Loading...
HomeMy WebLinkAboutContractAGREEMENT CONTRACT NO. CAG-22-014 THIS AGREEMENT, made and entered into this _____ day of _______ � 2022 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and REDSIDE CONSTRUCTION LLC, hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1.Agreement. This agreement incorporates the following documents as prepared by PND Engineers, Inc., dated, July 18, 2022 if fully set forth herein: the latest Standard Specifications for the City of Renton and for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2.Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Gene Coulon l\{lemorial Beach Park North Water Walk Improvements: 1201 Lk Washington Blvd N Renton, CAG-22-014, including all changes to the Work and force account work, in accordance with the Contract Documents. 3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $4,659,432.00, which includes Washington State Sales Tax, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials, and equipment for the Work. 4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. Contract No. CAG-22-014 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 14th September 7.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR: CITY OF RENTON: Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a Redside Construction LLC CHECK ONE: 0 Limited Liability Company □Partnership □Corporation STATE OF INCORPORATION: Washington -----=------------------------------ CONTRACTOR CONTACT INFORMATION: Redside Construction LLC 600 Winslow Way E. Suite #237 Bainbridge Island, WA 98110 206-317-6400 sa m@redside.biz Attention: CITY CONTACT INFORMATION: City of Renton 1055 South Grady Way Renton, WA 98057 425-757-6657 bsevertsen@rentonwa.gov If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. Contract Template Updated 12/29/2017 Contract No. CAG-22-014 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 09/14/2022 DIVISION 00-PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 - BID PROPOSAL FORM e CITY OF RENTON HAND DELIVER TO: OFFICE OF THE CITY CLERK RENTON CITY HALL - LOBBY 1055 GRADY WAY, RENTON, WA 98057 BI D FORM for the GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS 1201 Lake Washington Blvd. North Renton.WA 98056 CAG-22-014 Bids Due: 2:00 PM PDT August 18. 2022 Bidder's Name: Redside Construction LLC Address: 600 Winslow Way E. Suite#237, Bainbridge Island, WA 98110 Telephone : 206-317-6400 (MUST BE COMPLETED AND SIGNED) Having carefully examined the Bidding Documents and Instructions to Bidders, the Project site and conditions affecting the Work, and all Addenda, the undersigned Bidder certifies that: (i) it has the personnel and means to complete the Work and (ii) it will furnish all labor, materials, equipment, and management to perform all Work required by, and in strict accordance with, the above-named documents for the following sum within the time fixed. All Bid amounts shall include overhead, profit, bonds, insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax). The undersigned Bidder certifies that it is, at the time of submitting the Bid, and shall remain throughout the period of the Contract, licensed by the State of Washington to perform the type of work required under the Contract Documents. It further certifies that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. A.BASE BID The Bidder agrees to complete the Work for this Project for the following lump sum Base Bid amount: -lL'"' reg_ Vb: \ \ : C)..., ri :oe... ½s>"'-�.re 9 -tkr-\-�� DOLLARS (words} Sc."e,... -\ "<=>.,;,Sa.J\d. $_--'S;::;;...+-___,_q_?__,;,=t_D_c_a-=--_____________ (numerals) Do not include in the Base Bid amount Washington State Sales Tax that will be paid based on the Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 1 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Seal DIVISION 00 -PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 -BID PROPOSAL FORM Contract Sum. B.ALTERNATE e See the Description of Work and Drawing Sheet in the Bidding Documents for descriptions of Alternates. Alternates shall not be included in the Base Bid amount. Alternates selected by the Owner will be added to the Base Bid amount. •Add Alternate A-Recoating Handrails, Bollards, Lights, and Pilot House: ADD\ \.t.>w k►1o�re� n !!)ft�• C :"c, -\ ",o�lld. Dollars (words} ($ -Z 9'5, 000 } (numerals} Do not include in the Alternate Bid amount Washington State Sales Tax that will be paid based on the Contract Sum. C.TRENCH EXCAVATION SAFETY PROVISIONS The Base Bid amount includes any trench-excavation safety provisions required for compliance with Chapter 39.04 RCW and Chapter 49.17 RCW, as applicable, and the amount included in the Base Bid is: $1.00 D.SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. As required by RCW 39.30.060, every Bidder must complete and provide the included Subcontractor listing forms (Form B and Form C} in accordance with the applicable timing requirements. E.RECEIPT OF ADDENDA Bidder acknowledges receipt of the following addenda: Addendum No.___,,,_#.,_A'-'8=/-=9._./2=2=------­ Addendum No. #8 8/15/22 Addendum No. __________ _ Addendum No. __________ _ All requirements therein are included in the appropriate Bid amount. F.CONDITIONS OF PROPOSAL 1.Determination of Low Bidder: a.The City of Renton (alternatively referred to as "Owner" or "City") reserves the right to award the Contract for the Project based on the Contractor's Base Bid and any selected Alternates(s), in whatever manner is in the City's best interest. 2.Overhead and Profit: a.All of the above Bid Prices shall include overhead, profit, bonds, insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax). G.PERIOD OF BID VALIDITY/ACCEPTANCE OF BID The undersigned hereby agrees that this Bid shall be a valid and firm offering for the period of sixty (60} days from the Bids Due date. Gene Coulon Memorial Park N orth Water Walk Improvements Bid Form Page 2 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal DIVISION 00 -PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 -BID PROPOSAL FORM e Within sixty (60) days from the Bids Due date, the City will act either to accept the Bid Form the lowest responsive and responsible Bidder, or to reject all Bids. The City reserves the right to request extensions of such Bid acceptance period. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the Bidder whose Bid is under consideration for acceptance, together with a request to furnish a bond (if required), evidence of required insurance to execute the Agreement set forth in the Contract Documents, and other designated documents. H.EXECUTION OF CONTRACT If the written Notice of Intent to Award Contract is mailed, telegraphed, or delivered via facsimile to the undersigned within the period of Bid validity noted above, or any time thereafter before this Bid is withdrawn, the undersigned will, within ten (10) days after the date of such notification, execute the City of Renton Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum ("Agreement") set forth in the Contract Documents. L.TIME FOR COMPLETION Substanti al Completion -The undersigned hereby agrees to Substantially Complete all the Work under the Base Bid (and accepted Alternates) no later than September 1, 2023. Notice to Proceed-Anticipated dat e for Notice to Proceed is October 3, 2022. Mobilization to Site -Anticipated date for contractor mobilization to site is October 10, 2022. Final Completion -All the Work shall achieve Final Completion in accordance with the contract documents within 30 calendar days after the date of Substantial Completion. LIQUIDATED DAMAGES The undersigned agrees to pay the Owner as liquidated damages the sum of $750.00 for each calendar day beyond the date upon which Substantial Completion of the entire Work is required to be complete until Substantial Completion is achieved, in accordance with the Contract Documents. K.BID SECURITY (As per the Biddin g Docume nts) If applicable, Bid Security must be submitted with the Bid Form . .b ACKNOWLEDGMENT The undersigned acknowledges that it has read, understands, and agrees to comply with all federal and state non-discrimination laws, regulations, and policies during the performance of the Work. Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 3 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Seal DIVISION 00 -PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 -BID PROPOSAL FORM Legal Name of Person or Entity Submitting Bid: Redside Construction LLC NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signatory: ----�---�---__,,..._ ________ Title: Owner/President Printed Name: Sam Berr y-------"-------------------------- Address: 600 Winslow Way E. Suite #237 City: Bainbridge Island State: __ W_'A� ____ ZipCode: 9811 0 Date: 8/18/22 Telephone: 206-317::6400 Fax: 360-343-0944 Washington Contractor's License No.: REDSICL925PU E-mail address: sam@redside.biz Federal Tax ID#: 26-3606305 Washington State UBI No.: 602-874-073 Expir ation Date: _1::..;:0'-'-/3 .... 1 ... /-=2=0=2=2 ______ _ Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page4 of 5 Provided to Builders Exchange of WA, Inc. For usage Condit�ons Agreement see www.bxwa.com -Always Verify Seal DIVISION 00 -PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 -BID PROPOSAL FORM e CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTES The undersigned Bidder hereby certifies, under the penalty of perjury, that within the three­ year period immediately preceding the Bid Submission date, the Bidder has not been determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries, or through a civil judgment entered by a court of limited or general jurisdiction, to have willfully violated, as defined in RCW 49.48.082, any provision of chapters 49.46, 49.48, or 49.52 RCW. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true an d correct. Redside Construction LLC Legal Name of Person or Entity Submitting Bid Signat� �ed Official* Sam Berry Printed Name Owner/President Title 8/18/2022 Date Check One: Bainbridge Island City Washington State Sole Proprietorship □Partnership □Joint Venture □Corporation □ LLC f:i State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: "If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. End of Bid Form Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 5 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal DIVISION 00 -PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 20 00 -Bidder's Qualification Statement PART 1 -GENERAL 1.1 SECTION INCLUDES A.Each Bidder submitting a proposal on work included in these specifications shall prepare and submit as part of this bid, the following information. 1.Name of Bidder:Redside Construction LLC 2.Business Address: 600 Winslow Way E. Suite#237, Bainbridge Island, WA 98110 3.Telephone: __ 2_06_-_31_7_-6_4_00 _______________ _ 4.How many years has said Bidder been engaged in the contracting business under the present firm name? �ears 5.Contracts now in hand (Gross Amount):$ 6,926,047.11 6.Experience with similar projects: List at least three (3) projects accomplished within the last five (5) years in which the Bidder constructed comparable projects of similar scope of Work and value. Include the name, telephone number and email address of the Owner or Owner's Representative responsible for the project. Describe how the project met customer satisfaction. The City of Renton will discuss performance with the named references. a.Provide FORM B Contractor Qualifications, per Section 00 80 00 FORMS. 7.Work Plan: Provide a Gantt chart or comparable of how the work will be done within the time window allowed. Include a schedule of activities planned. 8.Assigned Key Personnel: Provide a resume for the Project Manager, Superintendent,Foreman, and other key personnel th at will be assigned a nd committed to this project a.Provide FORM E -Qualifications of Project Key Personnel, per Section 00 80 00 FORMS. 9.List of company's major equipment. PART 2 -NOT USED. PART 3 -NOT USED. END OF SECTION Contract No. CAG-22-014 00 20 00 • 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Sea: GENE COULO N MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Proposal Bid Bond -FORM A FORM A Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] Reclside Construction LLC _________ of [address] 600 Winslow Way East. Suite 237,Bainbridge Island, WA 98110 as Principal, and [Surety] Western Surety Company a corpor ation duly organized under the laws of the State of __ S=o=u=th.:....D=-a=:kc:.::o=ta=-----------­ and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the Bid of said Principal for the Work herei nafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed Bid for the following construction, to wit: Gene Coulon Beach Memorial Park North Water Walk Improvements #CAG-22-014 said Bid and proposal, by reference thereto, being made a part hereof NOW, THEREFORE, if the said proposal Bid by said Principal be accepted, and the Contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said Contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Bidding Documents and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.2 00 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presen ts to be signed and sealed this 9th day of August , 2022 Redside Construction LLC [Principal] [Signa� hed official] BID BOND Western Surety Company 151 N. Franklin St., Chicago, IL 60606 [Address] (312) 822-5000 [Phone Number] PAGE 1 OF 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Seal Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Kathleen M Mitchell, Roxana Palacios, Holly E Ulf ers, Peggy A Firth, Lori Stark, Scott Alderman, Kathy Nye, Tara Koloski, Debbie Lindstrom, Amber Engel, Jamie Armfield, Individually of Seattle, WA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts -and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereol: duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMP ANY has caused these presents to be signed by its Vice President and its colJlorate seal to be hereto affixed on this 31st day of December, 2021. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY On this 31st day of December, 2021, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMP ANY described in and which executed the above instrument; that he knows the seal of said COIJloration; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said COIJloration and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said col]loration. My commission expires March 2, 2026 -------·-• !M. BENT j J�NOTARY PUBLIC�� :�SOUTH DAKOTA� ..................... + M. Bent, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMP ANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the co1Jl0!3tion printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscnbed my name and affixed the seal of the said corporation this 9th day of August , 2022. Form F4280-7-20!2 WESTERN SURETY COMPANY Go to www.cnasurety.com >owner/ Obligee Services> Validate Bond Coverage, if you want to verify bond authenticity. GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qual ifications/Evaluation -FORM B (Must submit with Bid Proposal) Contractor Name: Redside Construction LLC Date Incorporated: October 31 , 2008 Mailing Address: 600 Winslow Way E. Suite#237, Bainbridge Island, WA 98110 State Incorporated: Washington State Business Phone: 206-317-6400 Owner/President's Name: Sam Berry Contact Name and Title: Sam Berry / Owner Other or Former Organization Name(s) N/A Contact Phone: 206-317-6400 Contact Email: sam@redside.biz Reason for Name Change(s): PERFORMANCE EXPERIENCE •Has company been disqualified (debarred) from performing public work by State of Washington or federal government?Yes □ No 0••Are there any judgments, claims, arbitration proceedings or suits pending against company or its officers? Yes D No'eJ If Yes, please describe: Judgments•Has company ever failed to complete any work awarded to it? Yes D No g If Yes, please describe:•Has company been obligated for liquidated damages within the past 5 years? Yes □ No [A' If Yes, please describe: FINANCIAL INFORMATION 1.Average total annual value of construction work performed during the past 5 years: $9,262,564 2.Provide at least three trade references:•Name/Contact United Rentals I Doug York 360-373-1234•Name/Contact Bison Pipe & Supply LLC / Adrian Chavez 253-274-9800•Name/Contact Calportland Co. 1 Spencer Kull 206-764-3 024 3.Provide surety company and aaent name : Surety : Westem Surety Company Agent: US! Insurance Services PROJECT EXPERIENCE -Projects of Similar Scope Requiring Prevailing or Davis Bacon Wages within Past 5 Years (3 Required) PROJECT#1 Description Of Prqect: Original Contract Amount Anal Contract Amount: Project Name: Dickman Mill �ark Expansion & Project consists of driving 52 steel pilings, demo, new $1,611,124.00 $1,952,875 Headsaw Pro1ect upland pile supported wood decking plazas, grated Location/Address: rampts to the upland plaza; additional guard railings; Percent of Work Performed by Substantial Completion Date restoration of the historicmill head saw placed on a 2423 Ruston Way new base and supported on steel piles and steel Own Forces: 93.4%7/1/2021 Tacoma WA 98402 frame, restoration of the historic mill log carriage on Armas General Contractor:If not GC, describe role: existing in-water foundations and steel piles; a �ratedoverwater walkway and overwater view point with Yes No D wood deckinn· etc. Owner Name: Tacoma Metro Parks Architect Name: Project Required Prevailing or Yes bl] No DAnchorQEA Davis Bacon Wages? GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation -FORM B SEE ATTACHED CURRENT/ PAST PROJECTS LIST FOR MORE SIMILAR JOBS 11 Pa g,;: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Seal GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation -FORM 8 (Must submit with Bid Proposal) Phone: 253-305-1054 Email: krislie@tacomaparks.com PROJECT#2 Project Name: SCWQP-Ballard Earty Work Package Location/Address: 5300 24th Ave. NW Seattle WA Owner Name: City of Seattle Phone: 206-684-5080 Email: cynthia.blazina@seattle.gov PROJECT#3 Project Name: City Dock Improvements Lo cation/ Address: 5834 Ward Ave NE Bainbridge Island WA 98110 Owner Name: City of Bainbridge Island Phone: 206-780-3721 Email: mepstein@bainbridgewa.gov Phone: 206-287-9130 Email: asponner@anchorqea.com Description Of Project: Removal and replacement of existing combined sewer overtlow (CSO) outfall; replacement of existing pie with a new 200ft pile supported concrete pier; remediation of contaminated site soils, including shoring, dewatering, soils excavation, transport, and disposal; Installation of temp. electrical services for future project; relocation of existing water lines and other utilities to support outfall removal, and soil remediation. Archi tect Name: Coast & Hamor Engineering Phone: 425-7 78-6042 Email: not available Description Of Project: Construction of dock improvements including, without limitation, demolition of existin� dock, and pilings, and replacement with new pili�s, oats, utilities, and amenities. Work includes emolition, including underwater debris removal; installation of new floats; water, fire, sewer, and electrical lines; concrete launch ramp extension; gate and fencing; dock appurtenances; and associated work Archi tect Name: PND Engineers INc Phone: 206-624-1387 Email: SRobert@pndengineers.com Original Contract Amount $7,540,809 Pe rcent of Work Performed by Own Forces: 86% Firm gs General Contractor: Yes No D Project Required Prevailing or Davis Bacon Waaes? Odginal Contract Amount $2,033,771 Percent of Work Performed by Own Forces: 57% Firm was General Contractor: YesQJ' No D Project Required Prevailing or Davis Bacon Wages? Final Contract Amount: $9,285,044 Substantial Completion Date 5/14/2020 If not GC, describe role: � Yes� No D Final Contract Amount: $2,103,762 Subst antial Completion Date 6/28/2018 If not GC, describe role Yes.J.t] No U SEE ATTACHED CURRENT / PAST PROJECTS LIST FOR MORE SIMILAR JOBS GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation • FORM B Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Seal 21 pa g;;;; EQUIPMENT LIST Equipment Description & Specifications Manufacturer Model# or Year (incl. Attachment Description, if applicable) Serial Number 100 KW Genset PACO Olympian 2008 16' Isuzu Tilt Bed/ Flat Bed Truck Isuzu NPR 16' flatbed 2000 20' Pacific Skiff (incl 90 hp 4-stroke Yamaha) Custom Pacific Skiff 2005 40' Tug 'Resolute' Custom S00HP Cummins rebuilt 2017 500 gal fuel tank (incl BFP, Dispenser), Fuel Tanks Ace Tank New 2010 Bobcat E-45 Mini-Excavator Bobcat E-45 2013 Bucket Attachment Custom 2cy bucket or broom Cat 345 CL Excavator (110,0001b) incl 68' long boom/ stick CAT 345CL 2008 Chevy Silverado Chevy Silverado 2018 Dodge Ram 1500 Dodge Ram 2017 Dredgepack GPS System Hypack Custom 2010 Furukawa Skid Steer Mini-Ex Combo Breaker Furukawa K-FX45ACP-QA 2018 Grove 2009 Hydraulic Mobile RT Lift Crane sot Grove RT-600E 2009 Honda Shp Gensets & Trash Pumps Honda Shp 2006 H usqvarna Concrete Saw 11-13 HP Husqvarana FS400 2018 JLG Forklift 2006 Lincoln LN-25s Lincoln LN-25 M1100 Manitowoc 110 ton crane Manitowoc M1100-1 2014 Magnum Light Tower/ Light Tree Magnum Shp 2010 Mid Size Equip: Plate Compactors I Jumping Jacks/ Saws 2017 Miler Trailblazer Welder Miller 25hp 2013 Miller 400 amp Blue Box welder(s) Miller bobcat-400 amp 2007 Mitsubishi Fuso Mitsubishi Fuso 2017 Ride-on Street Sweeper Ride On 2015 Telehandler Forklift 1 (11,000#) JLG/ Skytrack 10054E 2014 Telehandler Forklift 2 (10,000#) JLG/ Skytrack 10054 2012 Torch Sets Vac Pump Gorman 2006 SAMUEL W. BERRY-PROJECT MANAGER/ OWNER 8598 Belle Hill Rd, Bainbridge Island, WA 98110• 206-780-6915 EDUCATION UNIVERSilY OF WASHINGTON 1998-2002 (3.42 GP A) Degree 1: Bachelor of Science in Construction Management - 2002 Degree 2: Bachelor of Arts in Architecture -2001 Honors Student; Member: Sigma Lambda Chi Honors Society in Construction -2002 ASC Div. 7 Design-Build Student Competition Championship Team - 2002 SANTA CLARA UNIVERSI'IY Fall 1991-Spring 1993 Communications Major EXPERIENCE REDSIDE CONSTRUCTION LLC: OWNER / PRESIDENT President / Owner: Redside Construction: 2008-present -Owner / Founder of a Redside Construction LLC, a General Marine Construction Company specializing in heavy civil and marine public works construction projects. -Experience in public works construction since 15 years of age, worked for multiple contractors from large to small on over 200 projects ranging from $50k to the $750 million -Learned the fundamental principles of building construction, engineering, and design at an early age while helping to build, manage, and maintain a sustainable family business. GLOBAL AQUA LLC: FLOAT MANUFACTURING: SENIOR PROJECT MANAGER CAICOS CORPORATION: GENERAL/ MARINE CONSTRUCTION: PROJECT MANAGER President / Owner: Redside Construction VP / Project Manager: Caicos Corp / Global Aqua (2004-2008) Superintendent of small public works: Gune 2000-2001) Labor Foreman: Guly 1997-June 2000) Carpenter/Laborer: (summers 1984-1993) -Managed all aspects of hundreds of projects from conception & bidding to final completion including all elements of business management, financial management, contracting, bidding, budgeting, scheduling, and construction management. ALDRICH & AsSOCIATES INC: Project Engineer: Gune 2002-March 2004) -Project Engineer & Estimator in the office for commercial & high-end residential projects. -Responsibilities performed include estimating, scheduling, RFI's, change orders, submittals, meeting minutes, subcontractor coordination, field team management, procurement, closeout, CAD detailing of all wood & masonry walls, and small projects management. .. SKANSKA USA: Project Engineer: (Sept 2002-June 2002) Project Engineer during Phase 1 of the $750 Million Immunex Helix Project. -Successfully handled work responsibilities while studying in 2 degree programs at the UW.MACLEOD DESIGNS, LTD: Draftsman: (summer 2001) -Learned the fundamental principles of architectural drafring and design practice.-Created contract drawings and managed high-end residential projects during construction.ODWALLA. INC. Area Business Manager-Eugene, Or. (May 1996-June 1997) Route Sales (1993-1995) -Learned to manage people, budgets, time, merchandise, and sales.-Helped to create business operations in Bellingham, Seattle, and Eugene markets.SPECIAL PROJECTS UNIVERSITY OF WASHINGTON Design Build Program: Cuba & Mexico 2001. -Participant in the complete design & construction of a children's library in Cuernvaca Mexicoand social club for a farmer's cooperative in Havana, Cuba. DAVID S. BERRY -SENIOR SUPERINTENDENT CHIEF MA.RINE CONSTRUCTION OPERATIONS MANAGER/ SUPERINTENDENT OF WORKS OWNER/ PRESIDENT OWNER P.M. /OWNER/ CQCM 2005-Present Owner/ Senior Project Manager-Paci.ica Construction Wee President, Blossom Construction Co. JEREMY J. HELSER -SUPERINTENDENT 4631 E Agate Rd, Shelton, WA 98584 JHelser@icloud.com (360)250-4328 INTRODUCTION Superintendent of Redside Construction public works since 2014. 10+ years' experience in Heavy Civil Construction, Underground Utilities, Mechanical pipe, Sewage treatment facilities; 5 years of successful work as a Superintendent, overseeing start to finish construction of projects. Comprehensive knowledge and experience with Heavy Civil Construction, Government, commercial and industrial contract documents to include plans, specifications, quality control programs. Has achieved highest level of proficiency in construction contract administration, construction management; inspection; & project controls, project scheduling & trade coordination, government reporting and field documentation with 10+ years of work experience. Certified, competent person for Shoring/ Excavation safety, confined space entry, and CPR. EXPERIENCE 2014-Present REDS/DE CONSTRUCTION SITE SUPERINTENDENT/GENERAL FOREMAN Bainbridge Island, WA Site Superintendent and Field Construction Foreman of general marine construction, heavy civil, and public works for Redside Construction since 2014. Directly responsible for all phases of construction, to include pre-construction, project start up, scheduling, procurement, inspections, coordination of trades, Safety management, field operational controls, Production, RFl's, RFPs, Submittal review and compliance. Emphasis on direct communication with project management team, architect, engineering, contract management, and owners on a day-to-day basis. 