:NAZ:NAX:1014.585 psf0 psf0 psf1016.306 psf31.036 in60256.011 inABCD.442DL+.7ELZQA:QB:QC:QD:NAZ:NAX:593.392 psf475.229 psf0 psf0 psf512.225 in63.834 inRISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 5Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____Footing Flexure Design (Bottom Bars)As-min x-dir (Top Flexure):0 in^2As-min z-dir (Top Flexure):0 in^2As-min x-dir (T & S):4.406 in^2As-min z-dir (T & S):4.406 in^2As-min x-dir (Bot Flexure):4.406 in^2As-min z-dir (Bot Flexure):4.406 in^2z-Dir As z-Dir As x-Dir As x-Dir AsMu-xx Mu-xx Required Provided Mu-zz Mu-zz Required ProvidedDescription Categories and Factors UC Max (k-in) (in^2) (in^2) UC Max (k-in) (in^2) (in^2)ACI318R-14 .. 1.4DL .01225 71.21 .066 5.498 .00626 36.39 .034 5.498ACI318R-14 .. 1.2DL+.5RLL .01667 96.89 .09 5.498 .00836 48.59 .045 5.498ACI318R-14 .. 1.2DL+.5SL .01697 98.64 .091 5.498 .0085 49.42 .046 5.498ACI318R-14 .. 1.2DL+.5OL3 .01542 89.6 .083 5.498 .00827 48.08 .045 5.498ACI318R-14 .. 1.2DL+1.6RLL+.83.. .0291 169.12 .157 5.498 .01717 99.81 .092 5.498ACI318R-14 .. 1.2DL+1.6RLL+.83.. .02525 146.74 .136 5.498 .01416 82.32 .076 5.498ACI318R-14 .. 1.2DL+1.6RLL+.83.. .02705 157.19 .146 5.498 .01436 83.47 .077 5.498ACI318R-14 .. 1.2DL+1.6RLL+.83.. .0335 194.72 .18 5.498 .01704 99.02 .092 5.498ACI318R-14 .. 1.2DL+1.6RLL+.83.. .03024 175.76 .163 5.498 .01495 86.87 .08 5.498ACI318R-14 .. 1.2DL+1.6RLL+.83.. .03024 175.76 .163 5.498 .01495 86.87 .08 5.498ACI318R-14 .. 1.2DL+1.6SL+.833.. .03006 174.72 .162 5.498 .01763 102.46 .095 5.498ACI318R-14 .. 1.2DL+1.6SL+.833.. .02621 152.35 .141 5.498 .01462 84.98 .079 5.498ACI318R-14 .. 1.2DL+1.6SL+.833.. .02801 162.8 .151 5.498 .01481 86.07 .08 5.498ACI318R-14 .. 1.2DL+1.6SL+.833.. .03447 200.33 .186 5.498 .01749 101.68 .094 5.498ACI318R-14 .. 1.2DL+1.6SL+.833.. .03121 181.37 .168 5.498 .0154 89.53 .083 5.498ACI318R-14 .. 1.2DL+1.6SL+.833.. .03121 181.37 .168 5.498 .0154 89.53 .083 5.498ACI318R-14 .. 1.2DL+1.67WL+X+... .01438 83.56 .077 5.498 .01282 74.52 .069 5.498ACI318R-14 .. 1.2DL+1.67WL-X+... .00674 39.19 .036 5.498 .00679 39.47 .037 5.498ACI318R-14 .. 1.2DL+1.67WL+Z+... .01026 59.66 .055 5.498 .0078 45.34 .042 5.498ACI318R-14 .. 1.2DL+1.67WL-Z+... .02321 134.9 .125 5.498 .01255 72.95 .068 5.498ACI318R-14 .. 1.2DL+1.67OL1+.5.. .01667 96.89 .09 5.498 .00836 48.59 .045 5.498ACI318R-14 .. 1.2DL+1.67OL2+.5.. .01667 96.89 .09 5.498 .00836 48.59 .045 5.498ACI318R-14 .. 1.2DL+1.67WL+X+... .01468 85.31 .079 5.498 .01296 75.35 .07 5.498ACI318R-14 .. 1.2DL+1.67WL-X+... .00696 40.45 .037 5.498 .00693 40.3 .037 5.498ACI318R-14 .. 1.2DL+1.67WL+Z+... .01057 61.41 .057 5.498 .00794 46.15 .043 5.498ACI318R-14 .. 1.2DL+1.67WL-Z+... .02351 136.65 .127 5.498 .01269 73.78 .068 5.498ACI318R-14 .. 1.2DL+1.67OL1+.5.. .01697 98.64 .091 5.498 .0085 49.42 .046 5.498ACI318R-14 .. 1.2DL+1.67OL2+.5.. .01697 98.64 .091 5.498 .0085 49.42 .046 5.498ACI318R-14 .. 1.426DL+1ELX+.2S.. .0553 321.38 .298 5.498 .00886 51.47 .048 5.498ACI318R-14 .. 1.426DL+1ELZ+.2S.. .01678 97.53 .09 5.498 .03962 230.3 .213 5.498ACI318R-14 .. .9DL+1.67WL+X .01119 65.05 .06 5.498 .00849 49.32 .046 5.498ACI318R-14 .. .9DL+1.67WL-X .00698 40.6 .038 5.498 .00245 14.27 .013 5.498ACI318R-14 .. .9DL+1.67WL+Z .00147 8.55 .008 5.498 .00358 20.83 .019 5.498ACI318R-14 .. .9DL+1.67WL-Z .01442 83.79 .078 5.498 .00822 47.75 .044 5.498ACI318R-14 .. .9DL+1.67OL1 .00788 45.78 .042 5.498 .00402 23.39 .022 5.498ACI318R-14 .. .9DL+1.67OL2 .00788 45.78 .042 5.498 .00402 23.39 .022 5.498ACI318R-14 .. .674DL+1ELX .0647 376.06.3495.498 .00424 24.64 .023 5.498ACI318R-14 .. .674DL+1ELZ .00768 44.62 .041 5.498 .04083 237.29.225.498ACI318R-14 .. 1.2DL+1.67WL+Z+... .01057 61.41 .057 5.498 .00794 46.15 .043 5.498ACI318R-14 .. 1.2DL+1.67WL-Z+... .02351 136.65 .127 5.498 .01269 73.78 .068 5.498ACI318R-14 .. 1.2DL+1.67OL1+.5.. .01697 98.64 .091 5.498 .0085 49.42 .046 5.498ACI318R-14 .. 1.2DL+1.67OL2+.5.. .01697 98.64 .091 5.498 .0085 49.42 .046 5.498ACI318R-14 .. 1.426DL+1ELX+.2S.. .0553 321.38 .298 5.498 .00886 51.47 .048 5.498ACI318R-14 .. 1.426DL+1ELZ+.2S.. .01678 97.53 .09 5.498 .03962 230.3 .213 5.498ACI318R-14 .. .9DL+1.67WL+X .01119 65.05 .06 5.498 .00849 49.32 .046 5.498ACI318R-14 .. .9DL+1.67WL-X .00698 40.6 .038 5.498 .00245 14.27 .013 5.498ACI318R-14 .. .9DL+1.67WL+Z .00147 8.55 .008 5.498 .00358 20.83 .019 5.498RISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 6 Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____ACI318R-14 .. .9DL+1.67WL-Z.01442 83.79 .078 5.498 .00822 47.75 .044 5.498ACI318R-14 .. .9DL+1.67OL1 .00788 45.78 .042 5.498 .00402 23.39 .022 5.498ACI318R-14 .. .9DL+1.67OL2 .00788 45.78 .042 5.498 .00402 23.39 .022 5.498ACI318R-14 .. .674DL+1ELX .0647 376.06 .349 5.498 .00424 24.64 .023 5.498ACI318R-14 .. .674DL+1ELZ .00768 44.62 .041 5.498 .04083 237.29 .22 5.498Footing Flexure Design (Top Bars)Description Categories and Factors Mu-xx (k-in) z Dir As (in )2Mu-zz (k-in) x Dir As (in )2SW+OB 1SW+1OB-(ACI318R-..,ACI318R-..) 181.178 .168 180.91 .168Moment Capacity of Plain Concrete Section Along xx and zz=1655.853k-in,1655.853k-inPer Chapter 22 of ACI 318.RISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 7Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____Footing Shear CheckTwo Way (Punching) Vc: One Way (x Dir. Cut) Vc One Way (z Dir. Cut) Vc:815.718 k 273.695 k 273.695 kPunching x Dir. Cut z Dir. CutDescription Categories and Factors Vu(k) Vu/ Vc Vu(k) Vu/ Vc Vu(k) Vu/ VcACI318R-14 5... 1.4DL 3.593 .006 1.847 .009 .908 .004ACI318R-14 5... 1.2DL+.5RLL 4.785 .008 2.515 .012 1.213 .006ACI318R-14 5... 1.2DL+.5SL 4.867 .008 2.561 .012 1.234 .006ACI318R-14 5... 1.2DL+.5OL3 4.725 .008 2.32 .011 1.201 .006ACI318R-14 5... 1.2DL+1.6RLL+.833WL+X 9.806 .016 4.361 .021 2.492 .012ACI318R-14 5... 1.2DL+1.6RLL+.833WL-X 8.084 .013 3.793 .018 2.056 .01ACI318R-14 5... 1.2DL+1.6RLL+.833WL+Z 7.439 .012 4.088 .02 2.1 .01ACI318R-14 5... 