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