2010-2014 TRITON MARINE CONSTRUCTION CORP. GENERAL FOREMAN Bremerton, WA Field Construction Foreman of general marine construction, heavy civil, and public works. Assisted with all phases of construction, to include pre­ construction, project start up, scheduling, procurement, inspections, coordination of trades, CUC/quality control, Safety management, field operational controls, Production, RFl's, RFPs, Direct communication with project management team, architect, engineering, contract management, and owners on a day-to-day basis. Accessed the highest level of security on Kitsap Bangor Naval Base to successfully complete sea walls for the government. Sam Berry Project Manager / Owner 13+years Redside Construction LLC, Bainbridge Island WA See attached resume 35years 35years Dickman Mill Park Expansion & Headsaw Project Tacoma Metro Parks 2021 SEE ATTACHED CURRENT / PAST PROJECTS LIST Tacoma Metro Parks Kristi Evans 253-305-1054 kristie@tacomaparks.com Anchor QEA Anna Sponner 206-287-9130 asponner@anchorqea.com City Dock Improvements City of Bainbridge Island City of Bainbridge Island Mark Epstein mepstein@bainbridgewa.gov 206-780-3721 PND Engineers Inc Steve Robert 206-624-1387 SRobert@pndengineers.com SCWQP- Ballard Early Work Package City of Seattle SEE ATTACHED CURRENT / PAST PROJECTS LIST 2020 City of Seattle Cynthia Blazina 206-684-5080 cynthia.blazina@seattle.gov Coast & Harbor Engineering 425-778-6042 **See attached Projects list for more similar jobs. David Berry Senior Superintendent 13+years Redside Construction LLC, Bainbridge Island WA See attached resume 58years 58years Dickman Mill Park Expansion & Headsaw Project 2021Tacoma Metro Parks SEE ATTACHED CURRENT / PAST PROJECTS LIST Tacoma Metro Parks kristie@tacomaparks.com Kristi Evans Anchor QEA 253-305-1054 Anna Sponner 206-287-9130 asponner@anchorqea.com SEE ATTACHED CURRENT / PAST PROJECTS LIST 2018City Dock Improvements City of Bainbridge Island City of Bainbridge Island Mark Epstein 206-780-3721 mepstein@bainbridgewa.gov PND Engineers INc Steve Robert 206-624-1387 SRobert@pndengineers.com See attached Projects list for more similar jobs. SCWQP- Ballard Early Work Package 2020City of Seattle SEE ATTACHED CURRENT / PAST PROJECTS LIST Coast & Harbor Engineering 425-778-6042 City of Seattle Cynthia Blazina 206-684-5080 cynthia.blazina@seattle.gov ** SSAAMMUUEELL WW.. BBEERRRRYY-- PPRROOJJEECCTT MMAANNAAGGEERR // OOWWNNEERR 8598 Belle Hill Rd, Bainbridge Island, WA 98110• 206-780-6915 EEDDUUCCAATTIIOONN___________________________________________________ UUNNIIVVEERRSSIITTYY OOFF WWAASSHHIINNGGTTOONN 1998-2002 (3.42 GPA) Degree 1: Bachelor of Science in Construction Management - 2002 Degree 2: Bachelor of Arts in Architecture - 2001 Honors Student; Member: Sigma Lambda Chi Honors Society in Construction - 2002 ASC Div. 7 Design-Build Student Competition Championship Team - 2002 SSAANNTTAA CCLLAARRAA UUNNIIVVEERRSSIITTYY Fall 1991-Spring 1993 Communications Major EXPERIENCE__________________________________________________ RREEDDSSIIDDEE CCOONNSSTTRRUUCCTTIIOONN LLLLCC:: OOWWNNEERR // PPRREESSIIDDEENNTT President / Owner: Redside Construction: 2008-present -Owner / Founder of a Redside Construction LLC, a General Marine Construction Company specializing in heavy civil and marine public works construction projects. - Experience in public works construction since 15 years of age, worked for multiple contractors from large to small on over 200 projects ranging from $50k to the $750 million -Learned the fundamental principles of building construction, engineering, and design at an early age while helping to build, manage, and maintain a sustainable family business. GGLLOOBBAALL AAQQUUAA LLLLCC:: FFLLOOAATT MMAANNUUFFAACCTTUURRIINNGG:: SSEENNIIOORR PPRROOJJEECCTT MMAANNAAGGEERR CCAAIICCOOSS CCOORRPPOORRAATTIIOONN:: GGEENNEERRAALL // MMAARRIINNEE CCOONNSSTTRRUUCCTTIIOONN:: PPRROOJJEECCTT MMAANNAAGGEERR President / Owner: Redside Construction VP / Project Manager: Caicos Corp / Global Aqua (2004-2008) Superintendent of small public works: (June 2000-2001) Labor Foreman: (July 1997-June 2000) Carpenter/Laborer: (summers 1984-1993) - Managed all aspects of hundreds of projects from conception & bidding to final completion including all elements of business management, financial management, contracting, bidding, budgeting, scheduling, and construction management. AALLDDRRIICCHH && AASSSSOOCCIIAATTEESS IINNCC:: Project Engineer: (June 2002-March 2004) - Project Engineer & Estimator in the office for commercial & high-end residential projects. - Responsibilities performed include estimating, scheduling, RFI’s, change orders, submittals, meeting minutes, subcontractor coordination, field team management, procurement, closeout, CAD detailing of all wood & masonry walls, and small projects management. SSKKAANNSSKKAA UUSSAA:: Project Engineer: (Sept 2002-June 2002) - Project Engineer during Phase 1 of the $750 Million Immunex Helix Project. -Successfully handled work responsibilities while studying in 2 degree programs at the UW. MMAACCLLEEOODD DDEESSIIGGNNSS,, LLTTDD:: Draftsman: (summer 2001) -Learned the fundamental principles of architectural drafting and design practice. -Created contract drawings and managed high-end residential projects during construction. OODDWWAALLLLAA IINNCC.. Area Business Manager-Eugene, Or. (May 1996-June 1997) Route Sales (1993-1995) -Learned to manage people, budgets, time, merchandise, and sales. -Helped to create business operations in Bellingham, Seattle, and Eugene markets. SPECIAL PROJECTS _ ____________________________________________ UUNNIIVVEERRSSIITTYY OOFF WWAASSHHIINNGGTTOONN Design Build Program: Cuba & Mexico 2001. -Participant in the complete design & construction of a children’s library in Cuernvaca Mexico and social club for a farmer’s cooperative in Havana, Cuba. DDAAVVIIDD SS.. BBEERRRRYY ––SSEENNIIOORR SSUUPPEERRIINNTTEENNDDEENNTT 528 Winslow Way E.; Bainbridge Island, WA 98110 INTRODUCTION________________________________________________ Chief Superintendent & Quality Control Manager of Redside Construction public works since company inception. Previous construction experience includes Founder / Owner of 3 major marine construction company’s since 1984. Over 30 years extensive experience in the Construction Industry including functioning as Company President, Senior Project Manager, Quality Control Manager, Company Chief Project Superintendent, and Chief Estimator on over 525 public and private works projects between $100,000-$10 million in value. Comprehensive knowledge and experience with Government, commercial and industrial contract documents to include plans, specifications, quality control programs including USACE EM 385-1-1, OSHA, NAVFAC, AHA/Activity Hazard Analysis and government safety programs. Has achieved highest level of proficiency in construction contract administration, construction management; inspection; & project controls, project scheduling & trade coordination, government reporting and field documentation via 3 decades of work experience. EXPERIENCE__________________________________________________ RREEDDSSIIDDEE CCOONNSSTTRRUUCCTTIIOONN LLLLCC:: MMAARRIINNEE CCOONNSSTTRRUUCCTTIIOONN;; CCHH II EE FF MM AARR IINN EE CC OONN SSTT RR UU CCTT II OONN OOPP EE RR AATT II OONN SS MM AANN AAGGEE RR // SSUU PP EE RR IINN TT EE NN DDEE NN TT OOFF PPUU BB LL II CC WWOORR KKSS 2008-Present – General Marine Superintendent/ Construction Quality Control Manager Port Gamble, WA Chief Superintendent and Field Construction Manager of all general marine construction and public works for Redside Construction since the company’s inception. On-site Field Manager of all field and marine construction operations for Redside major public works marine projects. Directly responsible for all phases of construction, to include pre- construction, project start up, scheduling, procurement, inspections, coordination of trades, CQC/quality control, Safety management, field operational controls, Production & CQC reports, RFI’s, RFPs, Submittal review and compliance. Emphasis on direct communication with project management team, architect, engineering, contract management and owners on a day-to-day basis. Has operated as a member of a family business team with son Sam in general marine construction and heavy civil public works construction since 1984, completing over 525 public works projects as a father and son team. PPAACCIIFFIICCAA,, LLLLCC:: RREESSIIDDEENNTTIIAALL CCOONNSSTTRRUUCCTTIIOONN;; OOWWNN EE RR // PP RR EE SSIIDDEE NN TT GGLLOOBBAALL AAQQUUAA,, LLLLCC:: FFLLOOAATT MMAANNUUFFAACCTTUURRIINNGG;; PP ..MM .. // OOWWNN EE RR CCAAIICCOOSS CCOORRPPOORRAATTIIOONN:: MMAARRIINNEE CCOONNSSTTRRUUCCTTIIOONN;; PP ..MM .. // OOWWNN EE RR // CC QQCC MM 1984-2008 Owner / President & Senior Project Manager – Caicos Corporation Bainbridge Island Wa; Port Gamble Offices, WA Owner, Senior Project Manager, Project Superintendent, Construction Quality Control and Chief Estimator for over 525 major projects ranging up to $10M in value. Extensive experience performing work for public entities such as federal agencies, counties, cities, port districts, state, and government agencies. 30 years experience in marine construction, including extensive expertise in construction logistics, equipment, scheduling, estimating, field management, Quality Control Management, safety, technology, management, and materials procurement. Specialized knowledge & experience in marine construction project controls and logistics. Also has performed field and project management services for a variety of private, government, and commercial owners for building construction, general marine construction projects, infrastructure improvements, and professional consultation services. PPAACCIIFFIICCAA CCOONNSSTTRRUUCCTTIIOONN,, LLLLCC:: 22000055--PPrreesseenntt OOww nn ee rr // SS ee nn ii oorr PP rroojjee cc tt MM aa nn aa gg ee rr-- PP aa cc ii ffii cc aa CC oonn ss ttrruu cc ttii oonn PPoorrtt GGaammbbllee OOffffiiccee,, WWAA Builder & developer of many residences, including high end custom residential projects since the late 1970’s. Started Pacifica to construct several residential high end homes and custom remodels ranging from $750,000 - $3 million. 11998811--11998855 VVii cc ee PP rree ss ii dd ee nn tt,, BB llooss ss oomm CC oonn ss ttrruu cc ttii oonn CC oo.. Bainbridge Island, WA Managed general construction activities for general and underground utilities contractor. Duties included estimating & project management. COMMUNITY AFFILIATIONS_________________________________________ Member of Board of Directors, American Marine Bank Chairman of Board of Community Mortgage Bainbridge Island Harbor Commissioner Member Near Shore Policy Group Married, two sons, two daughters Company/Client Name Project Title Contract #Contract Value Description of Scopes of Work Type of Contract Estimated Completion Date Point of Contact (POC) POC Telephone # Company Performing Work JUB Enginereering and Simplot Legrow Pipeline Project EE $14,972,200 GC / CM for major Pipelin Project, incl construction of 3 ea 60" x 3000lf long Intake Pipes in Columbia River, Flexi Float Barges, Pile Driving from Barges, Pump Plant, and Existing Pipelines & Pump Plant Demolitions Private CURRENT, 2023 Gary Weatherly 509 783 2144 . C 509 737 7320 REDSIDE CONSTR. Port Gamble S'Kallam Tribe South Boat Ramp Replacement G&O 15614.01 $3,534,000.00 The project will consist of demolishing and wastehauling of the existing boat ramp and construction a pile supproted dual lane ramp with center floating dock Public Works CURRENT, Oct-2022 Barry Baker 360-454-5490 REDSIDE CONSTR. University of Washington APL Floating Dock Restoration $2,697,000.00 Procurement of the float modules, steel access bridge, crane, new concrete abutment, Design and engineering Public Works CURRENT Nov-2022 Steve Robert 206-523-0024 ext 138 REDSIDE CONSTR. Port of Poulsbo Port of Poulsbo Boat Launch Replacement $595,821.25 Replacement of the Boat Launch Ramp, repair of the dock bulkhead, replacement of the boarding float and piling, cast in place abutment and stairs, and stormwater/upland improvements Public Works 7/30/2021 John Piccone 360-337-0029 REDSIDE CONSTR. Port of Tacoma WUT Fender System Replacement 71421 $1,711,100.00 Demolition of the existing fender systems including the precast concrete, fender piles, steel walers, chains, cables, and arch fenders. Installation of new fender systems that include cone fenders, UHMW-PE faced steel fender panels, chains, and anchorages. Repairing damaged concrete bullrail and water vault. Public Works 11/17/2021 Elly Bulega 253-428-8638 REDSIDE CONSTR. Metro Parks Tacoma Dickman Mill Expansion and Head Saw 202071J $1,611,124.00 The Dickman Mill Park Expansion and Head Saw Project consists of driving 52 steel piling, demo, new upland pile supported wood decking plazas;grated ramps to the upland plaza; additional guard railings; restoration ofthe historic mill pulley on placed wood decking; restoration of the historicmill head saw placed on a new base and supported on steel piles;restoration of the historic mill log carriage on existing in-water foundations and steel piles; a grated overwater walkway andoverwater view point with wood decking; etc. Public Works 7/1/2021 Kristi Evans 253-305-1054 REDSIDE CONSTR. Washington State Parks and Recreation Wave Attenuator Emergency Repairs SW-DA951 $130,115.37 Emergency Repairs to floating Wave Attenuator. Public Works 5/4/2021 Larry Mallo 360-725-9758 REDSIDE CONSTR. Army Corps of Engineers Alki Seawall / Coastal Erosion Control Project W912DW-19-C- 0033 $3,198,600.00 The work includes construction of a new soldier pile and precast concrete seawall waterward of the existing seawall, including work around an existing 54" outfall pipe owned by King County Federal 3/15/2021 Jenna Cunningham 253-363-0721 REDSIDE CONSTR. Chelan County PUD#1 Park Moorage Dock Replacement 20-04 $721,525.00 Replace Moorage docks at three parks on the columbia river. New docks and pile driving Public Works 2/28/2021 Court Hill 509-661-4143 REDSIDE CONSTR. PME / Department of the Navy BFHF7M Shoreline Remedy Repairs at BNC Bremerton Naval Complex 8004 $292,650.00 All Labor, Material and Equipment for a complete installation of shoreline remedy repairs. Includes all marine equipment and transportation; including but not limited to a crane barge, a deck barge and marine tug support as necessary for transport & installation of 300 tons small armor, filter & rat rock for shoreline rock Federal 1/1/2021 Seth Tinkham 360-598-9310 REDSIDE CONSTR. City of Bellevue Midlakes Pump Station Capacity Improvements 19022 $5,772,179.00 Demolition of existing pump station; Demolition on an existing building; Excavation and installation of new gravity sewer, deep manholes, and.force main under artesian conditions; Installation of new pump station, wet well, valve vault, meter vault,(under artesian aquifer conditions) control building, standby gene rator, RTU equipment, electrical and mechanical components; Groundwater Control during construction using dewatering. Public Works 1/1/2021 Vanaja Rajah 425-452-5286 REDSIDE CONSTR. Boat Street Marina Boat Street Marina Phase II $336,850.95 Demolition and disposal of existing approximately 3250 sq. ft. wharf including the removal of 41 piles. Construction of new 725 sq. ft. grated pier including the installation of 16 steel piles. Public Works 3/15/2021 Steven Agnew 206-634-2050 REDSIDE CONSTR. Port of Keyport Port of Keyport Boat Launch Reconstruction Project $536,346.49 The project generally consists of the removal and replacement of the existing concrete boat launch, pier renovations, and upland improvements. Upland improvements generally include but are not limited to new concrete slabs, demolition of the existing abandoned pump house, installation of a new low-pressure sanitary sewer service, and asphalt resurfacing. Public Works 3/27/2020 John Piccone 360-337-0029 REDSIDE CONSTR. Army Corps of Engineers LWSC ECS Crane Replacement W912DW-17-C- 0008 $5,225,820.00 Demolition and removal of the existing derrick crane, will require cutting the boom, mast, and stifflegs into easilyhandled sections for transport and disposal. These components are coated with paint that contains lead. The Contractor shall cut the crane components into sections utilizing a combination of flame cutting and mechanical cutting tools. The crane is centered 12 feet from the waterway. Conduct activities in a manner to preclude lead from escaping the control area and entering waterway. Federal 3/30/2020 Michael Bondor 206-764-3533 REDSIDE CONSTR. CURRENT / PAST PROJECTS REFERENCE LIST City of Seattle SCWQP- Ballard Early Work Package 2017-026 $7,540,809.00 This project consists of the following elements of work: Removal and replacement of existing Combined Sewer Overflow (CSO) Outfall; Removal and replacement of existing timber pier.; Remediation of contaminated site soils, including shoring, dewatering, soil excavation, transport, and disposal.; Installation of temporary electrical services for future project.; Relocation of existing water lines and other utilities to support outfall removal, temporary electrical service installation, and soil remediation. Public Works 1/17/2020 Cynthia Blazina 206-684-5080 REDSIDE CONSTR. City of Edmonds Five Comers Reservoir Recoating E5KA/c473 $2,822,374.00 The project entails complete recoating the 1.5 MG and 3.0 MG welded steel reservoirs and seismic upgrades to the 1.5 MG reservoir. Related work includes installation of overflow piping with air gap structure, roof vent hood assembly repl acement, ladder fall protection systems, manway retr ofits and cathodic protection (as an additive alternate) for both reservoirs; roof access hatch and landing for the 1.5 MG reservoir; and miscellaneous yard piping Public Works 5/1/2019 Henry Schoder 425-771-0220 REDSIDE CONSTR. City of Bainbridge Island Waterfront Park Bridge Repair $141,536.50 Construction of bridge improvements including, without limitation, demolition of the existing bridge decking, railings, and lighting, and replacement with new decking, railings, and lighting. Work includes: demolition, including debris containment and removal; installation of new decking, guardrails, and\ lighting; and associated work. Public Works 3/1/2019 Mark Epstein 206-780-3721 REDSIDE CONSTR. Kitsap County Public Works Wastewater Division Manchester Pump Stations and Beach Lines Rehabilitation KC-496-16 $5,268,656.39 construction include: Pump station rehabilitations including new; submersible wastewater pumps, wet wells, valve/meter vaults, and onsite piping at three existing pump station sites. New MCC and main control panels at all three pump stations. New standby generators at all three pump stations. Elevated concrete slabs, steps and handrails at all three pump stations. Associated site work and surface restoration at all three sites. Decommissioning and removal of three existing pump stations. Shoreline stabilization at two sites. Cured-in-place pipe (CIPP) beach line sewer rehabilitation and Coating.. Public Works 9/24/2018 Floyd Bayless 360-337-5631 REDSIDE CONSTR. Port of Seattle Terminal 5 Pile Removal & Disposal $2,679,000.00 Demolition of existing timber piers 23, 24, 25, and 26 and Shipway north of the Inner Harbor Line. This includes the demolition of timber piles to the mud line, timber deck, miscellaneous abandoned utility lines, and miscellaneous steel items: saddles, tie straps, latter sect. Other work includes the demolition of existing steel sheet pile wall to the existing mud line. Regrade the site behind the demolished wall and installation of rip-rap along the slope. Public Works 2/15/2018 John H. Van Deursen 206-384-0613 REDSIDE CONSTR. City of Bainbridge Island City Dock Improvements $2,033,771.05 Construction of dock improvements including, without limitation, demolition of the existing city dock and pilings, and replacement with new pilings, floats, utilities, and amenities. Work includes demolition, including underwater debris removal; installation of new floats; water, fire, sewer, and electrical lines; concrete launch ramp extension; gate and fencing; dock appurtenances; and associated work. Public Works 3/31/2018 Mark Epstein 206-780-3721 REDSIDE CONSTR. Kitsap County Public Works Roads Division NE West Kingston Road Carpenter Creek Culver Replacement KC-461-16 $3,697,426.44 This contract provides for the improvement of NE West Kingston Road by constructing a Bridge over Carpenter Creek in the Kingston vicinity of northern Kitsap County. The work proposed consists of three schedules, Roadway Improvements, Sanitary Sewer and Water Main. Schedule A, Roadway Improvements consists of Preparation, Grading, Drainage, Storm Sewer, Surfacing, Cement Concrete Bridge Structure, Coating, HMA Pavement, Erosion \ Water Pollution Control, Traffic Safety and Control, Cement Concrete Traffic Curb and Gutter and Sidewalks, Gravity Block Wall and other work. Schedule B Sanitary Sewer consists of HDPE Sewer Pipe and Pipe Casing. Schedule C - Water Main consists of HDPE Pipe for Water Main. Public Works 4/30/2018 Floyd Bayless 360-337-5631 REDSIDE CONSTR. Bureau of Reclamation Cle Elum Radial Gate Modification R15PC00143 $2,343,818.00 Removal of corrosion prevention coating on portions of the radial gates; Handling and disposing of the removed coating; Removal of steel expanded metal and angle supports at top of radial gates 1through 5; Removal of the ports installed in radial gate 1; Surface preparation of portions of the gates, prior to welding; Furnishing and installing fabricated metal components on five radial gates; Furnishing and installing fabricated metal components to fill temporary ports in radial gate 1; Furnishing and installing aluminum skin plate on downstream side of five radial gates; Replacing rubber side seals on five radial gates; Spot repair coatings on five radial gates; Coating new metalwork on the radial gates; Overcoating existing metal handrails and hoist mounts. Federal 3/31/2017 Veniamin (Ben) Radchuk 208-378-5116 REDSIDE CONSTR. Chelan County PUD#1 Rocky Reach Dam Steel Floating Caission Rehabilitation 1463 $856,250.00 A very complex Project requiring removal of a 600 ton floating caisson from the water, demolition and disposal of all existing internal mechanical piping, installation of all new mechanical internal piping systems including large valves and valve stems for internal piping system, demo and replacement of major internal structural steel members, installation of a very large temp work platform structure including a fully contained shrink wrap system and environmental controls to facilitate lead & PCB abatement work, surface prep & re-coating of the caisson with high performance coatings including tenting the caisson & all necessary environmental controls, and then safely & efficiently re-launching of the caisson back into the Columbia River. Public Works 5/29/2015 Scott Tidd 509-661-4050 REDSIDE CONSTR. City of Bainbridge Island Eagle Harbor Waterfront Park $1,610,411.15 Construction of park improvements including, selective tree removal pruning, clearing and grubbing, grading, concrete paths and walls, rockeries, decomposed granite plaza, pavers, asphalt parking lot, sidewalks, stormwater systems and rain gardens, water and electrical services, lighting, planting, site furnishings, and other related ancillary items. Public Works 3/15/2017 Mark Epstein 206-780-3721 REDSIDE CONSTR. City of Tacoma Potlatch Transmission Lines North Bay Crossing Rebuild 4600009345 $1,934,000.00 Intertidal Replacement of Tacoma Power's Potlatch Transmission Lines North Bay Crossing with a new foundation, structure, conductors, and capping. Work included heavy pile driving from crane barge, technical marine demolition & disposal by barge of 6 marine foundations contaminated with lead paint in the middle of the bay, assembly and erection of a 165' tubular steel double circuit structure, forming and pouring major over water pile supported concrete cap usign barges / spud barges working around fluctating tides. Public Works 10/18/2014 James Blessing 253-502-8045 REDSIDE CONSTR. WA State Department of Natural Resources South Lake Shoreline Restoration DNR 13- E09 $2,397,400.00 Work included Marine capping & placement of 33,000 tons of shoreline restoration aggregates/sand under water along to create remediate a polluted shallow water habitat at Boeings Renton Plant. All work performed from multiple spud & deck barges using precision GPS Dredgepack Systems amd long reach excavators. Marine demolition including removal of PCB laden dredge spoils, dangerous waste / creosote, 2 derelict marine outfalls, removal of 1,00 feet of outer abandoned marine flume sheet pile walls, retoration 2.9 acres of wetland, removal of nonnative invasive plants from the 3 acre upland property, furnish and install 2 large marine outfalls, diving, tugboating, with fluctuating water levels. Public Works 9/1/2015 Monica Shoemaker 206-799-2949 REDSIDE CONSTR. Douglas County PUD Construct Carpenter Island Public Boat Launch 14-12-W $2,396,400.00 Site Demolition and Construction of Roadways, Parking Lots, Guardrails, Permanent Signage, Stormwater Detention Ponds, Restrooms, Boat Launch, New Boat Ramp, handling floats, concrete abutments, steel pile driving and navigation channel dredging Public Works 5/31/2016 Shane Phillips 425-778-5763 REDSIDE CONSTR. Hoffman Construction / City of Seattle Henderson CSO Underwater Pipeline Construction PW#212- 010AC $778,000.00 Marine Dredging and Marine Outfall Installation from Spud Barge. Work included underwater placement of fish mix, pipe bedding, aggregrate underwater while workign from Spud Barges. Sedeminent Remediation, removal, & export of invasive species laden marine sediment was all performed via barges to facilitate upland landfill of disposal of sedimante / spoils. Work also included Diving and Survey. All of the aggregate material was purchase from Cal Portland Public Works 12/18/2015 Tony Kidd 206-793-5519 REDSIDE CONSTR. Chelan County PUD#1 Lincoln Rock & Daroga State Park Dock and Pile Replacement 1451 $1,099,144.00 Spud Barge & deck barge project. Removing and Disposing of existing docks and wood piles, furnishing and installing new docks, gangways, and new steel piles. Technical Marine logistically challenging project in non-navigable waters with fluctuating water levels Public Works 12/16/2014 Court Hill 509-661-4143 REDSIDE CONSTR. Army Corps of Engineers LWSC Tainter Gates & Trunnion Replacement W912DW-14-P- 0010 $637,000.00 Heavy Civil Spud barge / Crane Barge Project. Remove 6 ea existing 20 ton spillway tainter gates, trunnions, and anchor bolts using spud barge. Fabricate new trunnions, recoating, repair concrete over water with environmental controls, install 6 new gates and anchorages from spud barge in fluctuating water levels. Public Works 8/14/2014 Peter Krembs (425) 649-7242 REDSIDE CONSTR. Army Corps of Engineers LWSC Monolith Erosion & Scour Repair W912DW-12-C- 0002 $1,558,000.00 Work required barge import and in water placement of 26 million pounds of restoration aggregates under water in teh spillway using GPS / precision long reach excavators working from spud barges around fluctuating tides day and night. The project was to remediate excessive environmental scour below the spillway and the Ballard Locks monolith to protect against future environmental scour damage & seismic events. The work also included technical diving, furnishing and driving underwater sheet Piles by barge, underwater concrete placement, environmental controls, and multi- beam survey.Federal 3/16/2012 Peter Krembs 206.400.7408 REDSIDE CONSTR. Army Corps of Engineers LWSC Pintle Bearing Repair W912DW-12-C- 0001 $409,138.00 Major spud barge / crane barge project removing the 400ton upstream service gates at the Ballard Locks for ACOE. Prep Ballard Lock