1.2DL+1.6RLL+.833WL-Z 9.648 .016 5.055 .025 2.474 .012ACI318R-14 5... 1.2DL+1.6RLL+.833OL1 8.536 .014 4.566 .022 2.169 .011ACI318R-14 5... 1.2DL+1.6RLL+.833OL2 8.536 .014 4.566 .022 2.169 .011ACI318R-14 5... 1.2DL+1.6SL+.833WL+X 10.068 .016 4.507 .022 2.559 .012ACI318R-14 5... 1.2DL+1.6SL+.833WL-X 8.346 .014 3.939 .019 2.122 .01ACI318R-14 5... 1.2DL+1.6SL+.833WL+Z 7.7 .013 4.234 .021 2.165 .011ACI318R-14 5... 1.2DL+1.6SL+.833WL-Z 9.91 .016 5.201 .025 2.541 .012ACI318R-14 5... 1.2DL+1.6SL+.833OL1 8.798 .014 4.712 .023 2.236 .011ACI318R-14 5... 1.2DL+1.6SL+.833OL2 8.798 .014 4.712 .023 2.236 .011ACI318R-14 5... 1.2DL+1.67WL+X+.5RLL 7.331 .012 2.104 .01 1.861 .009ACI318R-14 5... 1.2DL+1.67WL-X+.5RLL 3.879 .006 .978 .005 .985 .005ACI318R-14 5... 1.2DL+1.67WL+Z+.5RLL 2.584 .004 1.556 .008 1.17 .006ACI318R-14 5... 1.2DL+1.67WL-Z+.5RLL 7.014 .011 3.495 .017 1.825 .009ACI318R-14 5... 1.2DL+1.67OL1+.5RLL 4.785 .008 2.515 .012 1.213 .006ACI318R-14 5... 1.2DL+1.67OL2+.5RLL 4.785 .008 2.515 .012 1.213 .006ACI318R-14 5... 1.2DL+1.67WL+X+.5SL 7.412 .012 2.15 .01 1.881 .009ACI318R-14 5... 1.2DL+1.67WL-X+.5SL 3.961 .006 1.01 .005 1.006 .005ACI318R-14 5... 1.2DL+1.67WL+Z+.5SL 2.666 .004 1.602 .008 1.19 .006ACI318R-14 5... 1.2DL+1.67WL-Z+.5SL 7.096 .012 3.541 .017 1.845 .009ACI318R-14 5... 1.2DL+1.67OL1+.5SL 4.867 .008 2.561 .012 1.234 .006ACI318R-14 5... 1.2DL+1.67OL2+.5SL 4.867 .008 2.561 .012 1.234 .006ACI318R-14 5... 1.426DL+1ELX+.2SL 5.135 .008 8.57 .042 1.285 .006ACI318R-14 5... 1.426DL+1ELZ+.2SL 4.797 .008 2.532 .012 6.113 .03ACI318R-14 5... .9DL+1.67WL+X 4.855 .008 1.656 .008 1.231 .006ACI318R-14 5... .9DL+1.67WL-X 1.404 .002 1.066 .005 .356 .002ACI318R-14 5... .9DL+1.67WL+Z .109 0 .228 .001 .56 .003ACI318R-14 5... .9DL+1.67WL-Z 4.539 .007 2.167 .011 1.195 .006ACI318R-14 5... .9DL+1.67OL1 2.31 .004 1.187 .006 .584 .003ACI318R-14 5... .9DL+1.67OL2 2.31 .004 1.187 .006 .584 .003ACI318R-14 5... .674DL+1ELX 4.639 .008 10.937 .053 .615 .003ACI318R-14 5... .674DL+1ELZ 2.948 .005 1.162 .006 6.464 .031ACI318R-14 5... 1.2DL+1.67WL+Z+.5SL 2.666 .004 1.602 .008 1.19 .006ACI318R-14 5... 1.2DL+1.67WL-Z+.5SL 7.096 .012 3.541 .017 1.845 .009ACI318R-14 5... 1.2DL+1.67OL1+.5SL 4.867 .008 2.561 .012 1.234 .006ACI318R-14 5... 1.2DL+1.67OL2+.5SL 4.867 .008 2.561 .012 1.234 .006ACI318R-14 5... 1.426DL+1ELX+.2SL 5.135 .008 8.57 .042 1.285 .006ACI318R-14 5... 1.426DL+1ELZ+.2SL 4.797 .008 2.532 .012 6.113 .03ACI318R-14 5... .9DL+1.67WL+X 4.855 .008 1.656 .008 1.231 .006ACI318R-14 5... .9DL+1.67WL-X 1.404 .002 1.066 .005 .356 .002ACI318R-14 5... .9DL+1.67WL+Z .109 0 .228 .001 .56 .003ACI318R-14 5... .9DL+1.67WL-Z 4.539 .007 2.167 .011 1.195 .006ACI318R-14 5... .9DL+1.67OL1 2.31 .004 1.187 .006 .584 .003ACI318R-14 5... .9DL+1.67OL2 2.31 .004 1.187 .006 .584 .003RISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 8 Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____ACI318R-14 5... .674DL+1ELX 4.639 .008 10.937 .053 .615 .003ACI318R-14 5... .674DL+1ELZ 2.948 .005 1.162 .006 6.464 .031RISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 9Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____Concrete Bearing Check (Vertical Loads Only)Bearing Bc :2478.6 kDescription Categories and Factors Bearing Bu (k) Bearing Bu/ BcACI318R-14 5... 1.4DL 4.172 .003ACI318R-14 5... 1.2DL+.5RLL 5.556 .003ACI318R-14 5... 1.2DL+.5SL 5.651 .004ACI318R-14 5... 1.2DL+.5OL3 5.486 .003ACI318R-14 5... 1.2DL+1.6RLL+.833WL+X 11.386 .007ACI318R-14 5... 1.2DL+1.6RLL+.833WL-X 9.387 .006ACI318R-14 5... 1.2DL+1.6RLL+.833WL+Z 8.638 .005ACI318R-14 5... 1.2DL+1.6RLL+.833WL-Z 11.203 .007ACI318R-14 5... 1.2DL+1.6RLL+.833OL1 9.912 .006ACI318R-14 5... 1.2DL+1.6RLL+.833OL2 9.912 .006ACI318R-14 5... 1.2DL+1.6SL+.833WL+X 11.69 .007ACI318R-14 5... 1.2DL+1.6SL+.833WL-X 9.691 .006ACI318R-14 5... 1.2DL+1.6SL+.833WL+Z 8.942 .006ACI318R-14 5... 1.2DL+1.6SL+.833WL-Z 11.507 .007ACI318R-14 5... 1.2DL+1.6SL+.833OL1 10.216 .006ACI318R-14 5... 1.2DL+1.6SL+.833OL2 10.216 .006ACI318R-14 5... 1.2DL+1.67WL+X+.5RLL 8.512 .005ACI318R-14 5... 1.2DL+1.67WL-X+.5RLL 4.504 .003ACI318R-14 5... 1.2DL+1.67WL+Z+.5RLL 3.001 .002ACI318R-14 5... 1.2DL+1.67WL-Z+.5RLL 8.145 .005ACI318R-14 5... 1.2DL+1.67OL1+.5RLL 5.556 .003ACI318R-14 5... 1.2DL+1.67OL2+.5RLL 5.556 .003ACI318R-14 5... 1.2DL+1.67WL+X+.5SL 8.607 .005ACI318R-14 5... 1.2DL+1.67WL-X+.5SL 4.599 .003ACI318R-14 5... 1.2DL+1.67WL+Z+.5SL 3.096 .002ACI318R-14 5... 1.2DL+1.67WL-Z+.5SL 8.239 .005ACI318R-14 5... 1.2DL+1.67OL1+.5SL 5.651 .004ACI318R-14 5... 1.2DL+1.67OL2+.5SL 5.651 .004ACI318R-14 5... 1.426DL+1ELX+.2SL 5.899 .004ACI318R-14 5... 1.426DL+1ELZ+.2SL 5.569 .003ACI318R-14 5... .9DL+1.67WL+X 5.638 .003ACI318R-14 5... .9DL+1.67WL-X 1.63 .001ACI318R-14 5... .9DL+1.67WL+Z .127 0ACI318R-14 5... .9DL+1.67WL-Z 5.27 .003ACI318R-14 5... .9DL+1.67OL1 2.682 .002ACI318R-14 5... .9DL+1.67OL2 2.682 .002ACI318R-14 5... .674DL+1ELX 2.829 .002ACI318R-14 5... .674DL+1ELZ 2.499 .002ACI318R-14 5... 1.2DL+1.67WL+Z+.5SL 3.096 .002ACI318R-14 5... 1.2DL+1.67WL-Z+.5SL 8.239 .005ACI318R-14 5... 1.2DL+1.67OL1+.5SL 5.651 .004ACI318R-14 5... 1.2DL+1.67OL2+.5SL 5.651 .004ACI318R-14 5... 1.426DL+1ELX+.2SL 5.899 .004ACI318R-14 5... 