Gates for removal including diving, coating, transport to drydock for repair and re-install gates and pintles Federal 10/31/11- 12/22- 11 Peter Krembs 206.400.7408 REDSIDE CONSTR. Department of Ecology Northlake Shipyard Sandblast Grit Interim Removal C1400116 $1,519,571.00 MTCA cleanup action project dredging, disposing, and capping of 12,500 tons of extremely contaminated sediment and sand blast grit in Northlake Shipyard, Seattle. Arsenic, Heavy Metals, PCB, Heavy Environmental Pollution. Work site was 2.5 acres of undewater lake bottom at Northlake Shipyard. All sediment remediation work and marine cap material placement peformed using deck barges and spud barges, dredging machines using RTK positioning, multi-beam bathymetric survey controls, water quality monitoring with telemetry, Cat345CL long reach excavator and crane barge. Water levels fluctuated during construction.Public Works 5/14/2014 Libby Goldstein (425) 649-7242 REDSIDE CONSTR. City of Bainbridge Island Rockaway Beach Dam Termpary Service Gate Rehabilitation $1,056,432.00 Marine Shoreline Restoration Project to remediate a large slide into the intertidal area of Bainbridge Island. Construction, Installation 350 feet soldier pile wall in intertidal zone including Drilled Shafts & Soldier pile on beach, Work included beach nourishment and remediation mateiral placed in teh intertidal, intertidal Wet Excavation, Beach Nourishment Sand Installation, Dewatering, Intertidal CIP concrete placement, intertidal rock placement & geowall, precast concrete panels for marine seawall. Work occured 24hrs days and nights and Labor Day working around tides. Project successfully performed on extremely tight 5 week schedule to meet a fisheries closure. Public Works 6/12/2014 Chris Hammer 206-780-3740 REDSIDE CONSTR. Mukilteo Water & Wastewater District Big Gulch WWTF Outfall Replacement 8586 $615,393.00 Large Marine Outfall w/ Concrete Anchors Installation in Puget Sound. All work performed using multiple Spud & deck barges. Also included multi-beam hydrographic surveying support, technical diving, working around tides / fluctuating water levels.Public Works 8/1/2013 Harry Seller 206-284-0860 REDSIDE CONSTR. City of Lynnwood WWTF Outfall Diffuser Replacement 2040 $390,630.00 36" dia Marine Outfall w/ Concrete Anchors Installation in Puget Sound using Barges & Divers. Work required precision GPS locating from barges, contaminated materials removal and disposal of old marine piping (lead), intertidal material placement, hydrographic surveying Public Works 9/20/2011 Brian Delp 425-670-5224 REDSIDE CONSTR. University of Washington WAC Float Replacement 203205 $333,000.00 Spud barge / barge project. Demo and Disposal of existing timber floats, floatation; Furnishing and installing new timber floats and pile hoops Public Works 8/1/2013 Don Romain 206-221-4396 REDSIDE CONSTR. Hat Island Community Hat Island Marina Expansion $2,800,000.00 50,000cy's dredging & dewatering of a major boat basin using multiple pump, construction of new pile breakwaters at marina entrance channel with steel pipe & sheet piles, new rock jetties, new concrete boat ramp & bulkhead, maintenance and repair of rock breakwater and bulkhead, maintenance dredging of marina basin and entrance channel. Multiple crane barges and 5 excavators used for the work. Private 3/1/2013 Chuck Motson 360-444-6611 REDSIDE CONSTR. Western Washington University Lakewood Dock Replacement $366,351.00 a. Spud barge project in a freshwater lake. New Main Pier/Ramp/Dock - The removal of the existing Main pier, ramp and dock together with associated support piles and the replacement with new piles, pier, ramp, and dock. b. West Launch Pier/Ramp/Dock - The shortening of the existing West Launch pier together with the removal of four timber piles and the installation of new pier decking, ramp, dock and associated piles. c. East Launch Pier/Ramp/Dock - The repair of four existing East Launch ramp/dock timber piles (steel sleeve); and the repair of two existing east launch pier timber piles (fiberglass jacket). Public Works 3/31/2013 Mike DiSpigno 253-383-2740 REDSIDE CONSTR. Marine Floats Corporation Girl Scouts Camp Pile Removal and Pile Driving $52,175.00 Puget Sound Project working in fluctuating water levels, intertidal areas, included Pile Removal, Disposal, and Pile Driving Private 2/7/2013 Logan Brown 253-383-2740 REDSIDE CONSTR. Marine Floats Corporation Pleasant Harbor Marina Pile Removal and Pile Driving $77,600.00 Puget Sound Project working in fluctuating water levels, intertidal areas, included Pile Removal, Disposal, and Pile Driving Private 1/21/2013 Logan Brown 253-383-2740 REDSIDE CONSTR. City of Gig Harbor Maritime Pier, Ramp and Float $534,677.00 Demolition of existing creosote timber pier, and replace with a new fixed timber pier supported by steel pipe piles, A new timber float, anchored with steel pipe piles; Installation of a new aluminum gangway from the end of the fixed pier to a new timber float, HDPE utilities, and signage. Public Works 10/15/2012 Marcos McGraw 253-853-2647 REDSIDE CONSTR. Port of Port Angeles Tumwater Creek Bridge Replacement $828,696.00 Work included demolition and removal of mulitiple bridges in intertidal and replacement of a timber bridge at the mouth of Tumwater Creek where it meets Port Angeles Harbor. Work will include driving steel piles, replacing sheet pile wall with rip rap, and installation of a sheet pile wall behind an existing sheet pile wall that would then be removed. Public Works 5/16/2012 Chris 360/417-3446 REDSIDE CONSTR. Kitsap County Public Works NW Stavis Bay Bridge Replacement 3640 $721,048.00 Bridge replacement in Stavis Bay. Work Included Rivirine Excavation, In-water Excavation and fish mix placement on shoriline, dewatering, driving Steel Piling, installation of ELJ's in intertidal, Furnishing,Installing and Grouting Prestressed Concrete Voided Slabs, Surfacing, various Concretes Class 4000, various HMA Pavements, Erosion Control and Planting, Traffic Safety and Control and related work.Public Works 12/19/2011 Jacques Dean 360-337-4693 REDSIDE CONSTR. HDB Marine 25 Mile Creek Guard Station Dock & Boathouse $183,000.00 Spud barge project 25 miles up Lake Chelan. Technical Marine Logistics, included Pile Driving of 24"steel pile, Installation of Boathouses and Pier Subcontract 8/16/2010- 9/30/2010 Martin McDonald P)208-689-3248 F)208-689-3636 REDSIDE CONSTR. City of Wenatchee Wenatchee Day Use Moorage Facility Design / Build Project 804 $641,252.00 Spud Barge Project / technical marine project using barges in high current and fluctuating water level area of the Columbia River. Work inlcuded very technical in-river Marine Rock Drilling, Tugboat Support, Design / Engineer / Build Boarding Float System Complete, Install Elevated Steel Transition platform & 2 ea 6'x80' design / build / engineer gangways, electrical, landscaping, signage, irrigation & paving Public Works 7/09-12/09 Gary Owen(PM), Carl McNabb (PND Engineer) 509-888-3204 Gary, 206-624- 1387 Carl REDSIDE CONSTR. Department of Natural Resources (WSDNR) Marine Station and Squaxin Island Dock Removals 10-E39 $233,000.00 Removed and dispose of 2 ea major creosote treated piers, pilings, dolphins, and associated structures at two intertidal locations in Puget Sound. Work inlcuded removal and remediation of underwater pollution and marine sediments including diving.Public Works 2/7/11-3/14/11 Monica Shoemaker (206) 799-2949 monica.shoemak er@ dnr.wa.gov REDSIDE CONSTR. Max Kuney Construction WSDOT SR-285 George Sellar Bridge 7677 $42,000.00 Spud barge project. Barge, Tugboat, & Marine Installation of Main Steel Bridge Beams under Major Bridge Subcontract 10/10/19- 11/15/09 Michael Grimes/Kevin Carroll 509-535-0651 REDSIDE CONSTR. WSDOT Bremerton Ferry Terminal Slip 1 Seismic Retrofit 00-0844 $60,270.00 Spud barge project, included working around tides in intertidal zone to install a seismic retrofit & new fenderign of the Slip bridge seat at the Bremerton Ferry Terminal, and other work Public Works 5/11/2011 Mike Morrow 206-515-3944 REDSIDE CONSTR. South Puget Sound Salmon Enhancement Group (SPSSE)Squaxin Island Bulkhead Removal $81,869.00 Shoreline Remediation Project performed using spud barges and deck barges. Included shoreline excavation & in-water Excavation and new beach nourishment material placement in the intertidal using excavators and barges.Public Works 3/16/11-3/29/11 Brian Combs P)360-412-0808 ext 2 F)360- 412-0809 REDSIDE CONSTR. City of Portland Bureau of Purchases Riverplace Breakwater Dock Repair 110221 $377,242.00 Marine Project in Major River in Urban Area similar to Duwamish location. Marina Dock Float Renovation & Repairs, Electrical, & Marine HDPE Utilities Public Works 5/09- 10/09 Susan Watt 503-823-5593 REDSIDE CONSTR. Washington State Parks and Recreation Jones and Sucia Islands State Parks- ADA Moorage: In-water Improvements NW-C3805 $371,360.22 Spud barge project, intertidal project working in Puget Sound flucturating water levels, included major demolition and disposal of existing pier / creaosote structures, Pile Driving, Installation of Floats and Gangways, constructing new concrete abutments Public Works 9/11-1/11 Phillip Jensen P)360-755-5262 F)360-428-1094 REDSIDE CONSTR. Triton Logging Inc PSE Project Marine Mob/Demo Logistical Support Services $49,650.00 Technical Marine Mobilization/Demobilization of Spud Barge, and Marine Support Private Contract 11/10-12/10 Andrew Walker P)604-414-7888 REDSIDE CONSTR. Cape George Colony Club George Marina Pile Sleeving $28,394.00 Dredging, Sleeving & Grouting MarinaPiling in interdidal zone Private 2/1/11-2/11/11 Art Burke 360-385-1177 manager@ capegeorge. Org REDSIDE CONSTR. Razz Construction, Inc Anacortes/Guemes Island Pile Driving $35,390.00 Intertidal project working in Puget Sound flucturating water levels buiding a new ferry terminal, Pile Driving from spud barges.Subcontract 1/27/11-2/3/11 Dave Rasmussen P)360-319-5739 F)360-752-0099 REDSIDE CONSTR. Port of Orcas North Outfall Drainage Improvements $150,649.00 Interdidal project requiring relocation of an existing Marine Outfall, New pipe anchor system using driven steel piles on the beach in intertidal zone, 30" HDPE Outfall Repair and Demolition of Ex'g Concrete Anchoring System, New Metal Fabrications, Earthwork, Storm Drainage Utilities. Work included fish mix placement on beach in intertidal for shoreline rehabilitation.Public Works 1/1/2010 Bea von Tobel, Port manager David Williams, Engineer 360-376-5285 Bea 425-951- 4876 David Williams REDSIDE CONSTR. Port of Bremerton Port Orchard Building Pile Repair $97,733.00 Spud barge project. Intertidal pier rehabilitation project working from barges in Puget Sound flucturating water levels.Public Works 8/09-10/09 Steve Slaton (Owner), David Pierce (PND Engineer) 360-674-2381 Steve, 206-624- 1387 David REDSIDE CONSTR. Riptide Condominium Riptide II Slope Stabilization Project $363,972.00 Intetidal Wall Project and sediment remediation to repair an environmental slope failure on to Puget Sound Beaches. Intertidal / marine Installation of Soldier Piling & Precast Concrete Panel Wall, Marine Drilled Concrete Shafts Install, Intertidal Excavation, Barge Transport & Marine Placement for Slope Stabilization, HDPE Utilities, Drainage Correction Private 2/09-4/09 Sharon Schrader 360-373-9608 REDSIDE CONSTR. Driftwood Key Club Marina Renovation & Waler Replacement Project $202,000.00 Marina Refurbishment Contract, Waler Replacement, Float Utilities, Float Misc Structural Steel, Marina Floats Refurbishment Private 1/09-4/09 Bill Buegel 360-638-2077 REDSIDE CONSTR. Port of Port Townsend Quilcene Marina Dredging Project $178,850.00 Sediment Dredging and barge Disposal of 3,500cy of Sediment using a 62' long reach excavator w/built-in GPSspud working from spud barge using deck barges for material export. Work included in- water placement of new marine sediment / rock to stabilize wing walls at marina entrance. Work included hydrograhic surveying.Small Works 7/15/2010- 8/7/2010 Jim Pivarnik 360-385-0656 REDSIDE CONSTR. City of Seattle Chester Morse Lake Outlet Channel Deepening O&M PW#2010-041R $235,607.00 Long reach excavator in-water dredging from a spud barge to remediate a blocked exit channel for SPU Utilities. Project required precision GPS dredging, bathymetric survey, spud barges, extremely high level environmental controls because Chester Morse watershed provided drinking water to 3million people in King County.Public Works 7/15/2010- 8/15/2010 John Summers 206-684-5074 REDSIDE CONSTR. City of Seattle Wheeler / Nob Hill Erosion Repair 2009-038 $132,087.00 Installation of Soldier Piling & Structural Precast Concrete Panel Wall, Drilled Concrete Shafts Install, CIP Concrete, Erosion Control Structures, Earthwork, CB's & Stormwater Utilities, curb and sidewalk, 8" HDPE pipe Outfall System Public Works 6/09-10/09 Joe Carter 206-684-5070 REDSIDE CONSTR. King County Marine Bulkhead Restoration- Bunker Trail Vashon Island C00358C09 $50,788.00 Intertidal Marine Construction using spud barges and excavators to perform interdidal shoreline restroatio. Mobilized Rock to Island for Bulkhead repair, TESC, Sewer Force Main on beach & Utilities protection & Environmental protection Public Works 8/1/09-8/15/09 Derren Chernick 206-263-9321 REDSIDE CONSTR. Port of Orcas Eastsound Outfall Emergency Repair Project Appx. $250,000 Intertidal project. Spud Barge Project. 1100ft 12" HDPE Outfall Pipe, Concrete Anchoring System Diffuser Outlets, Excavation and upland 12" Steel Stormwater Piping Public Works Roy Light 360-376-2720 REDSIDE CONSTR. Contract Value Period of Performance $880,000.00 2006/2007 $750,000.00 2003 $877,200.00 11/1/07- 2/14/08 $230,757.00 10/1/08-12/09 $42,000.00 7/5/2008- 9/20/08 $880,000.00 2002 $750,000,000.00 2000-2002 $13,000,000.00 2002 $6,300,000.00 6/24/05 - 3/31/06 $1,714,738.00 1998-2000 $705,176.00 2000 $400,000.00 1998-1999 $352,750.00 7/24/08- 10/23/08 $2million 9/1/07 - 10/1/08 $721,810.50 12/08-12/09 Deep Water Slough Marine Construction including suspension bridge cabling and piling, design/build bridge, 15k tons rock transport across river US Army Corps of Engineers Ballard Locks Renovation Marine Construction including Timber Pile Driving, Replacement of Treated Timber Pier Faces, Demolition US Army Corps of Engineers Snohomish Sheet Pile / Ebey Slough Installation of Sheet piling at Dike District #2 US Army Corps of Engineers Immunex-Amgen Immunex-Amgen Campus Project Construction of Campus for Immunex Corporation, Including Central Utility Plant, Utilidor, Bridge and Seven Multi-Story Campus Buildings Mukilteo School District Odyssey Elementary School Complete Construction of Elementary School and School Campus Marine Demolition, Install 12"-14" dia Steel Piling, Marina Floats, HDPE Utilities, Sitework Washington State Department of Transportation/ Mowat Construction Install 12" Steel Piling, Intertidal Maintenance Dredging Sound Transit/PCL Construction Central Link Light Rail C755 24" X 200' Long Steel Piling Installation, Temporary Shoring, Rebar & Concrete Arrowhead Pt. Sewer Main North Shore Utility District Arrowhead Sewer Replacement HDPE Sewer force main in lake Bridgehaven Community Club Association Bridgehaven Dredging Intertidal Maintenance Dredging Pile Stubbing, Marine Structural Retrofit, Pile Driving, Heavy Civil Hat Island Dredging Intertidal Maintenance Dredging Hat Island Community Association University of Washington Board of Regents Boat Street Marina Reconstruction *NOTE: THE FOLLOWING PROJECTS WERE PERFORMED UNDER OTHER CORPORATE ENTITY TITLES AND WERE MANAGED BY THE FAMILY TEAM OF SAM BERRY, PRESIDENT OF REDSIDE CONSTRUCTION, LLC AND FATHER DAVID BERRY * NOTE: NOT ALL PROJECTS ARE LISTED, ADDITIONAL PROJECTS LISTS AVAILABLE UPON REQUEST: SAM BERRY AND DAVID BERRY (FATHER & SON) HAVE PERFORMED OVER 550 PUBLIC WORKS CONSTRUCTION CONTRACTS AND HUNDREDS OF PRIVATE CONSTRUCTION PROJECTS UNDER VARIOUS COMPANY ENTITY'S SINCE 1984. Company / Client Name Project Title Description of Work City and Borough of Yakutat City and Borough of Yakutat HDPE Fuel Float Dock Furnish / Install Floating Fuel Dock Weston Solutions, Inc. Eagle Harbor Maintenance Facility Driftwood Key Club Driftwood Key Club Maintenance Dredging MEC Laboratory & outfall repair HDPE Seawater Intake and Outfall Southwest Suburban Sewer District Miller Creek Outfall 36" dia Marine HDPE pipe in place Connection to existing outfall $185,000.00 7/1/2009- 10/1/09 $350,000.00 5/07-10/07 $580,000.00 6/25/07- 11/15/07 $200,000.00 3/1/07 - 4/15/07 $145,479.00 6/26/06- 12/15/06 $1,400,000.00 10/31/03 - 4/30/04 $535,000.00 11/1/04 - 2/15/05 $490,000.00 7/1/2006 $162,800.00 7/2006 - 9/2006 $950,000.00 2005 THRU 2006 $842,112.00 6/29/04 THRU 12/1/04 $45,000.00 2003 - 2004 $1,800,000.00 2002 $500,000.00 2002 THRU 2003 $450,000.00 10/23/03 - 2004 $700,000.00 1999-2001 $167,786.99 02-08-01 THRU $1,200,000.00 1997 $520,000.00 1997 $680,000.00 1996 $875,000.00 1996 $1,800,000.00 DATEDLay Berth Facility MOORING PILE / DOLPHINS FOR ASIAN FREIGHTERS …..and many more…. City of Seattle Fire Station #5, Pier 51 DRILLED SHAFT CONCRETE PILE UNDER PIER PSNS Inactive Submerging Mooring Facility MOORING DOLPHINS Port of Kalama US Navy Caisson Mooring - Bangor Naval Base STEEL PILING, PIER FOR CAISSON TO TRIDENT SUBMARINE DRYDOCK City of Seattle Fire Station #5, Pier 51 DRILLED SHAFT STEEL PILING FOR FIRE BOAT Port of Seattle T-91 Test Pile Installation Furnish / Install Steel Test Piling University of Washington Board of Regents Old Oceanography Dock Repair Remove & Replace Existing Dock Central Kitsap School District Central Kitsap High School Façade Renovation Drilled Shaft / Foundation Underpinning, Façade Renovation City of Marysville Lagoon Partitions Partition Piling/ Pre-cast Concrete Panels City of Seattle Magnolia Park Slide Repair / Retaining Wall Soldier Pile Retaining Wall, Lagging, Drilled Shafts City of Seattle Luna Park Seawall Steel Piling, Elevated Pre-cast Concrete Pier Queen City Yacht Club Queen City Yacht Club New 12" Steel Piling Island Construction Port Townsend Plaza New Sea Wall Construction & Sheet Pile Driving City of Seattle Washington Park Arboretum Project 24" dia Auger Cast Concrete Piling, Bridge, Foundations, Park Improvements Aqua Express Kingston Passenger Only Ferry Terminal 24"-36" Steel Piling and Passenger Terminal & Walkway Huffaker Management Group Port Orchard Marina Marina Demolition, 24" Pile Installation, New Floats & new HDPE Fire & Water Utilities Washington State Department of Transportation Eagle Harbor Seep Remediation Project Shoreline Excavation & Reconstruction, Hazmat Remediation of Beach Sediments NW Maritime Center Northwest Maritime Center Dock New 24" Piling, Construct New Pier & Floats City of Medina Medina Beach Park Shoreline Restoration 8" Dia Piling, Pier, Rock Bulkhead & Shoreline Restoration Department of Natural Resources Port Townsend Waterfront/Pile Demolition Demolish & Dispose Creosote Structures & Piling USCG U.S. Coast Guard Dock Design/Build/Engineer 8'x8'x100' Concrete Float for USCG "Osprey" Moorage Replacement of USCG Concrete Float Dock Pacific Seafoods New Pen Anchor System Design / Build / Construct Project Design / Build Pile Supported Net Pen Anchoring System & Pile Driving in Columbia River * NOTE: NOT ALL PROJECTS ARE LISTED, ADDITIONAL PROJECTS LISTS AVAILABLE UPON REQUEST: INSR ADDLSUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Aspen American Insurance Company American Longshore Mutual Assn Ltd. Evanston Insurance Company Ohio Security Insurance Company 08/29/2022 USI Insurance Services NW CL 601 Union Street, Suite 1000 Seattle, WA 98101 Shani Hawley 206 441-6300 610-362-8530 shani.hawley@usi.com Redside Construction LLC 600 Winslow Way East, Suite 237 Bainbridge Island, WA 98110 This page has been left blank intentionally. CONTRACT DOCUMENTS For City of Renton Gene Coulon Beach Memorial Park North Water Walk Improvements #CAG-22-014 1201 Lake Washington Blvd. North Renton, WA 98056 Owner: City of Renton Contact: Betsy Severtsen (425) 757-6657 PRE-BID CONFERENCE Date: August 2, 2022 Time: 8:30 AM Zoom: Meeting ID: 818 9529 3654 BID DUE Date: August 18, 2022 Time: 2:00 PM Location: Office of the City Clerk Address: Renton City Hall - Lobby 1055 S Grady Way Renton, WA 98057 BID OPEN Date: August 18, 2022 Time: 3:00 PM Zoom: Meeting ID: 850 0348 7342 Zoom Password: 444246 Time of Completion Substantial Completion: September 1, 2023 Anticipated Notice to Proceed: October 3, 2022 CONTRACT DOCUMENTS FOR Gene Coulon Beach Memorial Park North Water Walk Improvements #CAG-22-014 RENTON, WASHINGTON Approvals and Certifications Approved for Construction July 6, 2022 July 7, 2022 July 7, 2022 PROJECT MANUAL OF CONSTRUCTION DOCUMENTS GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS 1201 Lake Washington Blvd. North Renton, WA 98056 PROJECT NO. CAG-22-014 CITY OF RENTON PARKS AND RECREATION PARKS PLANNING AND NATURAL RESOURCES DIVISION 1055 SOUTH GRADY WAY RENTON, WASHINGTON 98057 Armondo Pavone, Mayor BID SET July 18, 2022 Contract No. CAG-22-014 00 00 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 TABLE OF CONTENTS Contract No. CAG-22-014 City of Renton Gene Coulon Memorial Park North Water Walk Improvements DIVISON 0 – PROCUREMENT & CONTRACTING REQUIREMENTS 00 00 00 Table of Contents 00 00 03 Bid Proposal Form 00 11 13 Advertisement for Bids 00 20 00 Bidder’s Qualification Statement 00 21 00 Instructions to Bidders 00 23 00 Supplementary Instructions 00 42 10 Bid Submittal Checklist 00 52 00 Agreement Between Owner and Contractor – City of Renton Agreement 00 72 00 General Conditions 00 73 00 Supplemental Conditions 00 80 00 Forms: Form A – Proposal Bid Bond Form B – Contractor Qualification, Evaluation Form C – List of Subcontractors, Part 1 (Plumbing, Electrical) Form D – List of Subcontractors, Part 2 (Structural Steel) Form E – Qualifications of Key Personnel Form F – Contract Bond Form DIVISION 1 – GENERAL REQUIREMENTS 01 10 00 Summary of Work 01 11 30 Hazardous Materials 01 12 00 Delegated Design 01 14 00 Work Restrictions 01 20 00 Payment Procedures 01 21 00 Prevailing Wage Rates 01 30 00 Administrative Requirements 01 32 16 Construction Schedule 01 40 00 Quality Requirements 01 40 10 Product Substitution Request 01 42 00 Definitions 01 50 00 Temporary Facilities and Control 01 57 00 Environmental Controls 01 58 00 Temporary Project Signage 01 70 00 Execution and Closeout Requirements 01 74 00 Construction Waste Management and Disposal 01 78 00 Closeout Submittals DIVISION 2 – EXISTING CONDITIONS 02 41 19 Selective Demolition Contract No. CAG-22-014 00 00 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 DIVISION 3 – CONCRETE 03 29 50 Concrete Repair Mortar 03 41 00 Precast Concrete Panels DIVISION 5 – METALS 05 09 10 Welding 05 12 00 Structural Steel Framing 05 50 00 Metal Fabrication 05 70 00 Aluminum Float System DIVISION 6 – WOOD, PLASTICS AND COMPOSITES 06 60 00 Plastic Fabrications 06 60 01 Protective Pile Sleeves 06 61 00 FRP Grating DIVISION 9 – COATINGS 09 96 26 Coatings DIVISION 12 – FURNISHINGS 12 36 21 Paper Composite DIVISION 21 – FIRE SUPPRESSION 21 13 00 Fire Suppression Systems DIVISION 26 – ELECTRICAL 26 00 00 General Electrical Requirements 26 05 19 Conductors and Cables 26 05 26 Grounding and Bonding 26 05 33 Raceways and Boxes DIVISION 32 – EXTERIOR IMPROVEMENTS 32 84 00 Irrigation 32 90 00 Planting APPENDICES A. Permits B. Inadvertent Discovery Protocol C. Project Signage D. Design Drawings E. As-built Drawings DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 - BID PROPOSAL FORM Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 1 of 5 CITY OF RENTON HAND DELIVER TO: OFFICE OF THE CITY CLERK RENTON CITY HALL – LOBBY 1055 GRADY WAY, RENTON, WA 98057 for the GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS 1201 Lake Washington Blvd. North Renton, WA 98056 CAG-22-014 Bids Due: 2:00 PM PDT August 18, 2022 Bidder’s Name: Address: Telephone: (MUST BE COMPLETED AND SIGNED) Having carefully examined the Bidding Documents and Instructions to Bidders, the Project site and conditions affecting the Work, and all Addenda, the undersigned Bidder certifies that: (i) it has the personnel and means to complete the Work and (ii) it will furnish all labor, materials, equipment, and management to perform all Work required by, and in strict accordance with, the above-named documents for the following sum within the time fixed. All Bid amounts shall include overhead, profit, bonds, insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax). The undersigned Bidder certifies that it is, at the time of submitting the Bid, and shall remain throughout the period of the Contract, licensed by the State of Washington to perform the type of work required under the Contract Documents. It further certifies that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. A. BASE BID The Bidder agrees to complete the Work for this Project for the following lump sum Base Bid amount: ______________________________________________________________ DOLLARS (words) $_____________________________________________________________ (numerals) Do not include in the Base Bid amount Washington State Sales Tax that will be paid based on the B I D F O R M DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 - BID PROPOSAL FORM Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 2 of 5 Contract Sum. B. ALTERNATE See the Description of Work and Drawing Sheet in the Bidding Documents for descriptions of Alternates. Alternates shall not be included in the Base Bid amount. Alternates selected by the Owner will be added to the Base Bid amount. • Add Alternate A –Recoating Handrails, Bollards, Lights, and Pilot House: ADD Dollars (words) ($ ) (numerals) Do not include in the Alternate Bid amount Washington State Sales Tax that will be paid based on the Contract Sum. C. TRENCH EXCAVATION SAFETY PROVISIONS The Base Bid amount includes any trench-excavation safety provisions required for compliance with Chapter 39.04 RCW and Chapter 49.17 RCW, as applicable, and the amount included in the Base Bid is: $_______________ D. SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. As required by RCW 39.30.060, every Bidder must complete and provide the included Subcontractor listing forms (Form B and Form C) in accordance with the applicable timing requirements. E. RECEIPT OF ADDENDA Bidder acknowledges receipt of the following addenda: Addendum No. Addendum No. Addendum No. Addendum No. All requirements therein are included in the appropriate Bid amount. F. CONDITIONS OF PROPOSAL 1. Determination of Low Bidder: a. The City of Renton (alternatively referred to as “Owner” or “City”) reserves the right to award the Contract for the Project based on the Contractor’s Base Bid and any selected Alternates(s), in whatever manner is in the City’s best interest. 2. Overhead and Profit: a. All of the above Bid Prices shall include overhead, profit, bonds, insurance, and any other expense required to complete the Work (excluding Washington State Sales Tax). G. PERIOD OF BID VALIDITY/ACCEPTANCE OF BID The undersigned hereby agrees that this Bid shall be a valid and firm offering for the period of sixty (60) days from the Bids Due date. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 - BID PROPOSAL FORM Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 3 of 5 Within sixty (60) days from the Bids Due date, the City will act either to accept the Bid Form the lowest responsive and responsible Bidder, or to reject all Bids. The City reserves the right to request extensions of such Bid acceptance period. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the Bidder whose Bid is under consideration for acceptance, together with a request to furnish a bond (if required), evidence of required insurance to execute the Agreement set forth in the Contract Documents, and other designated documents. H. EXECUTION OF CONTRACT If the written Notice of Intent to Award Contract is mailed, telegraphed, or delivered via facsimile to the undersigned within the period of Bid validity noted above, or any time thereafter before this Bid is withdrawn, the undersigned will, within ten (10) days after the date of such notification, execute the City of Renton Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum (“Agreement”) set forth in the Contract Documents. I. TIME FOR COMPLETION Substantial Completion - The undersigned hereby agrees to Substantially Complete all the Work under the Base Bid (and accepted Alternates) no later than September 1, 2023. Notice to Proceed – Anticipated date for Notice to Proceed is October 3, 2022. Mobilization to Site – Anticipated date for contractor mobilization to site is October 10, 2022. Final Completion – All the Work shall achieve Final Completion in accordance with the contract documents within 30 calendar days after the date of Substantial Completion. J. LIQUIDATED DAMAGES The undersigned agrees to pay the Owner as liquidated damages the sum of $750.00 for each calendar day beyond the date upon which Substantial Completion of the entire Work is required to be complete until Substantial Completion is achieved, in accordance with the Contract Documents. K. BID SECURITY (As per the Bidding Documents) If applicable, Bid Security must be submitted with the Bid Form. L. ACKNOWLEDGMENT The undersigned acknowledges that it has read, understands, and agrees to comply with all federal and state non-discrimination laws, regulations, and policies during the performance of the Work. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 - BID PROPOSAL FORM Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 4 of 5 Legal Name of Person or Entity Submitting Bid: _____ NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signatory: Title: Printed Name: Address: City: State: Zip Code: Date: Telephone: Fax: Washington Contractor's License No.: Federal Tax ID #: E-mail address: Washington State UBI No.: Expiration Date: DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 00 03 - BID PROPOSAL FORM Gene Coulon Memorial Park North Water Walk Improvements Bid Form Page 5 of 5 CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTES The undersigned Bidder hereby certifies, under the penalty of perjury, that within the three- year period immediately preceding the Bid Submission date, the Bidder has not been determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries, or through a civil judgment entered by a court of limited or general jurisdiction, to have willfully violated, as defined in RCW 49.48.082, any provision of chapters 49.46, 49.48, or 49.52 RCW. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Legal Name of Person or Entity Submitting Bid Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐Partnership ☐Joint Venture ☐Corporation ☐ LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. End of Bid Form CAG-22-014 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 11 13 – ADVERTISEMENT FOR BIDS Contract No. CAG-22-014 00 11 13 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 The City of Renton invites interested and qualified contractors to submit sealed bids for the following project: TITLE: GENE COULON MEMORIAL BEACH PARK NORTH WATER WALK IMPROVEMENTS ESTIMATED BASE BID COST: $4,860,681.00 not including WSST. ESTIMATED BASE ALTERNATE A COST: $156,000 not including WSST. PRE-BID CONFERENCE: 8:30 A.M. August 2, 2022 via ZOOM Attendance at the pre-bid conference is highly encouraged but is not mandatory. Pre-Bid Conference Zoom Information: – Click or use this link to join the Pre-Bid Zoom Conference: https://us02web.zoom.us/j/81895293654?pwd=VCV4PI8UvN-pEVF0m6oZ7YrAkLPM0W.1 – Using the Zoom app: Meeting ID: 818 9529 3654; Passcode: 188851 – Via telephone by dialing: 1-253-215-8782, followed by 81895293654 and 188851# SUBMITTAL TIME/DATE/LOCATION: Prior to 2:00 P.M. August 18, 2022 Bids must be hand delivered to: Office of the City Clerk Lobby, Renton City Hall 1055 S Grady Way, Renton, WA, 98057 PUBLIC BID OPENING: Approximately 3:00 PM on August 18, 2022 via ZOOM. Public Bid Opening Zoom Information: – Click or use this link to join the Public Bid Opening Zoom Meeting: https://us02web.zoom.us/j/85003487342?pwd=kiLa7TXSp3VguoNj0nkuJQ1eUF3GVR.1 Using the Zoom app: Meeting ID: 850 0348 7342; Passcode: 444246 – Via telephone by dialing: 1-253-215-8782, followed by 85003487342 and 444246# The work, to be substantially completed from the date of commencement under this contract, but shall not exceed a Substantial Completion date of September 1, 2023; shall include, but not be limited to: removal of the existing concrete deck and replacing with light-penetrating grated decking supported on new steel girders, replacing picnic floats, replacing grated gangways and timber step runs with light-penetrating grated decking, replacing all treated timber components with recycled plastic lumber, wrapping piles for CAG-22-014 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 11 13 – ADVERTISEMENT FOR BIDS Contract No. CAG-22-014 00 11 13 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 corrosion protection, minor repairs to existing pile caps, and related site work. All In-Water Work will comply with the schedule and requirements of the WA Department of Fishieries and Wildlife and other regulatory agencies as required. Work includes site mobilization, traffic control, site and environmental control, demolition,construction of North Water Walk improvements and all components and structures, utility installation, furnishings improvements, landscape planting, and landscape irrigation and other improvements for the construction of Gene Coulon Memorial Park North Water Walk Improvements for the City of Renton, Washington, all as shown and described in the Contract Documents prepared by PND Engineers, Inc., dated, July 18, 2022. Bid documents will be available July 25, 2022. Plans and specifications may be viewed at Builder’s Exchange of Washington. Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects", "Public Works", and "City of Renton". This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders “Register” in order to receive automatic e-mail notification of future addenda and to place themselves on the “Self-Registered Bidders List". Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan room for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance with access or registration. Daily Journal of Commerce: POB 11050, Seattle, WA 98111. Phone: (206) 622-8272. Website: plancenter.com Please direct questions regarding this project to the City, attn: Betsy Severtsen, RLA, ASLA; Capital Projects Coordinator, Parks Planning and Natural Resources; phone (425) 757-6657, or email bsevertsen@rentonwa.gov. Document clarification questions must be submitted in writing no later than August 11, 2022, 5:00 PM PDT . The City’s fair practices/non-discrimination policies and the State of Washington prevailing wage rates are applicable for this public works project located in King County. Bidders are responsible to verify and use the most recent prevailing wage rates. The “Effective Date” for this project is the Bid Form due date above. The applicable prevailing wage rates may be found on the Department of Labor & Industries website located at https://lni.wa.gov/licensing-permits/public-works-projects/prevailing-wage-rates/. A Bid Bond in the amount of 5% of the total amount of the bid must accompany each bid. The City reserves the right to reject any and all bids and to waive any informalities or irregularities in bids received. The City’s Fair Practices and Non-Discrimination policies and State Prevailing Wage Rates apply to this project. Mandatory 15% apprentice labor hours of the total labor hours are a requirement of the construction contract. Voluntary workforce diversity goals for this apprentice participation are identified in the CAG-22-014 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 11 13 – ADVERTISEMENT FOR BIDS Contract No. CAG-22-014 00 11 13 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Instructions to Bidders. Bidders may contact the Department of Labor & Industries, Apprenticeship Section, to obtain information on available apprenticeship programs. Bids shall be in a sealed envelope marked “GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS”. THE CITY OF RENTON Jason Seth City Clerk Published: Daily Journal of Commerce on July 25, 2022. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 20 00 – Bidder’s Qualification Statement Contract No. CAG-22-014 00 20 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 – GENERAL 1.1 SECTION INCLUDES A. Each Bidder submitting a proposal on work included in these specifications shall prepare and submit as part of this bid, the following information. 1. Name of Bidder: __________________________________________________ 2. Business Address: __________________________________________________ 3. Telephone: _______________________________________________________ 4. How many years has said Bidder been engaged in the contracting business under the present firm name? _____ 5. Contracts now in hand (Gross Amount): $_____________________________________________________ 6. Experience with similar projects: List at least three (3) projects accomplished within the last five (5) years in which the Bidder constructed comparable projects of similar scope of Work and value. Include the name, telephone number and email address of the Owner or Owner’s Representative responsible for the project. Describe how the project met customer satisfaction. The City of Renton will discuss performance with the named references. a. Provide FORM B – Contractor Qualifications, per Section 00 80 00 FORMS. 7. Work Plan: Provide a Gantt chart or comparable of how the work will be done within the time window allowed. Include a schedule of activities planned. 8. Assigned Key Personnel: Provide a resume for the Project Manager, Superintendent, Foreman, and other key personnel that will be assigned and committed to this project. a. Provide FORM E – Qualifications of Project Key Personnel, per Section 00 80 00 FORMS. 9. List of company’s major equipment. PART 2 – NOT USED. PART 3 – NOT USED. END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.1 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective Bidder desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must submit a request in writing to the Owner/Architect/Engineer (O/A/E) seven (7) calendar days before the bid due date. Oral explanations or instructions given before the award of a contract will not be binding. Any information given a prospective Bidder concerning a solicitation will be furnished promptly to all other prospective Bidders by addendum to the solicitation, if that information is necessary in submitting bids or if the lack of it would be prejudicial to other prospective Bidders. B. In accordance with the legislative findings and policies set forth in Chapter 39.19 RCW the City of Renton encourages participation in all of its contracts by MWBE firms certified by the Office of Minority and Women’s Business Enterprises (OMWBE). Participation may be either on a direct basis in response to this invitation or as a subcontractor to a bidder. However, unless required by federal statutes, regulations, grants, or contract terms referenced in the contract documents, no preference will be included in the evaluation of bids, no minimum level of MWBE participation shall be required as a condition for receiving an award, and bids will not be rejected or considered nonresponsive on that basis. Any affirmative action requirements set forth in federal regulations or statutes included or referenced in the contract documents will apply. C. The City of Renton encourages participation in all of its contracts by Veteran-owned businesses (defined in RCW 43.60.010) and located at http://www.dva.wa.gov/program/certified-veteran-and-servicemember-owned-businesses and Small, Mini and Micro businesses (defined in RCW 39.26.010) which have registered in WEBS at https://fortress.wa.gov/ga/webs/ D. In accordance with RCW 39.04.320 the state of Washington requires 15% Apprenticeship Participation for all projects estimated to cost one million dollars or more. On applicable projects, the bid advertisement and Bid Proposal Form shall establish a minimum required percentage of apprentice labor hours compared to the total labor hours. Bidders may contact the Department of Labor and Industries, Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530, by phone (360) 902- 5320, and e-mail at Apprentice@lni.wa.gov, to obtain information on available apprenticeship programs. 1.2 PREPARATION OF BIDS – CONSTRUCTION A. Bids must be: (1) submitted on the Bid Form, or copies of forms, furnished by the Owner, and (2) signed in ink. The person signing a bid must initial each change appearing on any Bid Proposal Form. If the bid is made by a corporation, it shall be signed by the corporation’s authorized designee. The address of the Bidder shall be typed or printed on the Bid Proposal Form in the space provided. B. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 C. The Bid Form may require Bidders to submit bid prices for one or more items on various bases, including: (1) lump sum base bid; (2) lump sum bid alternate prices; (3) unit prices; or (4) any combination of items 1 through 3 above. D. If the solicitation includes alternate bid items, failure to bid on the alternates may disqualify the bid. If bidding on all items is not required, Bidders should insert the words “no bid” in the space provided for any item on which no price is submitted. E. Substitute bid forms will not be considered unless this solicitation authorizes their submission. 1.3 BID GUARANTEE A. When the sum of the base bid plus all additive bid alternates is $35,000.00 or less, bid security is not required. B. When the sum of the base bid plus all additive alternates is greater than $35,000.00, a bid guarantee in the amount of 5% of the base bid amount is required. Failure of the Bidder to provide bid guarantee when required shall render the bid non-responsive. C. Acceptable forms of bid guarantee are: A bid bond or postal money order, or certified check or cashier’s check made payable to the City of Renton Treasurer. D. The Owner will return bid guarantees (other than bid bond) to unsuccessful Bidders as soon as practicable, but not sooner than the execution of a contract with the successful Bidder. The successful Bidder’s bid guarantee will be returned to the successful Bidder with its official notice to proceed with the work of the contract. E. The Bidder will allow 60 calendar days from bid opening date for acceptance of its bid by the Owner. F. The Bidder will return to the Owner a signed contract, insurance certificate and bond or bond waiver within 15 calendar days after receipt of the contract. If the apparent successful Bidder fails to sign all contractual documents or provide the bond and insurance as required or return the documents within 15 calendar days after receipt of the contract, the Owner may terminate the award of the contract. G. In the event a Bidder discovers an error in its bid following the bid opening, the Bidder may request to withdraw its bid under the following conditions: 1. Written notification is received by the Owner within 24 hours following bid opening. 2. The Bidder provides written documentation of the claimed error to the satisfaction of the Owner within 72 hours following the bid opening. The Owner will approve or disapprove the request for withdrawal of the bid in writing. If the Bidder’s request for withdrawal of its bid is approved, the Bidder will be released DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 from further obligation to the Owner without penalty. If it is disapproved, the Owner may retain the Bidder’s bid guarantee. 1.4 ADDITIVE OR DEDUCTIVE BID ITEMS The low Bidder, for purposes of award, shall be the responsive Bidder offering the low aggregate amount for the base bid item, plus additive or deductive bid alternates selected by the Owner, and within funds available for the project. The Bidder agrees to hold all bid alternate prices for sixty (60) calendar days from date of bid opening. 1.5 ACKNOWLEDGEMENT OF ADDENDA Bidders shall acknowledge receipt of all addenda to this solicitation by identifying the addenda numbers in the space provided for this purpose on the Bid Form. Failure to do so may result in the bid being declared non-responsive. 1.6 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK The Bidder acknowledges that it has taken steps necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to; (1) conditions bearing upon transportation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric power, and road; (3) uncertainties of weather, river stages, tides, or similar physical conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of equipment and facilities needed preliminary to and during the work. The Bidder also acknowledges that it has satisfied itself as to character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including exploratory work done by the Owner, as well as from the drawings and specifications made a part of this contract. Any failure of the Bidder to take the actions described and acknowledged in this paragraph will not relieve the Bidder from responsibility for estimating properly the difficulty and cost of successfully performing the work. 1.7 BID AMOUNTS A. The bid prices shown for each item on the Bid Form shall include all labor, material, equipment, overhead and compensation to complete all of the work for that item. B. The Owner has obtained and paid for Federal, State, and City environmental permits and the City Building permit prior to project Notice to Proceed (see Appendix A for Received Permits). Contractor shall obtain and pay for Plumbing, Electrical, City Traffic Control Plan permits, and other regulatory permits as required. C. The Bidder agrees to hold the base bid prices for sixty (60) calendar days from date of bid opening. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.8 TAXES All bid amounts shall include Washington Sales Tax (WSST) based on the City of Renton rate (currently 10.1%) entered on the appropriate location on the Bid Form. All other taxes imposed by law shall be included in the bid amount. The Owner will include WSST in progress payments. The Contractor shall pay the WSST to the Department of Revenue and shall furnish proof of payment to the Owner if requested. [NOTE: Contractor must bond for contract amount plus the WSST.] 1.9 SUBMISSION OF BIDS A. Bids must be submitted on or before the time specified in the Advertisement for Bids. B. Subcontractor Listing: As the sum of the base bid and additive alternate is anticipated to exceed one million dollars or more, the Bid Form contains the following requirements: 1. Pursuant to RCW 39.30.060, the Bidder shall provide names of the Subcontractors with whom the Bidder will subcontract for performance of heating, ventilation and air conditioning (HVAC), plumbing, and electrical, if any of these trades are used. 2. The Bidder can name itself for the performance of the work. 3. The Bidder shall not list more than one Subcontractor for each category of work identified UNLESS Subcontractors vary with bid alternates, in which case the Bidder must indicate which Subcontractor will be used for which alternate. 4. Failure of the Bidder to submit as part of the bid the NAMES of such Subcontractors or to name itself to perform such work shall render the Bidder's bid nonresponsive and, therefore, void. C. The Bid Form shall be submitted in a sealed envelope addressed to the office specified in the Advertisement for Bids. The envelope shall have printed on the outside: 1. The project number and description. 2. The name and address of the Bidder 3. Identification as Bid Form. D. Prior to the bid opening, the Owner’s representative will designate the official bid clock. Any part of the Bid Proposal Form, or in the rare situation of a bid modification, not received prior to the times specified, per the designated bid clock, will not be considered and the bid will be returned to the Bidder unopened. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 E. A bid may be withdrawn in person by a Bidder’s authorized representative before the opening of the bids. Bidder(s) representative will be required to show ID and sign on bid summary sheet before it will be released. F. People with disabilities who wish to request special accommodation, (e.g., sign language interpreters, braille, etc.) need to contact the Owner ten (10) working days prior to the scheduled bid opening. 1.10 BID RESULTS After the Bid Opening, Bidders may obtain bid results from the Owner. 1.11 LOW RESPONSIBLE BIDDER A. Mandatory Responsibility Criteria: Before award of a public works contract, a Bidder must meet the following mandatory responsibility criteria under RCW 39.04.350 (1) to be considered a responsible Bidder and qualified to be awarded a public works project. The Bidder must: 1. At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; 2. Have a current state unified business identifier number; 3. If applicable, have industrial insurance coverage for the Bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); and 5. If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the City of Renton Apprenticeship and Training Council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the bid solicitation. 6. Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW. (Before award of a public works contract, a bidder shall submit to the contracting DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 6 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 agency a signed statement in accordance with RCW 9A.72.085 verifying under penalty of perjury that the bidder is in compliance with the responsible bidder criteria requirements. A contracting agency may award a contract in reasonable reliance upon such a sworn statement.) B. Supplemental Responsibility Criteria: In addition to the mandatory Bidder responsibility, the Owner has adopted relevant supplemental criteria for determining Bidder responsibility which the Bidder must meet (RCW 39.04.350 (3)). 1. The Owner shall consider an overall accounting of the attached supplemental criteria for determining Bidder responsibility. 2. At least seven (7) days prior to the bid submittal deadline, a potential Bidder may request that the Owner modify the supplemental responsibility criteria. The Owner will evaluate the information submitted by the potential Bidder and respond before the bid submittal deadline. If the evaluation results in a change of the criteria, the Owner will issue an addendum to the bidding documents identifying the new criteria. 3. Upon Owner’s request, the apparent low Bidder must supply the requested responsibility information within two (2) business days of request by Owner. Withholding information or failure to submit all the information requested within the time provided may render the bid non-responsive 4. If the Owner determines that the apparent low Bidder is not responsible, the Owner will notify the Bidder of its preliminary determination in writing. 5. Within three (3) days after receipt of the preliminary determination, the Bidder may withdraw its bid or request a hearing where the Bidder may appeal the preliminary determination and present additional information to the Owner. 6. The Owner will schedule a hearing within three (3) working days of receipt of the Bidder’s request. 7. The Owner will issue a Final Determination after reviewing information presented at the hearing. 8. If the Owner determines a Bidder to be not responsible, the Owner will provide, in writing, the reasons for the determination. If the final determination affirms that the Bidder is not responsible, the Owner will not execute a contract with any other Bidder until two (2) business days after the Bidder determined to be not responsible has received the final determination. 9. The Owner’s Final Determination is specific to this project and will have no effect on other or future projects. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 21 00 – Instructions to Bidders Contract No. CAG-22-014 00 21 00 - 7 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.12 CONTRACT AWARD A. The Owner will evaluate bid responsiveness and responsibility. 1. A bid will be considered responsive if it meets the following requirements: a. It is received at the proper time and place. b. It meets the stated requirements of the Bid Form. c. It is submitted by a licensed/registered contractor within the state of Washington at the time of bid opening and is not banned from bidding by the WA Department of Labor and Industries. d. It is accompanied by a bid guarantee, if required. 2. A bid will be considered responsible if it meets the following requirements: a. It meets the mandatory responsibility criteria established in RCW 39.04.350 and an overall accounting of the supplemental responsibility criteria established for the project. B. The Owner reserves the right to accept or reject any or all bids and to waive informalities. C. The apparent low Bidder, for purpose of award, shall be the responsive and responsible Bidder offering the low aggregate amount for the base bid plus selected additive or deductive bid alternates and meeting all other bid submittal requirements. 1.13 DOCUMENTS (ATTACHED) A. Advertisement for Bids B. Bid Proposal Form C. Supplemental Bidder Responsibility Criteria D. General Conditions for Construction E. Bonds - Bid and performance F. Sample contract G. Certification of Compliance with Wage Payment Statutes Note: Payment Bond and Performance Bond are required. END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 23 00 – Supplementary Instructions Contract No. CAG-22-014 00 23 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.1 SUPPLEMENTARY INSTRUCTIONS A. The City’s fair practices and non-discrimination policies, and State Prevailing Wage Rates apply to this project. B. The Notice to Proceed shall be given after the City Council, City Attorney, and Risk Manager approves the Contract, and the Contract is signed by the Mayor. C. Upon Notification of Intent to Award Contract, the following documents must be submitted prior to commencement of the Work and not later than five (5) business days after receipt of Notification of Intent to Award Contract. 