1.426DL+1ELZ+.2SL 5.569 .003ACI318R-14 5... .9DL+1.67WL+X 5.638 .003ACI318R-14 5... .9DL+1.67WL-X 1.63 .001ACI318R-14 5... .9DL+1.67WL+Z .127 0ACI318R-14 5... .9DL+1.67WL-Z 5.27 .003ACI318R-14 5... .9DL+1.67OL1 2.682 .002ACI318R-14 5... .9DL+1.67OL2 2.682 .002ACI318R-14 5... .674DL+1ELX 2.829 .002RISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 10 Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____ACI318R-14 5... .674DL+1ELZ 2.499 .002Overturning Check (Service)Description Categories and Factors Mo-xx (k-in) Ms-xx (k-in) Mo-zz (k-in) Ms-zz (k-in) OSF-xx OSF-zzASCE 2.4.1-1 1DL 68 1220.557 0 1221.157 17.949 NAASCE 2.4.1-3a 1DL+1RLL 169.52 1422.517 2.12 1422.517 8.391 670.999ASCE 2.4.1-3b 1DL+1SL 174.56 1432.207 2.17 1432.207 8.205 660.003ASCE 2.4.1-3b 1DL+1OL3 133.32 1415.377 2.63 1415.377 10.616 538.166ASCE 2.4.1-4a 1DL+.75RLL 144.14 1372.027 1.74 1372.027 9.519 788.522ASCE 2.4.1-4b 1DL+.75SL 147.92 1379.295 1.778 1379.295 9.325 775.975ASCE 2.4.1-4b 1DL+.75OL3 116.99 1366.672 2.123 1366.672 11.682 643.898ASCE 2.4.1-5a 1DL+1WL+X 68 1373.927 0 1312.027 20.205 NAASCE 2.4.1-5a 1DL+1WL-X 111.78 1288.557 32.73 1220.597 11.528 37.293ASCE 2.4.1-5a 1DL+1WL+Z 146.03 1245.117 110.38 1221.157 8.526 11.063ASCE 2.4.1-5a 1DL+1WL-Z 93.36 1299.607 3.81 1299.607 13.92 341.104ASCE 2.4.1-5a 1DL+1OL1 68 1220.557 0 1221.157 17.949 NAASCE 2.4.1-5a 1DL+1OL2 68 1220.557 0 1221.157 17.949 NAASCE 2.4.1-5b 1.158DL+.7ELX 502.174 1442.68 0 1443.43 2.873 NAASCE 2.4.1-5b 1.158DL+.7ELZ 89.58 1430.899 346.304 1431.593 15.973 4.134ASCE 2.4.1-6a.. 1DL+.75WL+X+.75.. 144.14 1487.055 2.19 1439.73 10.317 657.411ASCE 2.4.1-6a.. 1DL+.75WL-X+.75.. 168.238 1431.765 25.838 1372.057 8.51 53.103ASCE 2.4.1-6a.. 1DL+.75WL+Z+.75.. 202.662 1390.447 82.785 1373.767 6.861 16.594ASCE 2.4.1-6a.. 1DL+.75WL-Z+.75.. 163.16 1431.315 4.147 1431.315 8.772 345.103ASCE 2.4.1-6a.. 1DL+.75OL1+.75R.. 144.14 1372.027 1.74 1372.027 9.519 788.522ASCE 2.4.1-6a.. 1DL+.75OL2+.75R.. 144.14 1372.027 1.74 1372.027 9.519 788.522ASCE 2.4.1-6a.. 1DL+.75WL+X+.75.. 147.92 1494.322 2.228 1446.997 10.102 649.606ASCE 2.4.1-6a.. 1DL+.75WL-X+.75.. 172.017 1439.032 25.875 1379.325 8.366 53.307ASCE 2.4.1-6a.. 1DL+.75WL+Z+.75.. 206.442 1397.715 82.785 1381.072 6.77 16.683ASCE 2.4.1-6a.. 1DL+.75WL-Z+.75.. 166.94 1438.582 4.185 1438.582 8.617 343.747ASCE 2.4.1-6a.. 1DL+.75OL1+.75S.. 147.92 1379.295 1.778 1379.295 9.325 775.975ASCE 2.4.1-6a.. 1DL+.75OL2+.75S.. 147.92 1379.295 1.778 1379.295 9.325 775.975ASCE 2.4.1-6b 1.119DL+.525ELX+.. 473.585 1546.497 1.891 1546.497 3.266 817.863ASCE 2.4.1-6b 1.119DL+.525ELZ+.. 164.139 1537.661 259.728 1539.51 9.368 5.927ASCE 2.4.1-7 .6DL+1WL+X 63.1 863.404 .96 822.604 13.683 856.88ASCE 2.4.1-7 .6DL+1WL-X 111.78 773.134 32.49 732.374 6.917 22.542ASCE 2.4.1-7 .6DL+1WL+Z 118.83 756.894 110.38 732.694 6.37 6.638ASCE 2.4.1-7 .6DL+1WL-Z 66.16 811.384 3.57 811.384 12.264 227.279ASCE 2.4.1-7 .6DL+1OL1 40.8 732.334 0 732.694 17.949 NAASCE 2.4.1-7 .6DL+1OL2 40.8 732.334 0 732.694 17.949 NAASCE 2.4.1-8 .442DL+.7ELX 453.486 568.76 0 569.082 1.254 NAASCE 2.4.1-8 .442DL+.7ELZ 40.892 556.979 346.304 557.245 13.621 1.609Mo-xx: Governing Overturning Moment about AD or BCMs-xx: Governing Stablizing Moment about AD or BCOSF-xx: Ratio of Ms-xx to Mo-xxRISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 11Company :August 31, 2021Designer :Footing 1 - N1Job Number :Checked By:_____Sliding Check (Service)Description Categories and Factors Va-xx (k) Vr-xx (k) Va-zz (k) Vr-zz (k) SR-xx SR-zzASCE 2.4.1-1 1DL 0 9.39 .4 9.39 NA 23.475ASCE 2.4.1-3a 1DL+1RLL .02 9.39 1.05 9.39 469.5 8.943ASCE 2.4.1-3b 1DL+1SL .02 9.39 1.08 9.39 469.5 8.694ASCE 2.4.1-3b 1DL+1OL3 .03 9.39 .82 9.39 313 11.451ASCE 2.4.1-4a 1DL+.75RLL .015 9.39 .888 9.39 626 10.58ASCE 2.4.1-4b 1DL+.75SL .015 9.39 .91 9.39 626 10.319ASCE 2.4.1-4b 1DL+.75OL3 .022 9.39 .715 9.39 417.333 13.133ASCE 2.4.1-5a 1DL+1WL+X 0 9.39 0 9.39 NA NAASCE 2.4.1-5a 1DL+1WL-X 0 9.39 .11 9.39 NA 85.364ASCE 2.4.1-5a 1DL+1WL+Z .27 9.39 .24 9.39 34.778 39.125ASCE 2.4.1-5a 1DL+1WL-Z .03 9.39 .56 9.39 313 16.768ASCE 2.4.1-5a 1DL+1OL1 0 9.39 .4 9.39 NA 23.475ASCE 2.4.1-5a 1DL+1OL2 0 9.39 .4 9.39 NA 23.475ASCE 2.4.1-5b 1.158DL+.7ELX 0 9.39 3.326 9.39 NA 2.823ASCE 2.4.1-5b 1.158DL+.7ELZ 2.373 9.39 .533 9.39 3.957 17.611ASCE 2.4.1-6a.. 1DL+.75WL+X+.75.. .015 9.39 .588 9.39 626 15.983ASCE 2.4.1-6a.. 1DL+.75WL-X+.75.. .015 9.39 .505 9.39 626 18.594ASCE 2.4.1-6a.. 1DL+.75WL+Z+.75.. .188 9.39 .768 9.39 50.08 12.235ASCE 2.4.1-6a.. 1DL+.75WL-Z+.75.. .037 9.39 1.008 9.39 250.4 9.32ASCE 2.4.1-6a.. 1DL+.75OL1+.75R.. .015 9.39 .888 9.39 626 10.58ASCE 2.4.1-6a.. 1DL+.75OL2+.75R.. .015 9.39 .888 9.39 626 10.58ASCE 2.4.1-6a.. 1DL+.75WL+X+.75.. .015 9.39 .61 9.39 626 15.393ASCE 2.4.1-6a.. 1DL+.75WL-X+.75.. .015 9.39 .528 9.39 626 17.801ASCE 2.4.1-6a.. 1DL+.75WL+Z+.75.. .188 9.39 .79 9.39 50.08 11.886ASCE 2.4.1-6a.. 1DL+.75WL-Z+.75.. .037 9.39 1.03 9.39 250.4 9.117ASCE 2.4.1-6a.. 1DL+.75OL1+.75S.. .015 9.39 .91 9.39 626 10.319ASCE 2.4.1-6a.. 1DL+.75OL2+.75S.. .015 9.39 .91 9.39 626 10.319ASCE 2.4.1-6b 1.119DL+.525ELX+.. .015 9.39 3.105 9.39 626 3.024ASCE 2.4.1-6b 1.119DL+.525ELZ+.. 1.765 9.39 1.01 9.39 5.321 9.296ASCE 2.4.1-7 .6DL+1WL+X 0 9.39 .16 9.39 NA 58.687ASCE 2.4.1-7 .6DL+1WL-X 0 9.39 .27 9.39 NA 34.778ASCE 2.4.1-7 .6DL+1WL+Z .27 9.39 .08 9.39 34.778 117.375ASCE 2.4.1-7 .6DL+1WL-Z .03 9.39 .4 9.39 313 23.475ASCE 2.4.1-7 .6DL+1OL1 0 9.39 .24 9.39 NA 39.125ASCE 2.4.1-7 .6DL+1OL2 0 9.39 .24 9.39 NA 39.125ASCE 2.4.1-8 .442DL+.7ELX 0 9.39 3.04 9.39 NA 3.089ASCE 2.4.1-8 .442DL+.7ELZ 2.373 9.39 .247 9.39 3.957 38.047Va-xx: Applied Lateral Force to Cause Sliding Along xx AxisVr-xx: Resisting Lateral Force Against Sliding Along xx AxisSR-xx: Ratio of Vr-xx to Va-xxRISAFoundation Version 12.0.1 [\...\...\...\...\...\...\...\...\...\P13074 RISA Foundation.fnd] Page 12 /& 0HPEHU/DEHO 6HF $[LDO>N@ \6KHDU>N@ ]6KHDU>N@ 7RUTXH>NLQ@ \\0RPHQW>NLQ@ ]]0RPHQW>NLQ@  &2/801        6(59,&('  &2/801        6(59,&('  &2/801        6(59,&('  &2/801        6(59,&('  &2/801        6(59,&(/U  &2/801        6(59,&(/U  &2/801        6(59,&(/U  &2/801        6(59,&(/U  &2/801        6(59,&(6  &2/801        6(59,&(6  &2/801        6(59,&(6  &2/801        6(59,&(6  &2/801        6(59,&(6X  &2/801        6(59,&(6X  &2/801        6(59,&(6X  &2/801        6(59,&(6X  &2/801        6(59,&(:[ /RDG&DVH$  &2/801        6(59,&(:[ /RDG&DVH$  &2/801        6(59,&(:[ /RDG&DVH$  &2/801        6(59,&(:[ /RDG&DVH$  &2/801        6(59,&(:[ /RDG&DVH%  &2/801        6(59,&(:[ /RDG&DVH%  &2/801        6(59,&(:[ /RDG&DVH%  &2/801        6(59,&(:[ /RDG&DVH%  &2/801        6(59,&(:] /RDG&DVH$  &2/801        6(59,&(:] /RDG&DVH$  &2/801        6(59,&(:] /RDG&DVH$  &2/801        6(59,&(:] /RDG&DVH$  &2/801        6(59,&(:] /RDG&DVH%  &2/801        6(59,&(:] /RDG&DVH%  &2/801        6(59,&(:] /RDG&DVH%  &2/801        6(59,&(:] /RDG&DVH%  &2/801       6(59,&(([  &2/801        6(59,&(([  &2/801        6(59,&(([  &2/801        6(59,&(([  &2/801        6(59,&((]  &2/801        6(59,&((]  &2/801        6(59,&((]  &2/801        6(59,&((]  &2/801        6(59,&((Y  &2/801        6(59,&((Y  &2/801        6(59,&((Y  &2/801        6(59,&((Y 6(59,&(/2$'&2/801%$6(5($&7,216800$5< Refer to RISA model views for column local axis 6HUYLFH/RDGV 8QIDFWRUHG /&'HVFULSWLRQ Wind values are based on Vasd and should be factored accordingly for LRFD analysis Negative axial values represent uplift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t1XD $&,7DEOH 9DULDEOHV $VH1>LQ@ IXWD>SVL@   &DOFXODWLRQV 1VD>NLS@  5HVXOWV 1VD>NLS@ IVWHHO I1VD>NLS@ 1XD>NLS@     3XOORXW6WUHQJWK 1S1 \FS1S $&,(T  1S $EUJI F $&,(T  I1S1 t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t1XD $&,7DEOH $1F VHH$&,6HFWLRQ)LJ5 E $1F K HI $&,(T F \HF1   H 1 KHI d $&,(T  \HG1  FDPLQ KHI d $&,(T E \FS1 0$; FDPLQ FDF KHI FDF d $&,(T E 1E OD ¥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t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t9XD $&,7DEOH $1F VHH$&,6HFWLRQ)LJ5 E $1F K HI $&,(T F \HF1   H 1 KHI d $&,(T  \HG1  FDPLQ KHI d $&,(T E \FS1 0$; FDPLQ FDF KHI FDF d $&,(T E 1E OD ¥I FK HI $&,(T E 9DULDEOHV NFS KHI>LQ@ HF1>LQ@ HF1>LQ@ FDPLQ>LQ@      \F1 FDF>LQ@ NF OD I F>SVL@  ’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t9XD $&,7DEOH $9F VHH$&,6HFWLRQ)LJ5 E $9F F D$&,(T F \HF9   H Y FD d $&,(T  \HG9  FD FD d $&,(T E \K9 ¥FD KD t $&,(T  9E OD ¥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‡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‡ &RQGLWLRQ$DSSOLHVZKHUHWKHSRWHQWLDOFRQFUHWHIDLOXUHVXUIDFHVDUHFURVVHGE\VXSSOHPHQWDU\UHLQIRUFHPHQWSURSRUWLRQHGWRWLHWKHSRWHQWLDO FRQFUHWHIDLOXUHSULVPLQWRWKHVWUXFWXUDOPHPEHU&RQGLWLRQ%DSSOLHVZKHUHVXFKVXSSOHPHQWDU\UHLQIRUFHPHQWLVQRWSURYLGHGRUZKHUHSXOORXW RUSU\RXWVWUHQJWKJRYHUQV ‡ )RUDGGLWLRQDOLQIRUPDWLRQDERXW$&,VWUHQJWKGHVLJQSURYLVLRQVSOHDVHJRWRKWWSVVXEPLWWDOVXVKLOWLFRP352),6$QFKRU'HVLJQ*XLGH ‡ $WWHQWLRQ,QFDVHRIFRPSUHVVLYHDQFKRUIRUFHVDEXFNOLQJFKHFNDVZHOODVWKHSURRIRIWKHORFDOORDGWUDQVIHULQWRDQGZLWKLQWKHEDVHPDWHULDO  LQFOSXQFKLQJ KDVWREHGRQHVHSDUDWHO\ ‡ $QDQFKRUGHVLJQDSSURDFKIRUVWUXFWXUHVDVVLJQHGWR6HLVPLF'HVLJQ&DWHJRU\&'(RU)LVJLYHQLQ$&,&KDSWHU6HFWLRQ  D WKDWUHTXLUHVWKHJRYHUQLQJGHVLJQVWUHQJWKRIDQDQFKRURUJURXSRIDQFKRUVEHOLPLWHGE\GXFWLOHVWHHOIDLOXUH,IWKLVLV127WKH FDVHWKHFRQQHFWLRQGHVLJQ WHQVLRQ VKDOOVDWLVI\WKHSURYLVLRQVRI6HFWLRQ E 6HFWLRQ F RU6HFWLRQ G 7KH FRQQHFWLRQGHVLJQ VKHDU VKDOOVDWLVI\WKHSURYLVLRQVRI6HFWLRQ D 6HFWLRQ E RU6HFWLRQ F  ‡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‡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İ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İOLP  (FFHQWULFLW\[LQ (FFHQWULFLW\\LQ %DVHPDWHULDO &UDFNHGFRQFUHWH&XVWRPIFF\O SVLK LQ( SVL* SVLY ' OEIWñ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”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ƒ@ $Z >LQð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¥ $ $ ”IF¥ $ $ ” V 1 $ 8WLOL]DWLRQ V )S 9DULDEOHV 1>NLS@ IF >SVL@ '$>LQð@ $>LQð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Ɣ %\XVLQJWKH&%)(0FDOFXODWLRQIXQFWLRQDOLW\RI352),6(QJLQHHULQJ\RXPD\DFWRXWVLGHWKHDSSOLFDEOHGHVLJQFRGHVDQG\RXUVSHFLILHG DQFKRUSODWHPD\QRWEHKDYHULJLG3OHDVHYDOLGDWHWKHUHVXOWVZLWKDSURIHVVLRQDOGHVLJQHUDQGRUVWUXFWXUDOHQJLQHHUWRHQVXUHVXLWDELOLW\DQG DGHTXDF\IRU\RXUVSHFLILFMXULVGLFWLRQDQGSURMHFWUHTXLUHPHQWV Ɣ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Ɣ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Ɣ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ƒ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‡ 3OHDVHFRQVLGHUDOOGHWDLOVDQGKLQWVZDUQLQJVJLYHQLQWKHGHWDLOHGUHSRUW )DVWHQLQJPHHWVWKHGHVLJQFULWHULD ZZZKLOWLFRP +LOWL352),6(QJLQHHULQJ ,QSXWGDWDDQGUHVXOWVPXVWEHFKHFNHGIRUFRQIRUPLW\ZLWKWKHH[LVWLQJFRQGLWLRQVDQGIRUSODXVLELOLW\ 352),6(QJLQHHULQJ F +LOWL$*)/6FKDDQ+LOWLLVDUHJLVWHUHG7UDGHPDUNRI+LOWL$*6FKDDQ  &RPSDQ\ $GGUHVV 3KRQH,)D[ 'HVLJQ )DVWHQLQJSRLQW WK$YH(QJLQHHULQJ'HSW _ 3B+,/7, 3DJH 6SHFLILHU (0DLO 'DWH   5HPDUNV<RXU&RRSHUDWLRQ'XWLHV ‡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‡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strong axis 1 9[9\0] 0[ 0\ /& /RDG&RPELQDWLRQ'HVFULSWLRQ >N@ >N@ >N@ >LQNLS@ >LQNLS@ >LQNLS@  '       &2/801  '/U       &2/801  '6       &2/801  '6X       &2/801  '/U:[ /RDG&DVH$       &2/801  '/U:[ 0LQLPXP       &2/801  '6:[ /RDG&DVH$       &2/801  '6:[ 0LQLPXP       &2/801  ':[ /RDG&DVH$ /U       &2/801  ':[ /RDG&DVH% /U       &2/801  ':[ 0LQLPXP /U       &2/801  ':[ /RDG&DVH$ 6       &2/801  ':[ /RDG&DVH% 6       &2/801  ':[ 0LQLPXP 6       &2/801  ':[ /RDG&DVH$       &2/801  ':[ /RDG&DVH%       &2/801  ':[ 0LQLPXP       &2/801  '/U:] /RDG&DVH$       &2/801  '/U:] 0LQLPXP       &2/801  '6:] /RDG&DVH$       &2/801  '6:] 0LQLPXP       &2/801  ':] /RDG&DVH$ /U       &2/801  ':] /RDG&DVH% /U       &2/801  ':] 0LQLPXP /U       &2/801  ':] /RDG&DVH$ 6       &2/801  ':] /RDG&DVH% 6       &2/801  ':] 0LQLPXP 6       &2/801  ':] /RDG&DVH$       &2/801  ':] /RDG&DVH%       &2/801  ':] 0LQLPXP       &2/801  '(Y(K[6       &2/801  '(Y(K[      &2/801  '(Y(K]6       &2/801  '(Y(K]       &2/801 &ROXPQVLGHQWLILHGDUHGHWHUPLQHGIURPH[SHFWHGSHDNDQFKRUVWUHVVIRUWKHJLYHQORDGFRPELQDWLRQ 6WUHQJWK'HVLJQ5HDFWLRQV )DFWRUHG 675(1*7+'(6,*1&2/801%$6(5($&7,216 &ROXPQ %ROW&KHFN   'LDPHWHU$%ROWV  6KHDU51ɏ  NLS  NLS 2.  7HQVLRQ51ɏ  NLS  NLS 2.  %HDULQJ 51ɏ  NLS  NLS 2. (QG3ODWH&KHFN 7KLFN  6KHDU<LHOGLQJ 51ɏ  NLS  NLS 2.  6KHDU5XSWXUH 51ɏ  NLS  NLS 2.  :HOG&KHFN w = 0.1875"51ɏ  NLSLQ  NLSLQ 2. *HRPHWU\&KHFN 0LQLPXP%ROW6SDFLQJ  LQ  LQ )[ $[LDO )\ )] 0[ 0\ 0] >N@ >N@ >N@ >NLQ@ >NLQ@ >NLQ@                                                  [ LQ Û LQ /S LQ LQ +66;; LQ :S LQ 3ODQ9LHZ &RQQHFWLRQ(OHYDWLRQ (QG3ODWH(OHYDWLRQ (QG3ODWH6HFWLRQ 0HPEHU+HLJKW LQ  1XPEHURI%ROWV 0HPEHU:LGWK LQ  %ROW'LDPHWHU LQ  0HPEHU7KLFNQHVV LQ  (QG3ODWH7KLFNQHVV LQ  (QG3ODWH:HOG6L]H LQ  )ODQJH3ODWH7KLFNQHVV LQ  TENSION MEMBER TO COLUMN - 2 BOLTS Ȝ 2. 