1. Standard Form of Agreement 2. Bond To the City of Renton 3. City of Renton Business License 4. Statement of Intent to Pay Prevailing Wages 5. Certificate of Liability Insurance; naming the City of Renton as additionally insured. 6. Project Schedule & Time of Completion 1.2 BIDDER SELECTION CRITERIA A. The City reserves the right to reject any and all bids and waive informalities or irregularities in bids received. END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 42 10 – Bid Submittal Checklist Contract No. CAG-22-014 00 42 10 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.1 FORMS BELOW MUST BE TIMELY SUBMITTED FOR A BID TO BE CONSIDERED RESPONSIVE: 1. BID PROPOSAL FORM, includes CERTIFICATION OF COMPLIANCE WITH PREVAILING WAGE PAYMENT STATUTE 2. FORM A - PROPOSAL BID BOND 3. FORM B – CONTRACTOR QUALIFICATIONS/EVALUATION 4. FORM C - LIST OF SUBCONTRACTORS, PART ONE (SUBMISSION OF PLUMBING AND ELECTRICAL SUBCONTRACTORS) 5. FORM D – LIST OF SUBCONTRACTORS, PART TWO (SUBMISSION OF STRUCTURAL STEEL SUBCONTRACTORS) 6. FORM E – QUALIFICATIONS OF PROJECT KEY PERSONNEL 7. FORM F – CONTRACT BOND FORM 1.2 Confirm Items Below Are Complete At Time of Bid Submission: 1. Have you included costs for Base Bid, and the Alternate as listed on the Bid Form? 2. Do written amounts in the Bid Form agree with amounts shown in figures? 3. Have you certified receipt of addenda? 4. Has the Bid Form been properly signed? 5. Have you completed the Deposit or Contract Bond Form? 6. Has a Bid Bond or certified check been enclosed with your Bid? 7. Is the amount of the Bid Bond at least 5% of the total amount of the Base Bid amount? 8. Are Bid Proposal Form, Form A and Form B listed above included in a sealed and properly endorsed envelope? 1.3 Form To Be Completed Within 1 hour of Bid Submission: 1. Form C – List of Subcontractors, Part One (Submission of Plumbing, and Electrical Subcontractors) 1.4 Form To Be Completed Within 48 hours of Bid Submission: 1. Form D – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors) 1.5 Forms To Be Completed By Apparent Low Bidder Within 2 Business Days of Notice by Owner of Apparent Low Bid: 1. Form E – Qualifications of Key Personnel END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 52 00 – Standard Form of Agreement Contract No. CAG-22-014 00 52 00 -1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 STANDARD FORM OF AGREEMENT CITY OF RENTON BETWEEN OWNER AND CONTRACTOR WHERE THE BASIS OF PAYMENT IS A STIPULATED SUM DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 52 00 – Standard Form of Agreement Contract No. CAG-22-014 00 52 00 -2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 SAMPLE AGREEMENT CONTRACT NO. CAG-22-014 THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter Contractor name], hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as prepared by PND Engineers, Inc., dated, July 18, 2022 if fully set forth herein: the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1- 04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled [Enter Project name], [Enter Project number], including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $___________, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials, and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 52 00 – Standard Form of Agreement Contract No. CAG-22-014 00 52 00 -3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR: CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION: [Enter state of incorporation] CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: [Address Line 1] City of Renton [Address Line 2] 1055 South Grady Way [City, State and Zip] Renton, WA 98057 [Enter Phone Number] [Enter Phone Number] [Enter Fax Number or Email Address] [Enter Fax Number or Email Address] Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. Contract Template Updated 12/29/2017 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 1 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Section Description Page PART 1 – GENERAL PROVISIONS 1.1 Definitions .......................................................................................................................... 3 1.2 Order of Precedence .......................................................................................................... 5 1.3 Execution and Intent .......................................................................................................... 5 PART 2 – INSURANCE AND BONDS 2.1 Contractor’s Liability Insurance .......................................................................................... 6 2.2 Coverage Limits ................................................................................................................ 7 2.3 Insurance Coverage Certificates ........................................................................................ 7 2.4 Payment and Performance Bonds ..................................................................................... 8 2.5 Alternative Surety .............................................................................................................. 8 2.6 Builders Risk ...................................................................................................................... 8 PART 3 – TIME AND SCHEDULE 3.1 Progress and Completion .................................................................................................. 9 3.2 Construction Schedule ....................................................................................................... 9 3.3 Owner’s Right to Suspend the Work for Convenience ....................................................... 10 3.4 Owner’s Right to Stop the Work for Cause ........................................................................ 11 3.5 Delay ................................................................................................................................. 11 3.6 Notice to Owner of Labor Disputes .................................................................................... 12 3.7 Damages for Failure to Achieve Timely Completion .......................................................... 12 PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS 4.1 Discrepancies and Contract Document Review ................................................................. 13 4.2 Project Record ................................................................................................................... 14 4.3 Shop Drawings .................................................................................................................. 14 4.4 Organization of Specifications ........................................................................................... 15 4.5 Ownership and Use of Drawings, Specifications & other Documents ................................ 16 PART 5 – PERFORMANCE 5.1 Contractor Control and Supervision ................................................................................... 17 5.2 Permits, Fees and Notices ................................................................................................. 17 5.3 Patents and Royalties ........................................................................................................ 18 5.4 Prevailing Wages ............................................................................................................... 18 5.5 Hours of Labor ................................................................................................................... 19 5.6 Nondiscrimination .............................................................................................................. 19 5.7 Safety Precautions ............................................................................................................. 20 5.8 Operations, Material Handling, and Storage Areas ............................................................ 23 5.9 Prior Notice of Excavation ................................................................................................. 24 5.10 Unforeseen Physical Conditions ........................................................................................ 24 5.11 Protection of Existing Structures, Equipment, Vegetation, Utilities, & Improvements ........ 24 5.12 Layout of Work ................................................................................................................... 24 5.13 Material and Equipment ..................................................................................................... 25 5.14 Availability and Use of Utility Services ............................................................................... 25 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 2 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Section Description Page 5.15 Tests and Inspections ........................................................................................................ 25 5.16 Correction of Nonconforming Work .................................................................................... 26 5.17 Clean Up ............................................................................................................................ 27 5.18 Access to Work .................................................................................................................. 28 5.19 Subcontractors and Suppliers ............................................................................................ 28 5.20 Warranty of Construction ................................................................................................... 30 5.21 Indemnification .................................................................................................................. 30 PART 6 – PAYMENTS AND COMPLETION 6.1 Contract Sum ...................................................................................................................... 31 6.2 Schedule of Values ............................................................................................................. 31 6.3 Application for Payment ...................................................................................................... 31 6.4 Progress Payments ............................................................................................................ 32 6.5 Payments Withheld ............................................................................................................. 33 6.6 Retainage and Bond Claim Rights ...................................................................................... 33 6.7 Substantial Completion ....................................................................................................... 33 6.8 Prior Occupancy ................................................................................................................. 34 6.9 Final Completion, Acceptance, and Payment ..................................................................... 34 PART 7 – CHANGES 7.1 Change in the Work ............................................................................................................ 35 7.2 Change in the Contract Sum............................................................................................... 36 7.3 Change in the Contract Time .............................................................................................. 43 PART 8 – CLAIMS AND DISPUTE RESOLUTION 8.1 Claims Procedure ............................................................................................................... 45 8.2 Arbitration ........................................................................................................................... 47 8.3 Claims Audits ...................................................................................................................... 48 PART 9 – TERMINATION OF THE WORK 9.1 Termination by Owner for Cause ........................................................................................ 49 9.2 Termination by Owner for Convenience ............................................................................. 50 PART 10 – MISCELLANEOUS PROVISIONS 10.1 Governing Law .................................................................................................................... 51 10.2 Successors and Assigns ..................................................................................................... 51 10.3 Meaning of Words ............................................................................................................... 52 10.4 Rights and Remedies ......................................................................................................... 52 10.5 Contractor Registration ....................................................................................................... 52 10.6 Time Computations ............................................................................................................. 52 10.7 Records Retention .............................................................................................................. 52 10.8 Third-Party Agreements ...................................................................................................... 53 10.9 Antitrust Assignments ......................................................................................................... 53 10.10 Headings and Captions ...................................................................................................... 53 10.11 Diverse Business Participation ........................................................................................... 54 10.12 Apprenticeship Participation ............................................................................................... 54 DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 3 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 – GENERAL PROVISIONS 1.1 DEFINITIONS A. “Application for Payment” means a written request submitted by Contractor to Owner for payment of Work completed in accordance with the Contract Documents and approved Schedule of Values, supported by such substantiating data as Owner or A/E may require. B. “Architect,” “Engineer,” or “A/E” means a person or entity lawfully entitled to practice architecture or engineering, representing Owner within the limits of its delegated authority. C. “Change Order” means a written instrument signed by Owner and Contractor stating their agreement upon all of the following: (1) a change in the Work; (2) the amount of the adjustment in the Contract Sum, if any, and (3) the extent of the adjustment in the Contract Time, if any. D. “Claim” means Contractor’s exclusive remedy for resolving disputes with Owner regarding the terms of a Change Order or a request for equitable adjustment, as more fully set forth in Part 8. E. “Contract Award Amount” is the sum of the Base Bid and any accepted Alternates. F. “Contract Documents” means the Advertisement for Bids, Instructions for Bidders, completed Bid Form, General Conditions, Modifications to the General Conditions, Supplemental Conditions, Public Works Contract, other Special Forms, Drawings and Specifications, and all addenda and modifications thereof. G. “Contract Sum” is the total amount payable by Owner to Contractor, for performance of the Work in accordance with the Contract Documents, including all taxes imposed by law and properly chargeable to the Work, except Washington State sales tax. H. “Contract Time” is the number of calendar days allotted in the Contract Documents for achieving Substantial Completion of the Work. I. “Contractor” means the person or entity who has agreed with Owner to perform the Work in accordance with the Contract Documents. J. “Day(s): Unless otherwise specified, day(s) shall mean calendar day(s).” K. “Drawings” are the graphic and pictorial portions of the Contract Documents showing the design, location, and dimensions of the Work, and may include plans, elevations, sections, details, schedules, and diagrams. L. “Final Acceptance” means the written acceptance issued to Contractor by Owner after Contractor has completed the requirements of the Contract Documents, as more fully set forth in Section 6.9 B. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 4 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 M. “Final Completion” means that the Work is fully and finally complete in accordance with the Contract Documents, as more fully set forth in Section 6.9 A. N. “Force Majeure” means those acts entitling Contractor to request an equitable adjustment in the Contract Time, as more fully set forth in paragraph 3.5A. O. “Notice” means a written notice which has been delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended or, if delivered or sent by registered or certified mail, to the last business address known to the party giving notice. P. “Notice to Proceed” means a notice from Owner to Contractor that defines the date on which the Contract Time begins. Q. “Owner” means the City of Renton, or its authorized representative with the authority to enter into, administer, and/or terminate the Work in accordance with the Contract Documents and make related determinations and findings. R. “Person” means a corporation, partnership, business association of any kind, trust, company, or individual. S. “Prior Occupancy” means Owner’s use of all or parts of the Project before Substantial Completion, as more fully set forth in Section 6.8 A. T. “Progress Schedule” means a schedule of the Work, in a form satisfactory to Owner, as further set forth in Section 3.2. U. “Project” means the total construction of which the Work performed in accordance with the Contract Documents may be the whole or a part and which may include construction by Owner or by separate contractors. V. “Project Record” means the separate set of Drawings and Specifications as further set forth in paragraph 4.2A. W. “Schedule of Values” means a written breakdown allocating the total Contract Sum to each principal category of Work, in such detail as requested by Owner. X. “Specifications” are that portion of the Contract Documents consisting of the written requirements for materials, equipment, construction systems, standards and workmanship for the Work, and performance of related services. Y. “Subcontract” means a contract entered into by Subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind for or in connection with the Work. Z. “Subcontractor” means any person, other than Contractor, who agrees to furnish or furnishes any supplies, materials, equipment, or services of any kind in connection with the Work. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 5 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 AA. “Substantial Completion” means that stage in the progress of the Work when the construction is sufficiently complete, as more fully set forth in Section 6.7. AB. “Work” means the construction and services required by the Contract Documents, and includes, but is not limited to, labor, materials, supplies, equipment, services, permits, and the manufacture and fabrication of components, performed, furnished, or provided in accordance with the Contract Documents. 1.2 ORDER OF PRECEDENCE Any conflict or inconsistency in the Contract Documents shall be resolved by giving the documents precedence in the following order: 1. Signed Agreement, including any Change Orders. 2. Supplemental Conditions. 3. Modifications to the General Conditions. 4. General Conditions. 5. Specifications. Provisions in Division 1 shall take precedence over provisions of any other Division. 6. Drawings. In case of conflict within the Drawings, large scale drawings shall take precedence over small scale drawings. 7. Signed and Completed Bid Form. 8. Instructions to Bidders. 9. Advertisement for Bids. 1.3 EXECUTION AND INTENT A. Contractor Representations: Contractor makes the following representations to Owner: B. Contract Sum reasonable: The Contract Sum is reasonable compensation for the Work and the Contract Time is adequate for the performance of the Work, as represented by the Contract Documents; C. Contractor familiar with project: Contractor has carefully reviewed the Contract Documents, visited and examined the Project site, become familiar with the local conditions in which the Work is to be performed, and satisfied itself as to the nature, location, character, quality and quantity of the Work, the labor, materials, equipment, goods, supplies, work, services and other items to be furnished and all other requirements of the Contract Documents, as well as the surface and subsurface conditions and other matters that may be encountered at the Project site or affect performance of the Work or the cost or difficulty thereof; D. Contractor financially capable: Contractor is financially solvent, able to pay its debts as they mature, and possesses sufficient working capital to complete the Work and perform Contractor’s obligations required by the Contract Documents; and DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 6 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 E. Contractor can complete Work: Contractor is able to furnish the plant, tools, materials, supplies, equipment and labor required to complete the Work and perform the obligations required by the Contract Documents and has sufficient experience and competence to do so. PART 2 – INSURANCE AND BONDS 2.1 CONTRACTOR’S LIABILITY INSURANCE A. General insurance requirements: Prior to commencement of the Work, Contractor shall obtain all the insurance required by the Contract Documents and provide evidence satisfactory to Owner that such insurance has been procured. Review of the Contractor’s insurance by Owner shall not relieve or decrease the liability of Contractor. Companies writing the insurance to be obtained by this part shall be licensed to do business under Chapter 48 RCW or comply with the Surplus Lines Law of the City of Renton. Contractor shall include in its bid the cost of all insurance and bond costs required to complete the base bid work and accepted alternates. Insurance carriers providing insurance in accordance with the Contract Documents shall be acceptable to Owner. B. Term of insurance coverage: Contractor shall maintain the following insurance coverage during the Work and for one year after Final Acceptance, with the exception of Professional Liability insurance, when required, which shall be maintained for a minimum of three years. Contractor shall also maintain the following insurance coverage during the performance of any corrective Work required by Section 5.16. 1. Commercial General Liability Insurance: Commercial General Liability (CGL) on an Occurrence Form. Coverage shall include, but not be limited to: a. Completed operations/products liability; b. Explosion, collapse, and underground, when applicable to the work being performed; and c. Stop loss coverage applicable to the State of Washington. 2. Commercial Automobile Liability Insurance: Required if a commercial vehicle will be used in performance of work or delivery of products by the contractor, beyond normal commutes. 3. Professional Liability: Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the Owner and if those professional services are excluded from the CGL policy. Coverage may be on a Claims Made basis, if coverage is maintained at least 3-years beyond the conclusion of work. 4. Excess Liability or Umbrella: Required if needed to reach minimum CGL or auto liability coverage limits. 5. Builders Risk – When applicable to the work being performed, is required up to the amount of the completed value of a new building or major construction project, with no coinsurance provisions. See section 2.6. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 7 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 6. Pollution Liability – Required if work involves a pollution risk to the environment. Coverage may be included in other required policies. C. Industrial Insurance compliance (Workers’ Compensation): Contractor shall comply with the Washington State Industrial Insurance Act and, if applicable, the Federal Longshoremen’s and Harbor Workers’ Act and the Jones Act. D. Insurance to protect for the following: All insurance coverages shall protect against claims for damages for personal and bodily injury or death, as well as claims for property damage, which may arise from operations in connection with the Work whether such operations are by Contractor or any Subcontractor. E. Owner as Additional Insured: Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy (only applies to Commercial General, Auto Liability, Excess/Umbrella, when applicable). F. Insurance certificate requirements and minimum limits may be waived or modified by the Risk Manager or with Risk Manager approval. 2.2 COVERAGE LIMITS Insurance amounts: The minimum coverage limits shall be as follows for applicable required insurance: A. Limits of General Liability shall not be less than $1,000,000 per each Occurrence; including Personal Injury and Advertising Liability for Each Occurrence and $2,000,000 Annual Aggregate B. $1,000,000 Combined Single Limit for Automobile Bodily Injury and Property Damage Liability, Each Accident or Loss. C. $1,000,000 for Professional Liability. D. $1,000,000 for Pollution Liability. E. The Owner does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. 2.3 INSURANCE COVERAGE CERTIFICATES A. Certificate required: Prior to commencement of the Work, Contractor shall furnish to Owner a completed and acceptable certificate of insurance coverage showing all required insurance coverage. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 8 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. List Project info: All insurance certificates shall name Owner as the certificate holder. The certificate holder should read: City of Renton ATTN: Kelsey Urban 1055 South Grady Way Renton, WA 98057 C. Cancellation provisions: The Owner shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. 2.4 PAYMENT AND PERFORMANCE BONDS Conditions for bonds: Payment and performance bonds for 100% of the Contract Award Amount, plus state sales tax, shall be furnished for the Work, using the City of Renton Contract Bond Form provided. Prior to execution of a Change Order that, cumulatively with previous Change Orders, increases the Contract Award Amount by 15% or more, the Contractor shall provide either new payment and performance bonds for the revised Contract Sum, or riders to the existing payment and performance bonds increasing the amount of the bonds. The Contractor shall likewise provide additional bonds or riders when subsequent Change Orders increase the Contract Sum by 15% or more. No payment or performance bond is required if the Contract Sum is $35,000 or less and Contractor agrees that Owner may, in lieu of the bond, retain 50% of the Contract Sum for the period allowed by RCW 39.08.010. 