2 BOLTS 7(16,210(0%(572&2/801 $,6& - 7(16,21 $,6& -EG $OORZDEOH $FWXDO /RDG&RPELQDWLRQ0HPEHU $,6& - 7(16,21 $,6& - 7(16,21 7(16,21 $,6& - 7(16,21 $OORZDEOH $FWXDO /RDG&RPELQDWLRQ0HPEHU $,6& - 7(16,21 $,6&- 7(16,212. $OORZDEOH $FWXDO 3ODWH7KLFNQHVV W3  LQ  LQ  7(16,21 LQ  7(16,21  7(16,21  7(16,21  7(16,21  7(16,21  7(16,21 'HVLJQ)RUFHV0RPHQWV &KHFN /RDG&RPELQDWLRQ 0HPEHU     LQ    [ 0]SO)[ )WE )EE P PL W M   %ROW&KHFN   'LDPHWHU$%ROWV  6KHDU51ɏ  NLS  NLS 2.  7HQVLRQ51ɏ  NLS  NLS 2.  %HDULQJ 51ɏ  NLS  NLS 2. (QG3ODWH&KHFN 7KLFN  6KHDU<LHOGLQJ 51ɏ  NLS  NLS 2.  6KHDU5XSWXUH 51ɏ  NLS  NLS 2.  :HOG&KHFN w = 0.25"51ɏ  NLSLQ  NLSLQ 2. *HRPHWU\&KHFN 0LQLPXP%ROW6SDFLQJ  LQ  LQ )[ $[LDO )\ )] 0[ 0\ 0] >N@ >N@ >N@ >NLQ@ >NLQ@ >NLQ@                                                  [ LQ   LQ +66;; /S LQ LQ LQ ș ș Û :S LQ &RQQHFWLRQ(OHYDWLRQ (QG3ODWH(OHYDWLRQ (QG3ODWH6HFWLRQ 0HPEHU+HLJKW LQ  1XPEHURI%ROWV 0HPEHU:LGWK LQ  %ROW'LDPHWHU LQ  0HPEHU7KLFNQHVV LQ  (QG3ODWH7KLFNQHVV LQ  (QG3ODWH:HOG6L]H LQ  )ODQJH3ODWH7KLFNQHVV LQ  LOWER/UPPER TRUSS TO COLUMN - 2 BOLTS Ȝ 2. /2:(5833(57586672&2/801 2 BOLTS /2:(575866 /2:(575866 /2:(575866 833(575866  3ODWH7KLFNQHVV W3  LQ $FWXDO /RDG&RPELQDWLRQ0HPEHU $,6& -EG $FWXDO$OORZDEOH  $,6&-  833(575866 $,6& - $OORZDEOH $FWXDO LQ /2:(575866 833(575866 /2:(575866 /2:(575866 $,6& - $,6& - /2:(575866 /2:(575866 /2:(575866  LQ  LQ    'HVLJQ)RUFHV0RPHQWV &KHFN /RDG&RPELQDWLRQ 0HPEHU  /2:(575866  $,6& - $,6& - $OORZDEOH /RDG&RPELQDWLRQ0HPEHU  833(5758662.      [ 0]SO)[SO )WE )EE P PL W M   Bolt Check: (4) 1'' Diameter, A325 Bolts 1 Shear RN/ɏ 21.2 kip 0.8 kip OK 2 Tension RN/ɏ 35.3 kip 28.5 kip OK 3 Bearing RN/ɏ 39.8 kip 0.8 kip OK End Plate Check: 0.75'' Thick 4 Shear Yielding RN/ɏ 64.8 kip 2.2 kip OK 5 Shear Rupture RN/ɏ 50.6 kip 2.2 kip OK 6 Weld Check w = 0.25"RN/ɏ 3.7 kip/in 2.4 kip/in OK Geometry Check: 8 Minimum Bolt Spacing 2.7 in -3.0 in ok Fx (Axial) Fy Fz Mx My Mz [k] [k] [k] [k-in] [k-in] [k-in] 1 1.3 -0.3 -1.8 -49.3 -30.6 -251.3 2 0.8 -0.8 1.6 136.7 96.8 -278.0 3 1.3 -0.3 -1.8 -49.3 -30.6 -251.3 4 0.2 -1.5 2.2 71.5 51.3 -199.9 5 0.2 -1.5 2.2 71.5 51.3 -199.9 6 0.8 -0.8 1.6 136.7 96.8 -278.0 7 0.9 -0.6 1.9 64.3 41.7 -289.7 x = 1.5 in 12 16.00 10 in HSS12X6X0.25 Lp= 19.9 in 16.5 in 10 in Wp = 6 in ș =53.13˚ Connection Elevation End Plate Elevation End Plate Section Member Height (in): Number of Bolts: Member Width (in): Bolt Diameter (in): Member Thickness (in): End Plate Thickness (in): End Plate Weld Size (in): Flange Plate Thickness (in): LOWER TRUSS TO UPPER TRUSS - 4 BOLTS Ȝ OK 40 18 43 17 12 4 1.000 1.75 in 0.250 0.250 0.750 7 LOWER TRUSS1 LOWER TRUSS1 0.51 in Allowable AISC J3.3 in Actual 43 40 Plate Thickness (tP)0.75 LOWER TRUSS2 LOWER TRUSS1 Check 1.75 in 0.750 43 / LOWER TRUSS1 Actual LOWER TRUSS1 17 / LOWER TRUSS1 OK LOWER TRUSS2 6 AISC (J3-6b,d) 18 LOWER TRUSS1 Load Combination Member 18 / LOWER TRUSS1 AISC (J4-4) AISC (J2-3) Actual 18 / LOWER TRUSS1 Design Forces / Moments AISC (J4-3) Allowable Load Combination / Member AISC (J3-1) 40 / LOWER TRUSS2 40 / LOWER TRUSS2 43 / LOWER TRUSS1 Allowable Load Combination / Member LOWER TRUSS TO UPPER TRUSS 4 BOLTS AISC (J3-1) x x Mz, plFx, pl Ftb Fbb P PL W M 22 4 ș Bolt Check: (4) 1'' Diameter, A325 Bolts 1 Shear RN/ɏ 21.2 kip 1.0 kip OK 2 Tension RN/ɏ 35.3 kip 20.8 kip OK 3 Bearing RN/ɏ 42.1 kip 1.0 kip OK End Plate Check: 1'' Thick 4 Shear Yielding RN/ɏ 115.2 kip 2.0 kip OK 5 Shear Rupture RN/ɏ 102.2 kip 2.0 kip OK 6 Weld Check w = 0.25"RN/ɏ 3.7 kip/in 3.2 kip/in OK Geometry Check: Minimum Bolt Spacing 2.7 in -3.0 in Fx (Axial) Fy Fz Mx My Mz [k] [k] [k] [k-in] [k-in] [k-in] 1 -0.7 2.0 -0.9 0.0 70.2 141.9 2 -0.7 2.0 -0.9 0.0 70.2 141.9 3 -0.7 2.0 -0.9 0.0 70.2 141.9 4 -0.7 2.0 -0.9 0.0 70.2 141.9 5 -0.7 2.0 -0.9 0.0 70.2 141.9 6 -0.7 2.0 -0.9 0.0 70.2 141.9 7 -0.7 2.0 -0.9 0.0 70.2 141.9 x=1.5 in 90˚ 4 in Lp= 8 in 5 in HSS8X6X0.25 4 in Wp = 6 in Plan View Connection Elevation End Plate Elevation End Plate Section Member Height (in): Number of Bolts: Member Width (in): Bolt Diameter (in): Member Thickness (in): End Plate Thickness (in): End Plate Weld Size (in): Flange Plate Thickness (in): FIXED PURLIN TO LOWER TRUSS - 4 BOLTS Ȝ OK AISC J3.3 AISC (J3-1) 43 / FIXED PURLIN1 Allowable Actual OK Allowable Actual 4 BOLTS FIXED PURLIN TO LOWER TRUSS Plate Thickness (tP)0.59 in 1.00 in AISC (J4-4) 43 / FIXED PURLIN1 AISC (J2-3) 43 / FIXED PURLIN1 43 / FIXED PURLIN17 Allowable Actual Load Combination / Member Load Combination / Member AISC (J4-3) 43 / FIXED PURLIN1 AISC (J3-1) 43 / FIXED PURLIN1 AISC (J3-6b,d) 43 / FIXED PURLIN1 43 FIXED PURLIN1 43 FIXED PURLIN1 Design Forces / Moments Check Load Combination Member 43 FIXED PURLIN1 0.250 1.000 0.250 0.750 1.5 in 84 6 1.000 1.5 in 43 FIXED PURLIN1 43 FIXED PURLIN1 43 FIXED PURLIN1 43 FIXED PURLIN1 Mz, pl Fx, pl Ftb Fbb x x P PL W M 22 4 7RS)ODQJH&KHFNV  6FUHZV  6KHDU RIWKHVFUHZV  OE  OE 2.  7HQVLRQ QRQHRIWKHVFUHZV  OE  OE 2.  6KHDU<LHOGLQJ SODWH 51ɏ  OE  OE 2.  6KHDU5XSWXUH SODWH 51ɏ  OE  OE 2. 6LGH)ODQJH&KHFNV  6FUHZV  6KHDU RIWKHVFUHZV  OE  OE 2.  7HQVLRQ QRQHRIWKHVFUHZV  OE  OE 2.  6KHDU<LHOGLQJ SODWH 51ɏ  OE  OE 2.  6KHDU5XSWXUH SODWH 51ɏ  OE  OE 2. :HOG&KHFN)LOOHW:HOG  :HOG&KHFN 51ɏ  NLSLQ  NLSLQ 2. )[ $[LDO )\ )] 0[ 0\ 0] >N@ >N@ >N@ >NLQ@ >NLQ@ >NLQ@         QD QD QD QD QD QD                       QD QD QD QD QD QD                      Û x = 3/4" * Purlin on opposite side of truss not shown for clarity * Screw quantity in sketches above may not reflect actual requirements 3ODQ9LHZ &RQQHFWLRQ(OHYDWLRQ (QG3ODWH(OHYDWLRQ 0HPEHU+HLJKW LQ  6KHHW0HWDO7KLFNQHVV 0.1345 in 0HPEHU:LGWK LQ  6FUHZ6L]H # 1P2905 0HPEHU7KLFNQHVV LQ  6FUHZ4XDQWLW\ 7RS  (QG3ODWH:HOG6L]H LQ  6FUHZ4XDQWLW\ 6LGH  PURLIN CONNECTION - ONE-SIDED Ȝ 2.  JDJH   QD QD  385/,1       385/,1 385/,1  385/,1  385/,1  385/,1 QD QD  385/,1 'HVLJQ)RUFHV0RPHQWV &KHFN /RDG&RPELQDWLRQ 0HPEHU $,6& - QD $,6& - 385/,1 $,6& - $OORZDEOH $FWXDO /RDG&RPELQDWLRQ0HPEHU $OORZDEOH $FWXDO 385/,1 /RDG&RPELQDWLRQ0HPEHU 385/,1 385/,1 /RDG&RPELQDWLRQ0HPEHU 385/,1 QD 385/,1 385/,1&211(&7,21 ONE-SIDED $OORZDEOH $FWXDO $,6& - $,6& - 385/,1yyY Y ; yD/EyYY Bolt Check: (2) 0.625'' Diameter, A325 Bolts 1 Shear RN/ɏ 8.3 kip 0.3 kip OK 2 Tension RN/ɏ 13.8 kip 0.8 kip OK 3 Bearing RN/ɏ 14.8 kip 0.3 kip OK End Plate Check: 0.375'' Thick 4 Shear Yielding RN/ɏ 43.2 kip 0.3 kip OK 5 Shear Rupture RN/ɏ 43.2 kip 0.3 kip OK 6 Weld Check w = 0.1875"RN/ɏ 2.8 kip/in 0.1 kip/in OK Geometry Check: Minimum Bolt Spacing 1.7 in 5.5 in Fx (Axial) Fy Fz Mx My Mz [k] [k] [k] [k-in] [k-in] [k-in] 1 0.0 -0.3 -0.1 0.0 -1.3 3.6 2 0.0 -0.3 -0.1 0.0 -1.7 3.4 3 0.0 -0.3 -0.1 0.0 -1.3 3.6 4 0.0 -0.3 0.0 0.0 0.0 3.6 5 0.0 -0.3 0.0 0.0 0.0 3.6 6 0.0 -0.3 -0.1 0.0 -1.7 3.4 7 0.0 -0.3 0.0 0.0 0.0 3.6 x = 3 in 12 0.00 4 in HSS8X6X0.1875 Minimum Size Lp= 8 in 5.5 in 4 in ș =0˚Wp = 6 in Connection Elevation End Plate Elevation End Plate Section Minimum Member Height (in): Number of Bolts: Member Width (in): Bolt Diameter (in): Member Thickness (in): End Plate Thickness (in): End Plate Weld Size (in): Flange Plate Thickness (in): WELDED CONNECTION IS PERMITTED NON-SLOPING TAIL CONNECTION - 2 BOLTS Ȝ OK AISC (J3-1) 24 / TAIL1 AISC (J3-1) 18 / TAIL1 AISC (J3-6b,d) 24 / TAIL1 NON-SLOPING TAIL CONNECTION 2 BOLTS Allowable Actual Load Combination / Member AISC J3.3 Allowable Actual in in70.10 0.38 18 / TAIL11 Plate Thickness (tP) 18 / TAIL11 OK 18 / TAIL1 18 / TAIL11AISC (J4-4) AISC (J2-3) Allowable Actual Load Combination / Member AISC (J4-3) 18 1.25 in 1.25 in 18 TAIL11 18 TAIL11 18 TAIL1 TAIL11 24 TAIL1 18 TAIL1 24 TAIL1 Design Forces / Moments Check Load Combination Member 0.188 0.250 82 6 0.625 0.188 0.375 x Mz, pl Fx, pl Ftb Fbb ș P PL W M 22 4 5,6$$1$/<6,65(3257 &RPSDQ\ 'HVLJQHU -RE1XPEHU &KHFNHG%\BBBBB0RGHO1DPH Basic Load Cases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oad Combinations'HVFULSWLRQ 6ROYH 3' 6 % )D % )D % )D % )D % )D % )D % )D % )D % )D % )D6(59,&('6(59,&(/U6(59,&(66(59,&(6X6(59,&(:[ /RDG&D6(59,&(:[ /RDG&D6(59,&(:] /RDG&D6(59,&(:] /RDG&D6(59,&(([6(59,&((]6(59,&((Y'<HV</'/U<HV<//5,6$'9HUVLRQ3DJH>&???????3B16/;7*66BBBBB,%&B'B$B&86720UG@&RPSDQ\ 'HVLJQHU -RE1XPEHU &KHFNHG%\BBBBB0RGHO1DPH Load Combinations (Continued)'HVFULSWLRQ 6ROYH 3' 6 % )D % )D % )D % )D % )D % )D % )D % )D % )D % )D'6<HV<//'6X<HV<//':[ /RDG&DVH$ <HV<//':[ /RDG&DVH% <HV<//' :[ 0LQLPXP <HV</' :[ /RDG&<HV<///' :[ 0LQLPX<HV<//' :[ /RDG&<HV<///' :[ 0LQLPX<HV<//':[ /RDG&DV<HV<//':[ /RDG&DV<HV<//' :[ 0LQLPX<HV</':] /RDG&DVH$ <HV<//':] /RDG&DVH% <HV<//' :] 0LQLPXP <HV</' :] /RDG&<HV<///' :] 0LQLPX<HV<//' :] /RDG&<HV<///' :] 0LQLPX<HV<//':] /RDG&DV<HV<//':] /RDG&DV<HV<//' :] 0LQLPX<HV</'(Y(K[<HV<///'(Y(K<HV<////'(Y(K[<HV<///'(Y(K]<HV<///'(Y(K<HV<////'(Y(K]<HV<///'/'/U//'6//'6X//'/U:[ ////'/U:[ 0//'6:[ ////'6:[ 0L//':[ /RDG&DV///':[ /RDG&DV///':[ 0LQLPXP//':[ /RDG&DV///':[ /RDG&DV///':[ 0LQLPXP//':[ /RDG&DV//':[ /RDG&DV//':[ 0LQLPXP /'/U:] ////'/U:] 0//5,6$'9HUVLRQ3DJH>&???????3B16/;7*66BBBBB,%&B'B$B&86720UG@ &RPSDQ\ 'HVLJQHU -RE1XPEHU &KHFNHG%\BBBBB0RGHO1DPH Load Combinations (Continued)'HVFULSWLRQ 6ROYH 3' 6 % )D % )D % )D % )D % )D % )D % )D % )D % )D % )D'6:] ////'6:] 0L//':] /RDG&DV///':] /RDG&DV///':] 0LQLPXP//':] /RDG&DV///':] /RDG&DV///':] 0LQLPXP//':] /RDG&DV//':] /RDG&DV//':] 0LQLPXP /'(Y(K[6////'(Y(K[///'(Y(K]6////'(Y(K]///6(59,&((P[6(59,&((P]'(Y(PK[///'(Y(P////'(Y(PK[///'(Y(PK]///'(Y(P////'(Y(PK]///'(Y(PK[6////'(Y(PK[///'(Y(PK[6////'(Y(PK]///5,6$'9HUVLRQ3DJH>&???????3B16/;7*66BBBBB,%&B'B$B&86720UG@&RPSDQ\ 'HVLJQHU -RE1XPEHU &KHFNHG%\BBBBB0RGHO1DPH Load Combinations (Continued)'HVFULSWLRQ 6ROYH 3' 6 % )D % )D % )D % )D % )D % )D % )D % )D % )D % )DJoint Boundary Conditions-RLQW/DEHO ;>NLQ@ <>NLQ@ =>NLQ@ ;5RW>NIWUDG@ <5RW>NIWUDG@ =5RW>NIWUDG@15HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ15HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ1%5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ15HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQ5HDFWLRQHot Rolled Steel Section Sets/DEHO 6KDSH 7\SH 'HVLJQ/LVW 0DWHULDO 'HVLJQ5 $>LQ@ ,\\>LQ@ ,]]>LQ@ ->LQ@&ROXPQ+66;;&ROXPQ78%($*U%5HFW7\SLFDO7HQVLRQ+66;;%HDP78%($*U%5HFW7\SLFDO3XUOLQ+66;;%HDP78%($*U%5HFW7\SLFDO3XUOLQ7DLO+66;;%HDP78%($*U%5HFW7\SLFDO7HQVLRQ7DLO+66;;%HDP78%($*U%5HFW7\SLFDO/RZHU7UXVV+66;;%HDP78%($*U%5HFW7\SLFDO8SSHU7UXVV+66;;%HDP78%($*U%5HFW7\SLFDO)L[HG3XUOLQ+66;;%HDP78%($*U%5HFW7\SLFDOMember Primary Data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ember Advanced Data/DEHO ,5HOHDVH -5HOHDVH ,2IIVHW>LQ@ -2IIVHW>LQ@ 7&2QO\ 3K\VLFDO'HIO5D$QDO\VLV ,QDFWLYH 6HLVPLF&2/801<HV 1$ 1RQH&2/801<HV 1$ 1RQH&2/801<HV 1$ 1RQH&2/801<HV 1$ 1RQH),;('385/,1<HV1RQH/2:(575866$OO3,1<HV1RQH/2:(575866$OO3,1<HV1RQH385/,1$OO3,1%HQ3,1<HV1RQH385/,1$OO3,1%HQ3,1<HV1RQH385/,1$OO3,1%HQ3,1<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7$,/<HV1RQH7(16,21$OO3,1%HQ3,1<HV1RQH7(16,21$OO3,1%HQ3,1<HV1RQH833(575866$OO3,1<HV1RQH833(575866$OO3,1<HV1RQHHot Rolled Steel Design Parameters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ot Rolled Steel Design Parameters (Continued)/DEHO 6KDSH /HQJWK>IW@ /E\\>IW@ /E]]>IW@ /FRPSWRS>/FRPSERW>/WRUT .