2.5 ALTERNATIVE SURETY When alternative surety required: Contractor shall promptly furnish payment and performance bonds from an alternative surety as required to protect Owner and persons supplying labor or materials required by the Contract Documents if: A. Owner has a reasonable objection to the surety; or B. Any surety fails to furnish reports on its financial condition if required by Owner. 2.6 BUILDER’S RISK A. Builders Risk Insurance: Contractor shall purchase and maintain Builders Risk insurance in the amount of the Contract Sum including all Change Orders for the Work on a replacement cost basis until Substantial Completion. For projects not involving New Building Construction, “Installation Floater” is an acceptable substitute for the Builder’s Risk Insurance. The insurance shall cover the interest of Owner, Contractor, and any Subcontractors, as their interests may appear. B. Losses covered: Contractor property insurance shall be placed on an “all risk” basis and insure against the perils of fire and extended coverage and physical loss or damage DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 9 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 including theft, vandalism, malicious mischief, collapse, false work, temporary buildings, debris removal including demolition occasioned by enforcement of any applicable legal requirements and shall cover reasonable compensation for A/E’s services and expenses required as a result of an insured loss. C. Waiver of subrogation rights: Owner and Contractor waive all subrogation rights against each other, any Subcontractors, A/E, A/E’s sub-consultants, separate contractors described in Section 5.20, if any, and any of their subcontractors, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this section or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by Owner as fiduciary. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. PART 3 – TIME AND SCHEDULE 3.1 PROGRESS AND COMPLETION Contractor to meet schedule: Contractor shall diligently prosecute the Work, with adequate forces, achieve Substantial Completion within the Contract Time, and achieve Final Completion within thirty (30) calendar days thereafter. 3.2 CONSTRUCTION SCHEDULE A. Preliminary Progress Schedule: Unless otherwise provided in Division 1, Contractor shall, within 14 Days after issuance of the Notice to Proceed, submit a preliminary Progress Schedule. The Progress Schedule shall show the sequence in which Contractor proposes to perform the Work, and the dates on which Contractor plans to start and finish major portions of the Work, including dates for shop drawings and other submittals, and for acquiring materials and equipment. 1. The Schedule Duration shall be based on the Contract Time of Completion listed on the Bid Form. The Owner shall not be obligated to accept any Early Completion Schedule suggested by the Contractor. The Contract Time for Completion shall establish the Schedule Completion Date. 2. If the Contractor feels that the work can be completed in less than the Specified Contract Time, then the Surplus Time shall be considered Project Float. This Float time shall be shown on the Project Schedule. It shall be available to accommodate changes in the work and unforeseen conditions. Neither the Contractor nor the Owner have exclusive right to this Float Time. It belongs to the project. B. Form of Progress Schedule: Unless otherwise provided in Division 1, the Progress Schedule shall be in the form of a bar chart, or a critical path method analysis, as specified DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 10 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 by Owner. The preliminary Progress Schedule may be general, showing the major portions of the Work, with a more detailed Progress Schedule submitted as directed by Owner. C. Owner comments on Progress Schedule: Owner shall return comments on the preliminary Progress Schedule to Contractor within 14 Days of receipt. Review by Owner of Contractor’s schedule does not constitute an approval or acceptance of Contractor’s construction means, methods, or sequencing, or its ability to complete the Work within the Contract Time. Contractor shall revise and resubmit its schedule, as necessary. Owner may withhold a portion of progress payments until a Progress Schedule has been submitted which meets the requirements of this section. D. Monthly updates and compliance with Progress Schedule: Contractor shall utilize and comply with the Progress Schedule. On a monthly basis, or as otherwise directed by Owner, Contractor shall submit an updated Progress Schedule at its own expense to Owner indicating actual progress. If, in the opinion of Owner, Contractor is not in conformance with the Progress Schedule for reasons other than acts of Force Majeure as identified in Section 3.5, Contractor shall take such steps as are necessary to bring the actual completion dates of its work activities into conformance with the Progress Schedule, and if directed by Owner, Contractor shall submit a corrective action plan or revise the Progress Schedule to reconcile with the actual progress of the Work. E. Contractor to notify Owner of delays: Contractor shall promptly notify Owner in writing of any actual or anticipated event which is delaying or could delay achievement of any milestone or performance of any critical path activity of the Work. Contractor shall indicate the expected duration of the delay, the anticipated effect of the delay on the Progress Schedule, and the action being or to be taken to correct the problem. Provision of such notice does not relieve Contractor of its obligation to complete the Work within the Contract Time. 3.3 OWNER’S RIGHT TO SUSPEND THE WORK FOR CONVENIENCE A. Owner may suspend Work: Owner may, at its sole discretion, order Contractor, in writing, to suspend all or any part of the Work for up to 90 Days, or for such longer period as mutually agreed. B. Compliance with suspension; Owner’s options: Upon receipt of a written notice suspending the Work, Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of cost of performance directly attributable to such suspension. Within a period up to 90 Days after the notice is delivered to Contractor, or within any extension of that period to which the parties shall have agreed, Owner shall either: 1. Cancel the written notice suspending the Work; or 2. Terminate the Work covered by the notice as provided in the termination provisions of Part 9. C. Resumption of Work: If a written notice suspending the Work is cancelled or the period of DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 11 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 the notice or any extension thereof expires, Contractor shall resume Work. D. Equitable Adjustment for suspensions: Contractor shall be entitled to an equitable adjustment in the Contract Time, or Contract Sum, or both, for increases in the time or cost of performance directly attributable to such suspension, provided Contractor complies with all requirements set forth in Part 7. 3.4 OWNER’S RIGHT TO STOP THE WORK FOR CAUSE A. Owner may stop Work for Contractor’s failure to perform: If Contractor fails or refuses to perform its obligations in accordance with the Contract Documents, Owner may order Contractor, in writing, to stop the Work, or any portion thereof, until satisfactory corrective action has been taken. B. No Equitable Adjustment for Contractor’s failure to perform: Contractor shall not be entitled to an equitable adjustment in the Contract Time or Contract Sum for any increased cost or time of performance attributable to Contractor’s failure or refusal to perform or from any reasonable remedial action taken by Owner based upon such failure. 3.5 DELAY A. Force Majeure actions not a default; Force Majeure defined: Any delay in or failure of performance by Owner or Contractor, other than the payment of money, shall not constitute a default hereunder if and to the extent the cause for such delay or failure of performance was unforeseeable and beyond the control of the party (“Force Majeure”). Acts of Force Majeure include, but are not limited to: 1. Acts of God or the public enemy; 2. Acts or omissions of any government entity; 3. Fire or other casualty for which Contractor is not responsible; 4. Quarantine or epidemic; 5. Strike or defensive lockout; 6. Unusually severe weather conditions which could not have been reasonably anticipated; and 7. Unusual delay in receipt of supplies or products which were ordered and expedited and for which no substitute reasonably acceptable to Owner was available. B. Contract Time adjustment for Force Majeure: Contractor shall be entitled to an equitable adjustment in the Contract Time for changes in the time of performance directly attributable to an act of Force Majeure, provided it makes a request for equitable adjustment according to Section 7.3. Contractor shall not be entitled to an adjustment in the Contract Sum resulting from an act of Force Majeure. C. Contract Time or Contract Sum adjustment if Owner at fault: Contractor shall be entitled to DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 12 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 an equitable adjustment in Contract Time and may be entitled to an equitable adjustment in Contract Sum, if the cost or time of Contractor’s performance is changed due to the fault or negligence of Owner, provided the Contractor makes a request according to Sections 7.2 and 7.3. D. No Contract Time or Contract Sum adjustment if Contractor at fault: Contractor shall not be entitled to an adjustment in Contract Time or in the Contract Sum for any delay or failure of performance to the extent such delay or failure was caused by Contractor or anyone for whose acts Contractor is responsible. E. Contract Time adjustment only for concurrent fault: To the extent any delay or failure of performance was concurrently caused by the Owner and Contractor, Contractor shall be entitled to an adjustment in the Contract Time for that portion of the delay or failure of performance that was concurrently caused, provided it makes a request for equitable adjustment according to Section 7.3 but shall not be entitled to an adjustment in Contract Sum. F. Contractor to mitigate delay impacts: Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay, whether occasioned by an act of Force Majeure or otherwise. 3.6 NOTICE TO OWNER OF LABOR DISPUTES A. Contractor to notify Owner of labor disputes: If Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay timely performance in accordance with the Contract Documents, Contractor shall immediately give notice, including all relevant information, to Owner. B. Pass through notification provisions to Subcontractors: Contractor agrees to insert a provision in its Subcontracts and to require insertion in all sub-subcontracts, that in the event timely performance of any such contract is delayed or threatened by delay by any actual or potential labor dispute, the Subcontractor or Sub-subcontractor shall immediately notify the next higher tier Subcontractor or Contractor, as the case may be, of all relevant information concerning the dispute. 3.7 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION A. Liquidated Damages 1. Reason for Liquidated Damages: Timely performance and completion of the Work is essential to Owner and time limits stated in the Contract Documents are of the essence. Owner will incur serious and substantial damages if Substantial Completion of the Work does not occur within the Contract Time. However, it would be difficult if not impossible to determine the exact amount of such damages. Consequently, provisions for liquidated damages are included in the Contract Documents. 2. Calculation of Liquidated Damages amount: The liquidated damage amounts set forth in the Contract Documents will be assessed not as a penalty, but as liquidated DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 13 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 damages for breach of the Contract Documents. This amount is fixed and agreed upon by and between the Contractor and Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain. This amount shall be construed as the actual amount of damages sustained by the Owner, and may be retained by the Owner and deducted from periodic payments to the Contractor. 3. Contractor responsible even if Liquidated Damages assessed: Assessment of liquidated damages shall not release Contractor from any further obligations or liabilities pursuant to the Contract Documents. B. Actual Damages Calculation of Actual Damages: Actual damages will be assessed for failure to achieve Final Completion within the time provided. Actual damages will be calculated on the basis of direct architectural, administrative, and other related costs attributable to the Project from the date when Final Completion should have been achieved, based on the date Substantial Completion is actually achieved, to the date Final Completion is actually achieved. Owner may offset these costs against any payment due Contractor. PART 4 – SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS 4.1 DISCREPANCIES AND CONTRACT DOCUMENT REVIEW A. Specifications and Drawings are basis of the Work: The intent of the Specifications and Drawings is to describe a complete Project to be constructed in accordance with the Contract Documents. Contractor shall furnish all labor, materials, equipment, tools, transportation, permits, and supplies, and perform the Work required in accordance with the Drawings, Specifications, and other provisions of the Contract Documents. B. Parts of the Contract Documents are complementary: The Contract Documents are complementary. What is required by one part of the Contract Documents shall be binding as if required by all. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications, shall be of like effect as if shown or mentioned in both. C. Contractor to report discrepancies in Contract Documents: Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by Owner. If, during the performance of the Work, Contractor finds a conflict, error, inconsistency, or omission in the Contract Documents, it shall promptly and before proceeding with the Work affected thereby, report such conflict, error, inconsistency, or omission to Owner in writing. D. Contractor knowledge of discrepancy in documents – responsibility: Contractor shall do no Work without applicable Drawings, Specifications, or written modifications, or Shop Drawings where required, unless instructed to do so in writing by Owner. If Contractor performs any construction activity, and it knows or reasonably should have known that any DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 14 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 of the Contract Documents contain a conflict, error, inconsistency, or omission, Contractor shall be responsible for the performance and shall bear the cost for its correction. E. Contractor to perform Work implied by Contract Documents: Contractor shall provide any work or materials the provision of which is clearly implied and is within the scope of the Contract Documents even if the Contract Documents do not mention them specifically. F. Interpretation questions referred to Owner: Questions regarding interpretation of the requirements of the Contract Documents shall be referred to the Owner. 4.2 PROJECT RECORD A. Contractor to maintain Project Record Drawings and Specifications: Contractor shall legibly mark in ink on a separate set of the Drawings and Specifications all actual construction, including horizontal and vertical locations of sub-structural materials referenced to permanent visible and accessible surface improvements, field changes of dimensions and details, actual suppliers, manufacturers and trade names, models of installed equipment, and Change Order Proposals (COP). This separate set of Drawings and Specifications shall be the “Project Record.” B. Update Project Record weekly and keep on site: The Project Record shall be maintained on the project site throughout the construction and shall be clearly labeled “PROJECT RECORD.” The Project Record shall be updated at least weekly noting all changes and shall be available to Owner at all times. C. Final Project Record to Owner before Final Acceptance: Contractor shall submit the completed and finalized Project Record to Owner prior to Final Acceptance 4.3 SHOP DRAWINGS A. Definition of Shop Drawings: “Shop Drawings” means documents and other information required to be submitted to Owner by Contractor pursuant to the Contract Documents, showing in detail: the proposed fabrication and assembly of structural elements; and the installation (i.e. form, fit, and attachment details) of materials and equipment. Shop Drawings include, but are not limited to, drawings, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data, samples, and similar materials furnished by Contractor to explain in detail specific portions of the Work required by the Contract Documents. For materials and equipment to be incorporated into the Work, Contractor submittal shall include the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the item. When directed, Contractor shall submit all samples at its own expense. Owner may duplicate, use, and disclose Shop Drawings provided in accordance with the Contract Documents. B. Approval of Shop Drawings by Contractor and A/E: Contractor shall coordinate all Shop Drawings, and review them for accuracy, completeness, and compliance with the Contract Documents and shall indicate its approval thereon as evidence of such coordination and DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 15 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 review. Where required by law, Shop Drawings shall be stamped by an appropriate professional licensed by the City of Renton. Shop Drawings submitted to A/E without evidence of Contractor’s approval shall be returned for resubmission. Contractor shall review, approve, and submit Shop Drawings with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of Owner or separate contractors. Contractor’s submittal schedule shall allow a reasonable time for A/E review. A/E will review, approve, or take other appropriate action on the Shop Drawings. Contractor shall perform no portion of the Work requiring submittal and review of Shop Drawings until the respective submittal has been reviewed and the A/E has approved or taken other appropriate action. A/E shall respond to Shop Drawing submittals with reasonable promptness. Any Work by Contractor shall be in accordance with reviewed Shop Drawings. Submittals made by Contractor which are not required by the Contract Documents may be returned without action. C. Contractor not relieved of responsibility when Shop Drawings approved: Approval, or other appropriate action with regard to Shop Drawings, A/E shall not relieve Contractor of responsibility for any errors or omissions in such Shop Drawings, nor from responsibility for compliance with the requirements of the Contract Documents. Unless specified in the Contract Documents, review by A/E shall not constitute an approval of the safety precautions employed by Contractor during construction or constitute an approval of Contractor’s means or methods of construction. If Contractor fails to obtain approval before installation and the item or work is subsequently rejected, Contractor shall be responsible for all costs of correction. D. Variations between Shop Drawings and Contract Documents: If Shop Drawings show variations from the requirements of the Contract Documents, Contractor shall describe such variations in writing, separate from the Shop Drawings, at the time it submits the Shop Drawings containing such variations. If A/E approves any such variation, an appropriate Change Order will be issued. If the variation is minor and does not involve an adjustment in the Contract Sum or Contract Time, a Change Order need not be issued; however, the modification shall be recorded upon the Project Record. E. Contractor to submit electronic files of Shop Drawings: Unless otherwise provided in Division 1, Contractor shall submit to Owner for approval electronic files of all Shop Drawings. Unless otherwise indicated, a reviewed electronic file shall be returned to Contractor. 4.4 ORGANIZATION OF SPECIFICATIONS Specification organization by trade: Specifications are prepared in sections which conform generally to trade practices. These sections are for Owner and Contractor convenience and shall not control Contractor in dividing the Work among the Subcontractors or in establishing the extent of the Work to be performed by any trade. 4.5 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 16 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 A. The City/Owner not Contractor, owns Copyright of Drawings and Specifications: The Drawings, Specifications, and other documents prepared by A/E are instruments of A/E’s contracted service to the City through which the Work to be executed by Contractor is described. Neither Contractor nor any Subcontractor shall own or claim a copyright in the Drawings, Specifications, and other documents prepared by A/E, and A/E shall be deemed the author of them and will, along with any rights of Owner, retain all common law, statutory, and other reserved rights, in addition to the copyright. All copies of these documents, except Contractor’s set, shall be returned or suitably accounted for to A/E, on request, upon completion of the Work. B. Drawings and Specifications to be used only for this Project: The Drawings, Specifications, and other documents prepared by the A/E, and copies thereof furnished to Contractor, are for use solely with respect to this Project. They are not to be used by Contractor or any Subcontractor on other projects or for additions to this Project outside the scope of the Work without the specific written consent of Owner and A/E. Contractor and Subcontractors are granted a limited license to use and reproduce applicable portions of the Drawings, Specifications, and other documents prepared by A/E appropriate to and for use in the execution of their Work. C. Shop Drawing license granted to Owner: Contractor and all Subcontractors grant a non- exclusive license to Owner, without additional cost or royalty, to use for its own purposes (including reproduction) all Shop Drawings, together with the information and diagrams contained therein, prepared by Contractor or any Subcontractor. In providing Shop Drawings, Contractor and all Subcontractors warrant that they have authority to grant to Owner a license to use the Shop Drawings, and that such license is not in violation of any copyright or other intellectual property right. Contractor agrees to defend and indemnify Owner pursuant to the indemnity provisions in Section 5.3 and 5.22 from any violations of copyright or other intellectual property rights arising out of Owner’s use of the Shop Drawings hereunder, or to secure for Owner, at Contractor’s own cost, licenses in conformity with this section. D. Shop Drawings to be used only for this Project: The Shop Drawings and other submittals prepared by Contractor, Subcontractors of any tier, or its or their equipment or material suppliers, and copies thereof furnished to Contractor, are for use solely with respect to this Project. They are not to be used by Contractor or any Subcontractor of any tier, or material or equipment supplier, on other projects or for additions to this Project outside the scope of the Work without the specific written consent of Owner. The Contractor, Subcontractors of any tier, and material or equipment suppliers are granted a limited license to use and reproduce applicable portions of the Shop Drawings and other submittals appropriate to and for use in the execution of their Work under the Contract Documents. PART 5 – PERFORMANCE 5.1 CONTRACTOR CONTROL AND SUPERVISION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 17 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 A. Contractor responsible for Means and Methods of construction: Contractor shall supervise and direct the Work, using its best skill and attention, and shall perform the Work in a skillful manner. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, unless the Contract Documents give other specific instructions concerning these matters. Contractor shall disclose its means and methods of construction when requested by Owner. B. Competent Superintendent required: Performance of the Work shall be directly supervised by a competent superintendent who has authority to act for Contractor. The superintendent must be satisfactory to the Owner and shall not be changed without the prior written consent of Owner. Owner may require Contractor to remove the superintendent from the Work or Project site, if Owner reasonably deems the superintendent incompetent, careless, or otherwise objectionable, provided Owner has first notified Contractor in writing and allowed a reasonable period for transition. C. Contractor responsible for acts and omissions of self and agents: Contractor shall be responsible to Owner for acts and omissions of Contractor, Subcontractors, and their employees and agents. D. Contractor to employ competent and disciplined workforce: Contractor shall enforce strict discipline and good order among all of the Contractor’s employees and other persons performing the Work. Contractor shall not permit employment of persons not skilled in tasks assigned to them. Contractor’s employees shall at all times conduct business in a manner which assures fair, equal, and nondiscriminatory treatment of all persons. Owner may, by written notice, request Contractor to remove from the Work or Project site any employee Owner reasonably deems incompetent, careless, or otherwise objectionable. E. Contractor to keep project documents on site: Contractor shall keep on the Project site a copy of the Drawings, Specifications, addenda, reviewed Shop Drawings, and permits and permit drawings. F. Contractor to comply with ethical standards: Contractor shall ensure that its owner(s) and employees, and those of its Subcontractors, comply with the Ethics in Public Service Act RCW 42.52, which, among other things, prohibits state employees from having an economic interest in any public works contract that was made by, or supervised by, that employee. Contractor shall remove, at its sole cost and expense, any of its, or its Subcontractors’ employees, if they are in violation of this act. 5.2 PERMITS, FEES, AND NOTICES A. Permits: Owner will obtain and pay for the Land Use Permit and Civil Construction Permit. All other permits and fees required to execute the work shall be obtained and paid for by the Contractor. Prior to Final Acceptance, the approved, signed permits shall be delivered to Owner. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 18 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. Contractor to comply with all applicable laws: Contractor shall comply with and give notices required by all federal, state, and local laws, ordinances, rules, regulations, and lawful orders of public authorities applicable to performance of the Work. 5.3 PATENTS AND ROYALTIES Payment, indemnification, and notice: Contractor is responsible for, and shall pay, all royalties and license fees. Contractor shall defend, indemnify, and hold Owner harmless from any costs, expenses, and liabilities arising out of the infringement by Contractor of any patent, copyright, or other intellectual property right used in the Work; however, provided that Contractor gives prompt notice, Contractor shall not be responsible for such defense or indemnity when a particular design, process, or product of a particular manufacturer or manufacturers is required by the Contract Documents. If Contractor has reason to believe that use of the required design, process, or product constitutes an infringement of a patent or copyright, it shall promptly notify Owner of such potential infringement 5.4 PREVAILING WAGES A. Contractor to pay Prevailing Wages: Contractor shall pay the prevailing rate of wages to all workers, laborers, or mechanics employed in the performance of any part of the Work in accordance with RCW 39.12 and the rules and regulations of the Washington Department of Labor and Industries or the federal Davis-Bacon Act Prevailing Wage Rates, as amended (40 U.S.C. 3141 – 3148); whichever is the greater. The schedule of prevailing wage rates for the locality or localities of the Work, is determined by the Industrial Statistician of the Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this public works project, which is in King County, may be found at the following website address of the Department of Labor and Industries: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates. Based upon the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is August 18, 2022. B. Statement of Intent to Pay Prevailing Wages: Before payment is made by the Owner to the Contractor for any work performed by the Contractor and subcontractors whose work is included in the application for payment, the Contractor shall submit, or shall have previously submitted to the Owner for the Project, a Statement of Intent to Pay Prevailing Wages, approved by the Department of Labor and Industries, certifying the rate of hourly wage paid and to be paid each classification of laborers, workers, or mechanics employed upon the Work by Contractor and Subcontractors. Such rates of hourly wage shall not be less than the prevailing wage rate. C. Affidavit of Wages Paid: Prior to release of retainage, the Contractor shall submit to the Owner an Affidavit of Wages Paid, approved by the Department of Labor and Industries, for the Contractor and every subcontractor, of any tier, that performed work on the Project. D. Disputes: Disputes regarding prevailing wage rates shall be referred for arbitration to the Director of the Department of Labor and Industries. The arbitration decision shall be final DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 19 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060. E. Statement with pay application; Post Statements of Intent at job site: Each Application for Payment submitted by Contractor shall state that prevailing wages have been paid in accordance with the pre-filed statement(s) of intent, as approved. Copies of the approved intent statement(s) shall be posted on the job site with the address and telephone number of the Industrial Statistician of the Department of Labor and Industries where a complaint or inquiry concerning prevailing wages may be made. F. Contractor to pay for Statements of Intent and Affidavits: In compliance with chapter 296- 127 WAC, Contractor shall pay to the Department of Labor and Industries the currently established fee(s) for each statement of intent and/or affidavit of wages paid submitted to the Department of Labor and Industries for certification. G. Certified Payrolls: Consistent with WAC 296-127-320, the Contractor and any subcontractor shall submit a certified copy of payroll records if requested. 5.5 HOURS OF LABOR A. Overtime: Contractor shall comply with all applicable provisions of RCW 49.28 and they are incorporated herein by reference. Pursuant to that statute, no laborer, worker, or mechanic employed by Contractor, any Subcontractor, or any other person performing or contracting to do the whole or any part of the Work, shall be permitted or required to work more than eight hours in any one calendar day, provided, that in cases of extraordinary emergency, such as danger to life or property, the hours of work may be extended, but in such cases the rate of pay for time employed in excess of eight hours of each calendar day shall be not less than one and one-half times the rate allowed for this same amount of time during eight hours of service. B. 4-10 Agreements: Notwithstanding the preceding paragraph, RCW 49.28 permits a contractor or subcontractor in any public works contract subject to those provisions, to enter into an agreement with its employees in which the employees work up to ten hours in a calendar day. No such agreement may provide that the employees work ten-hour days for more than four calendar days a week. Any such agreement is subject to approval by the employees. The overtime provisions of RCW 49.28 shall not apply to the hours, up to forty hours per week, worked pursuant to any such agreement. 5.6 NONDISCRIMINATION A. Discrimination prohibited by applicable laws: The Contractor and all Subcontractors shall comply with all applicable federal and state non-discrimination laws, regulations, and policies and the City of Renton Summary of Fair Practices Policy Adopted by Resolution 4085. No person shall, on the grounds of age, race, creed, color, sex, sexual orientation, religion, national origin, marital status, honorably discharged veteran or military status, or disability (physical, mental, or sensory) be denied the benefits of, or otherwise be subjected DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 20 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 to discrimination under any project, program, or activity, funded, in whole or in part, under this Agreement. B. During performance of the Work: 1. Protected Classes: Contractor shall not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, age, marital status, or the presence of any physical, sensory, or mental disability, Vietnam era veteran status, or disabled veteran status, nor commit any other unfair practices as defined in RCW 49.60. 2. Advertisements to state nondiscrimination: Contractor shall, in all solicitations or advertisements for employees placed by or for it, state that all qualified applicants will be considered for employment, without regard to race, creed, color, national origin, sex, age, marital status, or the presence of any physical, sensory, or mental disability. 3. Contractor to notify unions and others of nondiscrimination: Contractor shall send to each labor union, employment agency, or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice advising the labor union, employment agency, or workers’ representative of Contractor’s obligations according to the Contract Documents and RCW 49.60. 4. Owner and State access to Contractor records: Contractor shall permit access to its books, records, and accounts, and to its premises by Owner, and by the Washington State Human Rights Commission, for the purpose of investigation to ascertain compliance with this section of the Contract Documents. 5. Pass through provisions to Subcontractors: Contractor shall include the provisions of this section in every Subcontract. 5.7 SAFETY PRECAUTIONS A. In performing this contract, the Contractor shall provide for protecting the lives and health of employees and other persons; preventing damage to property, materials, supplies, and equipment; and avoid work interruptions. For these purposes, the Contractor shall: 1. Follow Washington Industrial Safety and Health Act (WISHA) regional directives and provide a site-specific safety program that will require an accident prevention and hazard analysis plan for the contractor and each subcontractor on the work site. The Contractor shall submit a site-specific safety plan to the Owner’s representative prior to the initial scheduled construction meeting. 2. Provide adequate safety devices and measures including, but not limited to, the appropriate safety literature, notice, training, permits, placement and use of barricades, signs, signal lights, ladders, scaffolding, staging, runways, hoist, construction elevators, shoring, temporary lighting, grounded outlets, wiring, hazardous materials, vehicles, construction processes, and equipment required by all applicable state, federal, and local laws and regulations. 3. Comply with the State Environmental Policy Act (SEPA), Clean Air Act, Shoreline DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 21 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Management Act, and other applicable federal, state, and local statutes and regulations dealing with the prevention of environmental pollution and the preservation of public natural resources. 4. Post all permits, notices, and/or approvals in a conspicuous location at the construction site. B. Provide any additional measures that the Owner determines to be reasonable and necessary for ensuring a safe environment in areas open to the public. Nothing in this part shall be construed as imposing a duty upon the Owner or A/E to prescribe safety conditions relating to employees, public, or agents of the Contractors. C. Contractor safety responsibilities: In carrying out its responsibilities according to the Contract Documents, Contractor shall protect the lives and health of employees performing the Work and other persons who may be affected by the Work; prevent damage to materials, supplies, and equipment whether on site or stored off-site; and prevent damage to other property at the site or adjacent thereto. Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; shall erect and maintain all necessary safeguards for such safety and protection; and shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. D. Contractor to maintain safety records: Contractor shall maintain an accurate record of exposure data on all incidents relating to the Work resulting in death, traumatic injury, occupational disease, or damage to property, materials, supplies, or equipment. Contractor shall immediately report any such incident to Owner. Owner shall, at all times, have a right of access to all records of exposure. E. Contractor to provide HazMat training: Contractor shall provide all persons working on the Project site with information and training on hazardous chemicals in their work at the time of their initial assignment, and whenever a new hazard is introduced into their work area. 1. Information. At a minimum, Contractor shall inform persons working on the Project site of: a. WAC: The requirements of chapter 296-62 WAC, General Occupational Health Standards; b. Presence of hazardous chemicals: Any operations in their work area where hazardous chemicals are present; and c. Hazard communications program: The location and availability of written hazard communication programs, including the required list(s) of hazardous chemicals and material safety data sheets required by chapter 296-62 WAC. 2. Training. At a minimum, Contractor shall provide training for persons working on the Project site which includes: a. Detecting hazardous chemicals: Methods and observations that may be used to detect the presence or release of a hazardous chemical in the work area (such DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 22 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 as monitoring conducted by the employer, continuous monitoring devices, visual appearance or odor of hazardous chemicals when being released, etc.); b. Hazards of chemicals: The physical and health hazards of the chemicals in the work area; c. Protection from hazards: The measures such persons can take to protect themselves from these hazards, including specific procedures Contractor, or its Subcontractors, or others have implemented to protect those on the Project site from exposure to hazardous chemicals, such as appropriate work practices, emergency procedures, and personal protective equipment to be used; and d. Hazard communications program: The details of the hazard communications program developed by Contractor, or its Subcontractors, including an explanation of the labeling system and the material safety data sheet, and how employees can obtain and use the appropriate hazard information. F. Hazardous, toxic or harmful substances: Contractor’s responsibility for hazardous, toxic, or harmful substances shall include the following duties: 1. Illegal use of dangerous substances: Contractor shall not keep, use, dispose, transport, generate, or sell on or about the Project site, any substances now or hereafter designated as, or which are subject to regulation as, hazardous, toxic, dangerous, or harmful by any federal, state or local law, regulation, statute or ordinance (hereinafter collectively referred to as “hazardous substances”), in violation of any such law, regulation, statute, or ordinance, but in no case shall any such hazardous substance be stored more than 90 Days on the Project site. 2. Contractor notifications of spills, failures, inspections, and fines: Contractor shall promptly notify Owner of all spills or releases of any hazardous substances which are otherwise required to be reported to any regulatory agency and pay the cost of cleanup. Contractor shall promptly notify Owner of all failures to comply with any federal, state, or local law, regulation, or ordinance; all inspections of the Project site by any regulatory entity concerning the same; all regulatory orders or fines; and all responses or interim cleanup actions taken by or proposed to be taken by any government entity or private party on the Project site. G. Public safety and traffic: All Work shall be performed with due regard for the safety of the public. Contractor shall perform the Work so as to cause a minimum of interruption of vehicular traffic or inconvenience to pedestrians. All arrangements to care for such traffic shall be Contractor’s responsibilities. All expenses involved in the maintenance of traffic by way of detours shall be borne by Contractor. H. Contractor to act in an emergency: In an emergency affecting the safety of life or the Work or of adjoining property, Contractor is permitted to act, at its discretion, to prevent such threatened loss or injury, and Contractor shall so act if so authorized or instructed. I. No duty of safety by Owner or A/E: Nothing provided in this section shall be construed as imposing any duty upon Owner or A/E with regard to, or as constituting any express or DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 23 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 implied assumption of control or responsibility over, Project site safety, or over any other safety conditions relating to employees or agents of Contractor or any of its Subcontractors, or the public. 5.8 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS A. Limited storage areas: Contractor shall confine all operations, including storage of materials, to Owner-approved areas. B. Temporary buildings and utilities at Contractor expense: Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be provided by Contractor only with the consent of Owner and without expense to Owner. The temporary buildings and utilities shall be removed by Contractor at its expense upon completion of the Work. C. Roads and vehicle loads: Contractor shall use only established roadways or temporary roadways authorized by Owner. When materials are transported in prosecuting the Work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by federal, state, or local law or regulation. D. Ownership and reporting by Contractor of demolished materials: Ownership and control of all materials or facility components to be demolished or removed from the Project site by Contractor shall immediately vest in Contractor upon severance of the component from the facility or severance of the material from the Project site. Contractor shall be responsible for compliance with all laws governing the storage and ultimate disposal. Contractor shall provide Owner with a copy of all manifests and receipts evidencing proper disposal when required by Owner or applicable law. E. Contractor responsible for care of materials and equipment on-site: Contractor shall be responsible for the proper care and protection of its materials and equipment delivered to the Project site. Materials and equipment may be stored on the premises subject to approval of the Owner. When Contractor uses any portion of the Project site as a shop, Contractor shall be responsible for any repairs, patching, or cleaning arising from such use. F. Contractor responsible for loss of materials and equipment: Contractor shall protect and be responsible for any damage or loss to the Work, or to the materials or equipment until the date of Substantial Completion and shall repair or replace without cost to Owner any damage or loss that may occur, except damages or loss caused by the acts or omissions of Owner. Contractor shall also protect and be responsible for any damage or loss to the Work, or to the materials or equipment, after the date of Substantial Completion, and shall repair or replace without cost to Owner any such damage or loss that might occur, to the extent such damages or loss are caused by the acts or omissions of Contractor, or any Subcontractor. 5.9 PRIOR NOTICE OF EXCAVATION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 24 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 A. Excavation defined; Use of locator services: “excavation” means an operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than 12 inches in depth for agricultural purposes, or road ditch maintenance that does not change the original road grad or ditch flow line. Before commencing any excavation, Contractor shall provide notice of the scheduled commencement of excavation to the owners of underground facilities or utilities, through locator services. 5.10 UNFORESEEN PHYSICAL CONDITIONS A. Notice requirement for concealed or unknown conditions: If Contractor encounters conditions at the site which are subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents, or unknown physical conditions of an unusual nature which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then Contractor shall give written notice to Owner promptly and in no event later than 7 Days after the first observance of the conditions. Conditions shall not be disturbed prior to such notice. B. Adjustment in Contract Time and Contract Sum: If such conditions differ materially and cause a change in Contractor’s cost of, or time required for, performance of any part of the Work, the Contractor may be entitled to an equitable adjustment in the Contract Time or Contract Sum, or both, provided it makes a request therefore as provided in Part 7. 5.11 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES AND IMPROVEMENTS A. Contractor to protect and repair property: Contractor shall protect from damage all existing structures, equipment, improvements, utilities, and vegetation: at or near the Project site. Contractor shall repair any damage resulting from failure to comply with the requirements of the Contract Documents or failure to exercise reasonable care in performing the Work. If Contractor fails or refuses to repair the damage promptly, Owner may have the necessary work performed and charge the cost to Contractor. 5.12 LAYOUT OF WORK A. Advanced planning of the Work: Contractor shall plan and lay out the Work in advance of operations so as to coordinate all work without delay or revision. B. Layout responsibilities: Contractor shall lay out the Work from Owner-established baselines and benchmarks indicated on the Drawings and shall be responsible for all field measurements about the layout. Contractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the Work. Contractor shall be responsible for executing the Work to the lines and grades that may be established. Contractor shall be responsible for maintaining or restoring all stakes and other marks established. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 25 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 5.13 MATERIAL AND EQUIPMENT A. Contractor to provide new and equivalent equipment and materials: All equipment, material, and articles incorporated into the Work shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in the Contract Documents. References in the Specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard quality and shall not be construed as limiting competition. Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of A/E, is equal to that named in the specifications, unless otherwise specifically provided in the Contract Documents. B. Contractor responsible for fitting parts together: Contractor shall do all cutting, fitting, or patching that may be required to make its several parts fit together properly or receive or be received by work of others set forth in, or reasonably implied by, the Contract Documents. Contractor shall not endanger any work by cutting, excavating, or otherwise altering the Work and shall not cut or alter the work of any other contractor unless approved in advance by Owner. C. Owner may reject defective Work: Should any of the Work be found defective, or in any way not in accordance with the Contract Documents, this work, in whatever stage of completion, may be rejected by Owner. 5.14 AVAILABILITY AND USE OF UTILITY SERVICES A. Owner to provide and charge for utilities: Owner shall make all reasonable utilities available to Contractor from existing outlets and supplies, as specified in the Contract Documents, at no cost to the Contractor. 5.15 TESTS AND INSPECTION A. Contractor to provide for all testing and inspection of Work: Contractor shall maintain an adequate testing and inspection program and perform such tests and inspections as are necessary or required to ensure that the Work conforms to the requirements of the Contract Documents. Contractor shall be responsible for inspection and quality surveillance of all its Work and all Work performed by any Subcontractor. Unless otherwise provided, Contractor shall make arrangements for such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections, and approvals. Contractor shall give Owner timely notice of when and where tests and inspections are to be made. Contractor shall maintain complete inspection records and make them available to Owner. B. Owner may conduct tests and inspections: Owner may, at any reasonable time, conduct such inspections and tests as it deems necessary to ensure that the Work is in accordance DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 26 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 with the Contract Documents. Owner shall promptly notify Contractor if an inspection or test reveals that the Work is not in accordance with the Contract Documents. Unless the subject items are expressly accepted by Owner, such Owner inspection and tests are for the sole benefit of Owner and do not: 1. Constitute or imply acceptance; 2. Relieve Contractor of responsibility for providing adequate quality control measures; 3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or equipment; 4. Relieve Contractor of its responsibility to comply with the requirements of the Contract Documents; or 5. Impair Owner’s right to reject defective or nonconforming items, or to avail itself of any other remedy to which it may be entitled. C. Inspections or inspectors do not modify Contract Documents: Neither observations by an inspector retained by Owner, the presence or absence of such inspector on the site, nor inspections, tests, or approvals by others, shall relieve Contractor from any requirement of the Contract Documents, nor is any such inspector authorized to change any term or condition of the Contract Documents. D. Contractor responsibilities on inspections: Contractor shall promptly furnish, without additional charge, all facilities, labor, material and equipment reasonably needed for performing such safe and convenient inspections and tests as may be required by Owner. Owner may charge Contractor any additional cost of inspection or testing when Work is not ready at the time specified by Contractor for inspection or testing, or when prior rejection makes re-inspection or retest necessary. Owner shall perform its inspections and tests in a manner that will cause no undue delay in the Work. 5.16 CORRECTION OF NONCONFORMING WORK A. Work covered by Contractor without inspection: If a portion of the Work is covered contrary to the requirements in the Contract Documents, it must, if required in writing by Owner, be uncovered for Owner’s observation and be replaced at the Contractor’s expense and without change in the Contract Time. B. Payment provisions for uncovering covered Work: If, at any time prior to Final Completion, Owner desires to examine the Work, or any portion of it, which has been covered, Owner may request to see such Work and it shall be uncovered by Contractor. If such Work is in accordance with the Contract Documents, the Contractor shall be entitled to an adjustment in the Contract Sum for the costs of uncovering and replacement, and, if completion of the Work is thereby delayed, an adjustment in the Contract Time, provided it makes such a request as provided in Part 7. If such Work is not in accordance with the Contract Documents, the Contractor shall pay the costs of examination and reconstruction. C. Contractor to correct and pay for non-conforming Work: Contractor shall promptly correct DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 27 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Work found by Owner not to conform to the requirements of the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed, or completed. Contractor shall bear all costs of correcting such nonconforming Work, including additional testing and inspections. D. Contractor’s compliance with warranty provisions: If, within one year after the date of Substantial Completion of the Work or designated portion thereof, or within one year after the date for commencement of any system warranties established under Section 6.8, or within the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner to do so. Owner shall give such notice promptly after discovery of the condition. This period of one year shall be extended, with respect to portions of Work first performed after Substantial Completion, by the period of time between Substantial Completion and the actual performance of the Work. Contractor’s duty to correct with respect to Work repaired or replaced shall run for one year from the date of repair or replacement. Obligations under this paragraph shall survive Final Acceptance. E. Contractor to remove non-conforming Work: Contractor shall remove from the Project site portions of the Work which are not in accordance with the requirements of the Contract Documents and are neither corrected by Contractor nor accepted by Owner. F. Owner may charge Contractor for non-conforming Work: If Contractor fails to correct nonconforming Work within a reasonable time after written notice to do so, Owner may replace, correct, or remove the nonconforming Work and charge the cost thereof to the Contractor. G. Contractor to pay for damaged Work during correction: Contractor shall bear the cost of correcting destroyed or damaged Work, whether completed or partially completed, caused by Contractor’s correction or removal of Work which is not in accordance with the requirements of the Contract Documents. H. No Period of limitation on other requirements: Nothing contained in this section shall be construed to establish a period of limitation with respect to other obligations which Contractor might have according to the Contract Documents. Establishment of the time period of one year as described in Section 5.16D relates only to the specific obligation of Contractor to correct the Work and has no relationship to the time within which the Contractor’s obligation to comply with the Contract Documents may be sought to be enforced, including the time within which such proceedings may be commenced. I. Owner may accept non-conforming Work and charge Contractor: If Owner prefers to accept Work which is not in accordance with the requirements of the Contract Documents, Owner may do so instead of requiring its removal and correction, in which case the Contract Sum may be reduced as appropriate and equitable. 