\\ .]] &E )XQFWL833(5758668SSHU7UXVV6HJPHQW/DWHUDOHot Rolled Steel Properties/DEHO (>NVL@ *>NVL@ 1X 7KHUP () 'HQVLW\>OEIWA@ <LHOG>NVL@ 5\)X>NVL@ 5W$$*U$*U$*U%51'$*U%5HFW$*U%$$*UEnvelope AISC 15th(360-16): ASD Steel Code Checks0HPEHU 6KDSH &RGH&/RF>IW@ /& 6KHDU /RF>IW@ 'LU /& 3QFRP>N@ 3QWRP>N@ 0Q\\RP0Q]]RP&E (TQ&2/801+66;;\+E&2/801+66;;]+E&2/801+66;;\+E&2/801+66;;]+E),;('385/+66;;\+E/2:(5758+66;;]+/2:(5758+66;;]+E385/,1+66;;\+E385/,1+66;;\+E385/,1+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7$,/+66;;\+E7(16,21+66;;\+E7(16,21+66;;\+E833(5758+66;;]+E833(5758+66;;]+EMaterial Takeoff0DWHULDO 6L]H 3LHFHV /HQJWK>IW@ :HLJKW>/%@+RW5ROOHG6WHHO$*U%5HFW+66;;$*U%5HFW+66;;$*U%5HFW+66;;$*U%5HFW+66;;7RWDO+56WHHO5,6$'9HUVLRQ3DJH>&???????3B16/;7*66BBBBB,%&B'B$B&86720UG@ 3$1(/'$7$ ^ĞĐƚŝŽŶͬ/ƐŽŵĞƚƌŝĐsŝĞǁŽĨWĂŶĞůƌŽƐƐͲ^ĞĐƚŝŽŶ ^ĞĐƚŝŽŶWƌŽƉĞƌƚŝĞƐ;KƵƚŽĨWůĂŶĞĞŶĚŝŶŐͿ tĞŝŐŚƚ;ƉƐĨͿ &ď;ŬƐŝͿ /dž;ŝŶϰͿ ϯ͘ϱϱ ϭ͘ϲϱ Ϭ͘ϳϵϮ ůůŽǁĂďůĞ>ŽĂĚƐ >ŽĂĚƵƌĂƚŝŽŶ&ĂĐƚŽƌƐ;Ϳ ^ƉĂŶ>ĞŶŐƚŚƐ;ĨƚͿ  ϰ Ϭ͘ϵ ϱ ϭ͘Ϭ ϲ ϭ͘ϭϱ ϳ ϭ͘ϲ ϴ ϭ͘ϲ ϰ ϱ ϲ ϳ ϴ ϰ ϱ ϲ ϳ ϴ EŽƚĞƐ ϭ͘ Ϯ͘ dŚĞƐƉĂŶƐƐŚŽǁŶĂƐƐƵŵĞĞƋƵĂůƐƉĂĐŝŶŐďĞƚǁĞĞŶƚŚĞŵƵůƚŝͲƐƉĂŶĐŽŶĚŝƚŝŽŶƐ͘ ϯ͘ ϰ͘ ϮdžϲdŽŶŐƵĞĂŶĚ'ƌŽŽǀĞWĂŶĞůƐ ůůŽǁĂďůĞ>ŽĂĚƐ ^ŽƵƚŚĞƌŶzĞůůŽǁWŝŶĞEŽ͘ϭ WĞƌE^ϮϬϭϴ^ĞĐƚŝŽŶϮ͘ϯ͘Ϯ͕ƌĞĨĞƌĞŶĐĞĚĞƐŝŐŶǀĂůƵĞƐƐŚĂůůďĞŵƵůƚŝƉůŝĞĚďLJƚŚĞĂƉƉƌŽƉƌŝĂƚĞůŽĂĚĚƵƌĂƚŝŽŶĨĂĐƚŽƌ͕͘ dLJƉŝĐĂůĞŝƐŐŶ>ŽĂĚƐ ůůĐĂůĐƵůĂƚŝŽŶƐĨŽƌƉƌŽƉĞƌƚŝĞƐŽĨƉĂŶĞůƐĂƌĞĐĂůĐƵůĂƚĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞEĂƚŝŽŶĂůĞƐŝŐŶ^ƉĞĐŝĨŝĐĂƚŝŽŶ;E^ͿĨŽƌ tŽŽĚŽŶƐƚƌƵĐƚŝŽŶ͕ϮϬϭϴĚŝƚŝŽŶ͘ůůŽǁĂďůĞůŽĂĚƐĂƌĞďĂƐĞĚŽŶĂƚůĞĂƐƚƚǁŽƐĞĐƚŝŽŶƐŽĨƚŚĞƚŽŶŐƵĞĂŶĚŐƌŽŽǀĞ ĚĞĐŬŝŶŐŝŶƉůĂĐĞ͕ǁŝƚŚƚŽŶŐƵĞĂŶĚŐƌŽŽǀĞŝŶĐŽŶƚĂĐƚ͘ ϭϬϵ ϭϱϳ Ϯϰϲ dŚƌĞĞ^ƉĂŶ ^ƉĂŶdLJƉĞ ϴϳ ϭϮϲ ϭϵϳ ϰϵ ĞĂĚ>ŽĂĚ tĞŝŐŚƚŽĨƉĂŶĞůƐĂŶĚƌŽŽĨĐŽǀĞƌŝŶŐŵĂƚĞƌŝĂůŵƵƐƚďĞĚĞĚƵĐƚĞĚĨƌŽŵǀĂůƵĞƐƚŽŽďƚĂŝŶŶĞƚĂůůŽǁĂďůĞůŽĂĚ͘ ^ŝŶŐůĞ^ƉĂŶ DĞŵďĞƌ^ŝnjĞ ^Ğ;ŝŶϯͿ DĂ;ŝŶͲŬŝƉƐͿ ϲϰ ϴϳ ϭϮϲ ϭϵϳ ĂƌƚŚƋƵĂŬĞ>ŽĂĚ ůůŽǁĂďůĞ>ŽĂĚ;ƉƐĨͿ ϲϭ ϴϬ ϭ͘Ϯϲϴ Ϯ͘ϬϵϮϮΗyϲΗ >ŝǀĞ>ŽĂĚ ^ŶŽǁ>ŽĂĚ tŝŶĚ>ŽĂĚ dǁŽ^ƉĂŶ ϰϵ ϲϰ ^ĞĐƚŝŽŶ sŝĞǁŽĨdLJƉŝĐĂůWĂŶĞů /ƐŽŵĞƚƌŝĐsŝĞǁŽĨWĂŶĞůƐ 1. Section properties are calculated in accordance with the 2004 AISI North American Specification for the Design of Cold-Formed Steel Structural Members. 2. Va is the allowable shear. 3. Pa is the allowable load for web crippling on end & interior supports. 4. Ix is for deflection determination. 5. Se is for bending. 6. Ma is the allowable bending moment. 7. All values are for one foot of panel width. Notes: 1. Allowable uniform loads are based upon equal span lengths. 2. Positive Wind is wind pressure and is NOT increased by 33 1/3 %. 3. Live is the allowable live or snow load. 4. Deflection (L/180) is the allowable load that limits the panel's deflection to L/180 while under positive or live load. 5. Deflection (L/240) is the allowable load that limits the panel's deflection to L/240 while under positive or live load. 6. The weight of the panel has NOT been deducted from the allowable loads. 7. Positive wind and Live load values are limited to combined shear & bending using Eq. C3.3.1-1 of the AISI Specification. 8. Values of ASTM E1592 Wind Uplift Testing include a factor of safety of 1.67. Shaded areas are outside of test range. Contact McElroy Metal for more information. 9. Positive Wind and Live Load values are limited by web crippling using a bearing length of 2". 10. Web crippling values are determined using a ratio of the uniform load actually supported by the top flanges of the section. 11. Load Tables are limited to a maximum allowable load of 500 psf. 30.1 1.24800.04790.7800 Va kip/ft. 37.7 33.8 NO TEST DATA AVAILABLE69.5 61.1 52.9 49.1 45.2 41.3 2 Span 3 Span 4 Span ASTM E1592 Wind Uplift Testing Live Positive Wind Deflection (L/180) Deflection (L/240) Live Positive Wind 0.0860 1.68000.0561351.60 0.0400218.40 BOTTOM IN COMPRESSIONTOP IN COMPRESSIONSECTION PROPERTIES Ma kip-in./ft. Pa_end lbs/ft. Pa_int lbs/ft. Ix (in.4/ft.) Se (in.3/ft.) 26 497 3.50 91 Span in Feet Single 124 16 1161 51 40 500 91 Ma kip-in./ft. 1316 21 1732 1990 66 49 38 30 24500 306 129 257 172 121 88 66500 500 408 175 131 66 104 15 13 15 1322 17 17227 148 59 47 77 82 59 47 38 31 192638 31 Deflection (L/180) 500 500 26 22 19 498500 500 500 500 500 Deflection (L/240) 500 500 500 385 500 385 15 1262 46 36 28 1822 500 83 288 121 85181 242384 14 1637 30500 20114 62 48 24 34 28 1441 34 28 24 21 18 16 21 18 500 407 241 63 50 63 50 41 16 158 111 Positive Wind 500 407 241 158 111 24 155 109 79 59 19 1646 29 21 Deflection (L/240) 500 500 500 500 368 79 36 23 38 1419 16 31 25207 145 106 22 61 48 197 128 12 116690 51 40 32 27 27 12 1122 19 16 14 227 148 104 Deflection (L/180) 500 500 500 500 491 337Live 500 945 33 26 20 500 337 12 Deflection (L/240) 500 500 500 360 208 27 1482 60 45 34 197 128 90 40 32 13 117 192 162 309 232 82 51 77 88 22 19 17 15 Deflection (L/180) 500 500 500 481 Live 500 70 55 44 37280 26 22 19179 278 31 26 21 17 1531 6.00 6.50 179 70 55 44 37 17 WEIGHT (PSF) FY (KSI) Ix (in.4/ft.) 50.0 Allowable Uniform Loads (PSF) 8.007.00 7.50 8.50 Se (in.3/ft.) Medallion-Lok 16" 2.00 2.50 3.00Span Type 4.00 4.50 5.00 5.50 GAUGE Load Type 1.00 1.50 24 1.30 124Positive Wind 500 497 280 6/10/2013 APPENDIX F City of Renton Standard Park Entry and Park Rules Sign Memorandum FONT SELECTION CITY OF RENTON - PARKS & TRAILS SIGN PANEL MEMORANDUM Arial Bold Uppercase: Uppercase: Lowercase: Lowercase: Arial Regular Letter Spacing: Letter spacing (kerning) shall be automatic per the standard typeface; Kerning may be adjusted for best fit. This memo provides design direction and guidance for uniform signage at City of Renton’s parks. Though it provides design guidance it does not include all detailing. Contractor must submit shop drawing of each sign to show the sign panel, sign graphics, sign text, sign post/support detail, footings, and connections of sign panel to post(s) for City of Renton approval. These items should be adapted to each specific park’s context: 1. Design detailing that should be customized include: fastenings, post attachments, post sizing, footings, and lighting for the entry sign. Double sided signs are shown. 2. Dependent on each park’s needs(location, orientation,visibility), signs may be single sided, in which case the rear panel would not be included or the rear side could be left blank. 3. Based on the length of park names, entry sign dimensions may need to be adjusted for best fit. 4. Content for signs is shown for illustrative purposes only. Names, icons, text, rules, and all content is determined by each project and should be verified and approved by the City of Renton. ABCDEFGHIJKLMNOPQRSTUVWXYZ ABCDEFGHIJKLMNOPQRSTUVWXYZ abcdefghijklmnopqrstuvwxyz abcdefghijklmnopqrstuvwxyz SIGN PANEL DESIGN City of Renton - Parks and Trails: Sign Panel Memorandum April 26, 2021 1 of 6 PARK ICONS The following icons have been selected for City of Renton Park signs. Whenever possible, the icons should be accompanied by the nomenclature shown below. City of Renton - Parks and Trails: Sign Panel Memorandum April 26, 2021 2 of 6 PLAYGROUNDBASKETBALL PATHWAY/TRAIL RESTROOM TENNIS COURT PICNIC AREAPICNIC SHELTERBALLFIELD FONTS AND SYMBOLS PARK ENTRY SIGN Text/Symbol Font Size Park Name Arial Bold, All Upper Case 4” Height Park Address* Arial Regular, Sentence Case 3” Height “City of Renton” Text Arial Regular, All Upper Case 3” Height City of Renton Logo - 8” Diameter Park Amenity Symbols - 6”x6” Square MATERIALS Material Paint Type Protective Finish Main Panel High-Density-Urethane (HDU), Smooth Surface High Gloss $QWLJUDႈWL&OHDU&RDW per Paint Manufacturer Accent Panel High-Density-Urethane (HDU), Smooth Surface High Gloss $QWLJUDႈWL&OHDU&RDW per Paint Manufacturer City of Renton - Parks and Trails: Sign Panel Memorandum April 26, 2021 3 of 62’ - 4-1/2”3’ - 1”4” 1-1/2”, typ 5’-6” 4”Align left for front view Min. 4-1/2”; Verify minimum clearance based on site conditions Post/supporting structure detail, footing detail, and connections to Entry Sign Panel is by project. Main panel color HDU material Accent panel color Align right for rear view4” 2-1/2”, typ 2-1/2” 2”1/2”, typ2” 4” 2” 3-1/4” 1-3/4” 2-3/4” 4” 2” FRONT ELEVATION REAR ELEVATION *Use standard Postal Service abbreviations SIDE SECTION Arc Radius: 6’-8” Arc Length: 2’-8” Arc Radius: 14’-6-1/2” Arc Length: 1’-6-3/4” Arc Radius: 6’-7” Arc Length: 2’ Arc Radius: 2’-8” Arc Length: 1’-10-3/4” = End of Arc Arc Radius: 19’-2” Arc Length: 1’-7-3/4” Arc Radius: 5’-2” Arc Length: 1’-3-1/2” BOTTOM OF SIGN PANEL PANTONE 647 C Main panel color PANTONE 11-0601 TCX PANTONE 11-0601 TCX PANTONE 4152 C PANTONE 9 C PANTONE 7753 C PANTONE 730 C PANTONE 7737 C Accent panel color Text and Icon color COLOR PANEL COLORS RENTON CITY LOGO COLORS City of Renton - Parks and Trails: Sign Panel Memorandum April 26, 2021 4 of 6 WAYFINDING SIGN FONTS AND SYMBOLS Text/Symbol Font Size Park Amenity Text Arial Regular, All Upper Case 2” Height Arrow Symbols - 4”x4” Square Park Amenity Symbols - 4”x4” Square MATERIALS Material Size Paint Type Protective Finish All panels Aluminum 6mm thickness High Gloss $QWLJUDႈWL2YHUODPLQDWH City of Renton - Parks and Trails: Sign Panel Memorandum April 26, 2021 5 of 6 3’, typ 80” Clear Floor & Ground Space, typPer ADAAG4”, typ 2”2” 4” 1-1/2”5-3/4” 1” 4”, typ 4”, typ3/8”, typ 1-1/2”, typ 47°, typ 1/2”, typ 4”, typ FRONT ELEVATION REAR ELEVATIONSIDE ELEVATION ARROW SYMBOL DETAIL TYPICAL WAYFINDING PANEL BOTTOM WAYFINDING PANEL (SINGLE PANEL) 2-1/2” EQEQ 1-3/8”, typ 1-1/2” 1-1/2” 1” 1” See Arrow Symbol Detail Fastener Location Symbol Location: Full bleed to 3 sides Symbol Location: Full bleed to 2 sides Fastener Location Arc Radius: 7’-3” Arc Length: 1’-8-1/4” Arc Radius: 8’-3” Arc Length: 1’-8” Arc Radius: 17’-4” Arc Length: 1’-4” Arc Radius: 18’-1/2” Arc Length: 1’= End of Arc Provide two points of attachment per panel. Fasteners shall be stainless steel. Sizing and detailing for fasteners is by project and should be relative to the post and footing design. All fasteners shall be stainless steel. Any nuts, bolt heads, or washers used shall QRWGDPDJHWKH¿QLVKRIWKHSDQHOV Post and footing detail is by project. Color of posts to be black. PARK RULES SIGN FONTS AND SYMBOLS Text/Symbol Font Size Line Spacing Park Name/Welcome Arial Regular, All Upper Case 3” Height - Hours of Operation/Sunrise to Sunset/RMC Arial Bold, All Upper Case 1” Height - Call 911 to report... Arial Bold, Sentence Case 1” Height 1/2” Except for schedule activities/The following rules Arial Bold, All Upper Case 3/4” Height 1/2” For more information Arial Bold, Sentence Case 3/4” Height 1/2” Rules Text Arial Regular, Sentence Case 0.65” Height 0.325” “City of Renton” Text Arial Regular, All Upper Case 1-1/2” Height 1” City of Renton Logo - 6” Diameter - MATERIALS Material Size Paint Type Protective Finish All panels Aluminum 6mm thickness High Gloss $QWLJUDႈWL2YHUODPLQDWH City of Renton - Parks and Trails: Sign Panel Memorandum April 26, 2021 6 of 66’, typ4’-10”2-1/2” 2-1/2”2’4”8” 3’-0” 3” 1-3/4” 2-3/4” 2-1/2”1-1/2”, typ 3-1/4”1” 1-1/4” 1-3/4” 1-1/4”1” 1”2-1/2”1-1/2” 1’-2-5/8” 3/4”2-3/8” 1-3/4” 2” 1-1/2” Align left for front view Post and footing detail is by project. Color of posts to be black. Text taken from existing rule sign. 7REHFRQ¿UPHGE\ City of Renton 1. Provide minimum four points of attachment per panel. Sizing and detailing for fasteners is by project and should be relative to the post and footing design. 2. All fasteners shall be stainless steel. Any nuts, bolt heads, or washers used shall not damage WKH¿QLVKRIWKHSDQHOV Align right for rear view Arc Radius: 2’-4” Arc Length: 11-1/4” Arc Radius: 1’-6” Arc Length: 7-3/4” Arc Radius: 3’-6-1/2” Arc Length: 5-3/4” Arc Radius: 2’-7-1/4” Arc Length: 2’-3” Notes: Arc Radius: 2’-5” Arc Length: 1’-8-1/2” BOTTOM WAYFINDING PANEL (SINGLE PANEL) FRONT ELEVATION REAR ELEVATION SIDE ELEVATION = End of Arc Min. 10-1/2”; Verify minimum clearance based on site conditions APPENDIX G City of Renton 3URMHFWSign ϭ͛ͲϬ͟ϰ͛ͲϬ͟ϴ͛ͲϬ͟͟EKd^͗ϭ͘W/Ed/E'͘d,&E'^K&d,Ъ/E,W>ztKK^/'EKZ^,>>,sKEWZ/DKdEdtKKd^K&ydZ/KZED>͘d,WK^d^͕Z^E<K&^/'EKZ^,>>,sKEKdK&WZ/DZEydZ/KZED>͘d,<'ZKhEK>KZ/^t,/d͘Ϯ͘>ddZdzW^͘d,>ddZdzW^,>>>/Z/yWdd,>K'K^t,/,t/>>WZKs/zd,/dz͘>>>ddZ^EEhDZ^^,>>><͘ϯ͘ KEdZdKZdKWZKs/Zd/^dWZKK&&KZWWZKs>͘ϰ͟džϰ͟džϭϮ͛sĞƌƚŝĐĂůWŽƐƚƐ͕dƌĞĂƚĞĚ;dzW͘Ϳϰ͛džϴ͛džƚĞƌŝŽƌWůLJǁŽŽĚ;^ŵŽŽƚŚďŽƚŚƐŝĚĞƐ͕yͿϮ͟džϰ͟ŝĂŐŽŶĂůƌĂĐĞ͘&͘^ƚĚ͘Θƚƌ͘;dzW͘Ϳϲ͛ͲϬ͟ďŽǀĞ&';DŝŶͿϯ͛ͲϬ͟;DŝŶͿ</tE/^WZ</DWZKsDEd^Z,/dd͗ƌƵĐĞĞĞƐΘƐƐŽĐŝĂƚĞƐ͕>>͘KEdZdKZ͗KEdZdDKhEd͗Ψ^,h>͗WZ/>ϮϬϮϮͲDZϮϬϮϮ&hE/E'͗ϮϬϭϵWĂƌŬŽŶĚƐ͘