5.17 CLEAN UP DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 28 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Contractor to keep site clean and leave it clean: Contractor shall at all times keep the Project site, including hauling routes, infrastructures, utilities, and storage areas, free from accumulations of waste materials. Before completing the Work, Contractor shall remove from the premises its rubbish, tools, scaffolding, equipment, and materials. Upon completing the Work, Contractor shall leave the Project site in a clean, neat, and orderly condition satisfactory to Owner. If Contractor fails to clean up as provided herein, and after reasonable notice from Owner, Owner may do so and the cost thereof shall be charged to Contractor. 5.18 ACCESS TO WORK Owner and A/E access to Work site: Contractor shall provide Owner and A/E access to the Work in progress wherever located. 5.19 SUBCONTRACTORS AND SUPPLIERS A. Subcontractor Responsibility: The Contractor shall include the language of this paragraph in each of its first-tier subcontracts and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this paragraph apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first-tier subcontractors meets the following bidder responsibility criteria: 1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; 2. Have a current City of Renton business license; 3. Have a current Washington Unified Business Identifier (UBI) number; 4. If applicable, have: a. Industrial Insurance (workers’ compensation) coverage for the subcontractor’s employees working in Washington, as required in Title 51 RCW; b. A Washington Employment Security Department number, as required in Title 50 RCW; c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. An electrical contractor license, if required by Chapter 19.28 RCW; 5. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 6. Not be disqualified from bidding or working on any project receiving federal public works contract under SAM.gov. 7. On a project subject to the apprenticeship utilization requirements in RCW 39.04.320, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 29 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the Owner’s first advertisement of the project. Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW. B. Provide names of Subcontractors and use qualified firms: Before submitting the first Application for Payment, Contractor shall furnish in writing to Owner the names, addresses, and telephone numbers of all Subcontractors, as well as suppliers providing materials in excess of $2,500. Contractor shall utilize Subcontractors and suppliers which are experienced and qualified, and meet the requirements of the Contract Documents, if any. Contractor shall not utilize any Subcontractor or supplier to whom the Owner has a reasonable objection and shall obtain Owner’s written consent before making any substitutions or additions. C. Subcontracts in writing and pass-through provision: All Subcontracts must be in writing. By appropriate written agreement, Contractor shall require each Subcontractor, so far as applicable to the Work to be performed by the Subcontractor, to be bound to Contractor by terms of the Contract Documents, and to assume toward Contractor all the obligations and responsibilities which Contractor assumes toward Owner in accordance with the Contract Documents. Each Subcontract shall preserve and protect the rights of Owner in accordance with the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights. Where appropriate, Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. However, nothing in this paragraph shall be construed to alter the contractual relations between Contractor and its Subcontractors with respect to insurance or bonds. D. Coordination of Subcontractors; Contractor responsible for Work: Contractor shall schedule, supervise, and coordinate the operations of all Subcontractors. No Subcontracting of any of the Work shall relieve Contractor from its responsibility for the performance of the Work in accordance with the Contract Documents or any other obligations of the Contract Documents. E. Automatic assignment of subcontracts: Each subcontract agreement for a portion of the Work is hereby assigned by Contractor to Owner provided that: 1. Effective only after termination and Owner approval: The assignment is effective only after termination by Owner for cause pursuant to Section 9.1 and only for those Subcontracts which Owner accepts by notifying the Subcontractor in writing; and 2. Owner assumes Contractor’s responsibilities: After the assignment is effective, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 30 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Owner will assume all future duties and obligations toward the Subcontractor which Contractor assumed in the Subcontract. 3. Impact of bond: The assignment is subject to the prior rights of the surety, if any, obligated under any bond provided in accordance with the Contract Documents. 5.20 WARRANTY OF CONSTRUCTION A. Contractor warranty of Work: In addition to any special warranties provided elsewhere in the Contract Documents, Contractor warrants that all Work conforms to the requirements of the Contract Documents and is free of any defect in equipment, material, or design furnished, or workmanship performed by Contractor. B. Contractor responsibilities: With respect to all warranties, express or implied, for Work performed or materials furnished according to the Contract Documents, Contractor shall: 1. Obtain warranties: Obtain all warranties that would be given in normal commercial practice; 2. Warranties for benefit of Owner: Require all warranties to be executed, in writing, for the benefit of Owner; 3. Enforcement of warranties: Enforce all warranties for the benefit of Owner, if directed by Owner; and 4. Contractor responsibility for subcontractor warranties: Be responsible to enforce any subcontractor’s, manufacturer’s, or supplier’s warranties should they extend beyond the period specified in the Contract Documents. C. Warranties beyond Final Acceptance: The obligations under this section shall survive Final Acceptance. 5.21 INDEMNIFICATION Contractor shall indemnify, defend and hold harmless Renton, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys’ fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor’s own employees, agents and volunteers, or damage to property caused by Contractor’s negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by Renton and its officers, agents, employees and volunteers. Including Patent infringement: The use of any design, process, or equipment which constitutes an infringement of any United States patent presently issued, or violates any other proprietary interest, including copyright, trademark, and trade secret. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate) then, in the event of liability for damages arising out of bodily injury to persons or damages to DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 31 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 property caused by or resulting from the concurrent negligence of the contractor and Renton, its officers, officials, employees and volunteers, Contractor’s liability shall be only to the extent of Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. PART 6 – PAYMENTS AND COMPLETION 6.1 CONTRACT SUM Owner shall pay Contract Sum: Owner shall pay Contractor the Contract Sum plus state sales tax for performance of the Work, in accordance with the Contract Documents. 6.2 SCHEDULE OF VALUES Contractor to submit Schedule of Values: Before submitting its first Application for Payment, Contractor shall submit to Owner for approval a breakdown allocating the total Contract Sum to each principal category of work, in such detail as requested by Owner (“Schedule of Values”). The approved Schedule of Values shall include appropriate amounts for demobilization, record drawings, O&M manuals, and any other requirements for Project closeout, and shall be used by Owner as the basis for progress payments. Payment for Work shall be made only for and in accordance with those items included in the Schedule of Values. 6.3 APPLICATION FOR PAYMENT A. Monthly Application for Payment with substantiation: At monthly intervals, unless determined otherwise by Owner, Contractor shall submit to Owner an itemized Application for Payment for Work completed in accordance with the Contract Documents and the approved Schedule of Values. Each application shall be supported by such substantiating data as Owner may require. B. Contractor certifies Subcontractors paid: By submitting an Application for Payment, Contractor is certifying that all Subcontractors have been paid, less earned retainage in accordance with RCW 60.28.011, as their interests appeared in the last preceding certificate of payment. By submitting an Application for Payment, Contractor is recertifying that the representations set forth in Section 1.3, are true and correct, to the best of Contractor’s knowledge, as of the date of the Application for Payment. C. Reconciliation of Work with Progress Schedule: At the time, it submits an Application for Payment, Contractor shall analyze and reconcile, to the satisfaction of Owner, the actual progress of the Work with the Progress Schedule. D. Payment for material delivered to site or stored off-site: If authorized by Owner, the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 32 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Application for Payment may include request for payment for material delivered to the Project site and suitably stored, or for completed preparatory work. Payment may similarly be requested for material stored off the Project site, provided Contractor complies with or furnishes satisfactory evidence of the following: 1. Suitable facility or location: The material will be placed in a facility or location that is structurally sound, dry, lighted and suitable for the materials to be stored; 2. Facility or location within 10 miles of Project: The facility or location is located within a 10-mile radius of the Project. Other locations may be utilized, if approved in writing, by Owner; 3. Facility or location exclusive to Project’s materials: Only materials for the Project are stored within the facility or location (or a secure portion of a facility or location set aside for the Project); 4. Insurance provided on materials in facility or location: Contractor furnishes Owner a certificate of insurance extending Contractor’s insurance coverage for damage, fire, and theft to cover the full value of all materials stored, or in transit; 5. Facility or location locked and secure: The facility or location (or secure portion thereof) is continuously under lock and key, and only Contractor’s authorized personnel shall have access; 6. Owner right of access to facility or location: Owner shall have the right of access in company of Contractor; 7. Contractor assumes total responsibility for stored materials: Contractor and its surety assume total responsibility for the stored materials; and 8. Contractor provides documentation and Notice when materials moved to site: Contractor furnishes to Owner certified lists of materials stored, bills of lading, invoices, and other information as may be required, and shall also furnish Notice to Owner when materials are moved from storage to the Project site. 6.4 PROGRESS PAYMENTS A. Owner to pay within 30 Days: Owner shall make progress payments, in such amounts as Owner determines are properly due, within 30 Days after receipt of a properly executed Application for Payment. Owner shall notify Contractor in accordance with chapter 39.76 RCW if the Application for Payment does not comply with the requirements of the Contract Documents. B. Withholding retainage; Options for retainage: Owner shall retain 5% of the amount of each progress payment until 45 Days after Final Acceptance and receipt of all documents required by law or the Contract Documents, including, at Owner’s request, consent of surety to release of the retainage. In accordance with chapter 60.28 RCW, Contractor may request that monies reserved be retained in a fund by Owner, deposited by Owner in a bank or savings and loan, or placed in escrow with a bank or trust company to be converted into bonds and securities to be held in escrow with interest to be paid to Contractor. Owner may permit Contractor to provide an appropriate bond in lieu of the retained funds. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 33 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 C. Title passes to Owner upon payment: Title to all Work and materials covered by a progress payment shall pass to Owner at the time of such payment free and clear of all liens, claims, security interests, and encumbrances. Passage of title shall not, however, relieve Contractor from any of its duties and responsibilities for the Work or materials, or waive any rights of Owner to insist on full compliance by Contractor with the Contract Documents. D. Interest on unpaid balances: Payments due and unpaid in accordance with the Contract Documents shall bear interest as specified in chapter 39.76 RCW. 6.5 PAYMENTS WITHHELD A. Owner’s right to withhold payment: Owner may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any payment to such extent as may be necessary to protect Owner from loss or damage for reasons including but not limited to: 1. Non-compliant Work: Work not in accordance with the Contract Documents; 2. Remaining Work to cost more than unpaid balance: Reasonable evidence that the Work required by the Contract Documents cannot be completed for the unpaid balance of the Contract Sum; 3. Owner correction or completion Work: Work by Owner to correct defective Work or complete the Work in accordance with Section 5.16; 4. Contractor’s failure to perform: Contractor’s failure to perform in accordance with the Contract Documents; or 5. Contractor’s negligent acts or omissions: Cost or liability that may occur to Owner as the result of Contractor’s fault or negligent acts or omissions. B. Owner to notify Contractor of withholding for unsatisfactory performance: In any case where part or all of a payment is going to be withheld for unsatisfactory performance, Owner shall notify Contractor in accordance with chapter 39.76 RCW. 6.6 RETAINAGE AND BOND CLAIM RIGHTS Chapters 39.08 RCW and 60.28 RCW incorporated by reference: Chapters 39.08 RCW and 60.28 RCW, concerning the rights and responsibilities of Contractor and Owner with regard to the performance and payment bonds and retainage, are made a part of the Contract Documents by reference as though fully set forth herein. 6.7 SUBSTANTIAL COMPLETION Substantial Completion defined: Substantial Completion is the stage in the progress of the Work (or portion thereof designated and approved by Owner) when the construction is sufficiently complete, in accordance with the Contract Documents, so Owner has full and unrestricted use and benefit of the facilities (or portion thereof designated and approved by Owner) for the use for which it is intended. All Work other than incidental corrective or punch list work shall be DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 34 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 completed. Substantial Completion shall not have been achieved if all systems and parts are not functional, if utilities are not connected and operating normally, if all required occupancy permits have not been issued, or if the Work is not accessible by normal vehicular and pedestrian traffic routes. The date Substantial Completion is achieved shall be established in writing by Owner. Contractor may request an early date of Substantial Completion which must be approved by Change Order. Owner’s occupancy of the Work or designated portion thereof does not necessarily indicate that Substantial Completion has been achieved. 6.8 PRIOR OCCUPANCY A. Prior Occupancy defined; Restrictions: Owner may, upon written notice thereof to Contractor, take possession of or use any completed or partially completed portion of the Work (“Prior Occupancy”) at any time prior to Substantial Completion. Unless otherwise agreed in writing, Prior Occupancy shall not: be deemed an acceptance of any portion of the Work; accelerate the time for any payment to Contractor; prejudice any rights of Owner provided by any insurance, bond, guaranty, or the Contract Documents; relieve Contractor of the risk of loss or any of the obligations established by the Contract Documents; establish a date for termination or partial termination of the assessment of liquidated damages; or constitute a waiver of claims. B. Damage; Duty to repair and warranties: Notwithstanding anything in the preceding paragraph, Owner shall be responsible for loss of or damage to the Work resulting from Prior Occupancy. Contractor’s one-year duty to repair any system warranties shall begin on building systems activated and used by Owner as agreed in writing by Owner and Contractor. 6.9 FINAL COMPLETION, ACCEPTANCE, AND PAYMENT A. Final Completion defined: Final Completion shall be achieved when the Work is fully and finally completed in accordance with the Contract Documents. The date Final Completion is achieved shall be established by Owner in writing, but in no case, shall constitute Final Acceptance which is a subsequent, separate, and distinct action. B. Final Acceptance defined: Final Acceptance shall be achieved when the Contractor has completed the requirements of the Contract Documents. The date Final Acceptance is achieved shall be established by Owner in writing. Prior to Final Acceptance, Contractor shall, in addition to all other requirements in the Contract Documents, submit to Owner a written notice of any outstanding disputes or claims between Contractor and any of its Subcontractors, including the amounts and other details thereof. Neither Final Acceptance, nor final payment, shall release Contractor or its sureties from any obligations of these Contract Documents or the payment and performance bonds, or constitute a waiver of any claims by Owner arising from Contractor’s failure to perform the Work in accordance with the Contract Documents. C. Final payment waives Claim rights: Acceptance of final payment by Contractor, or any Subcontractor, shall constitute a waiver and release to Owner of all claims by Contractor, or DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 35 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 any such Subcontractor, for an increase in the Contract Sum or the Contract Time, and for every act or omission of Owner relating to or arising out of the Work, except for those Claims made in accordance with the procedures, including the time limits, set forth in Part 8. PART 7 – CHANGES 7.1 CHANGE IN THE WORK A. Changes in Work, Contract Sum, and Contract Time by Change Order: Owner may, at any time and without notice to Contractor’s surety, order additions, deletions, revisions, or other changes in the Work. These changes in the Work shall be incorporated into the Contract Documents through the execution of Change Orders. If any change in the Work ordered by Owner causes an increase or decrease in the Contract Sum or the Contract Time, an equitable adjustment shall be made as provided in Section 7.2 or 7.3, respectively, and such adjustment(s) shall be incorporated into a Change Order. B. Owner may request COP from Contractor: If Owner desires to order a change in the Work, it may request a written Change Order Proposal (COP) from Contractor. Contractor shall submit a Change Order Proposal within 14 Days of the request from Owner, or within such other period as mutually agreed. Contractor’s Change Order Proposal shall be full compensation for implementing the proposed change in the Work, including any adjustment in the Contract Sum or Contract Time, and including compensation for all delays in connection with such change in the Work and for any expense or inconvenience, disruption of schedule, or loss of efficiency or productivity occasioned by the change in the Work. C. COP negotiations: Upon receipt of the Change Order Proposal, or a request for equitable adjustment in the Contract Sum or Contract Time, or both, as provided in Sections 7.2 and 7.3, Owner may accept or reject the proposal, request further documentation, or negotiate acceptable terms with Contractor. Pending agreement on the terms of the Change Order, Owner may direct Contractor to proceed immediately with the Change Order Work. Contractor shall not proceed with any change in the Work until it has obtained Owner’s approval. All Work done pursuant to any Owner-directed change in the Work shall be executed in accordance with the Contract Documents. D. Change Order as full payment and final settlement: If Owner and Contractor reach agreement on the terms of any change in the Work, including any adjustment in the Contract Sum or Contract Time, such agreement shall be incorporated in a Change Order. The Change Order shall constitute full payment and final settlement of all claims for time and for direct, indirect, and consequential costs, including costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity, related to any Work either covered or affected by the Change Order, or related to the events giving rise to the request for equitable adjustment. E. Failure to agree upon terms of Change Order; Final offer and Claims: If Owner and Contractor are unable to reach agreement on the terms of any change in the Work, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 36 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 including any adjustment in the Contract Sum or Contract Time, Contractor may at any time in writing, request a final offer from Owner. Owner shall provide Contractor with its written response within 30 Days of Contractor’s request. Owner may also provide Contractor with a final offer at any time. If Contractor rejects Owner’s final offer, or the parties are otherwise unable to reach agreement, Contractor’s only remedy shall be to file a Claim as provided in Part 8. F. Field Authorizations: The Owner may direct the Contractor to proceed with a change in the work through a written Field Authorization (also referred to as a Field Order) when the time required to price and execute a Change Order would impact the Project. The Field Authorization shall describe and include the following: 1. The scope of work 2. An agreed upon maximum not-to-exceed amount 3. Any estimated change to the Contract Time 4. The method of final cost determination in accordance with the requirements of Part 7 of the General Conditions 5. The supporting cost data to be submitted in accordance with the requirements of Part 7 of the General Conditions Upon satisfactory submittal by the Contractor and approval by the Owner of supporting cost data, a Change Order will be executed. The Owner will not make payment to the Contractor for Field Authorization work until that work has been incorporated into an executed Change Order. 7.2 CHANGE IN THE CONTRACT SUM A. General Application 1. Contract Sum changes only by Change Order: The Contract Sum shall only be changed by a Change Order. Contractor shall include any request for a change in the Contract Sum in its Change Order Proposal. 2. Owner fault or negligence as basis for change in Contract Sum: If the cost of Contractor’s performance is changed due to the fault or negligence of Owner, or anyone for whose acts Owner is responsible, Contractor shall be entitled to make a request for an equitable adjustment in the Contract Sum in accordance with the following procedure. No change in the Contract Sum shall be allowed to the extent: Contractor’s changed cost of performance is due to the fault or negligence of Contractor, or anyone for whose acts Contractor is responsible; the change is concurrently caused by Contractor and Owner; or the change is caused by an act of Force Majeure as defined in Section 3.5. a. Notice and record keeping for equitable adjustment: A request for an equitable adjustment in the Contract Sum shall be based on written notice delivered to DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 37 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Owner within 7 Days of the occurrence of the event giving rise to the request. For purposes of this part, “occurrence” means when Contractor knew, or in its diligent prosecution of the Work should have known, of the event giving rise to the request. If Contractor believes it is entitled to an adjustment in the Contract Sum, Contractor shall immediately notify Owner and begin to keep and maintain complete, accurate, and specific daily records. Contractor shall give Owner access to any such records and, if requested shall promptly furnish copies of such records to Owner. b. Content of notice for equitable adjustment; Failure to comply: Contractor shall not be entitled to any adjustment in the Contract Sum for any occurrence of events or costs that occurred more than 7 Days before Contractor’s written notice to Owner. The written notice shall set forth, at a minimum, a description of: the event giving rise to the request for an equitable adjustment in the Contract Sum; the nature of the impacts to Contractor and its Subcontractors of any tier, if any; and to the extent possible the amount of the adjustment in Contract Sum requested. Failure to properly give such written notice shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. c. Contractor to provide supplemental information: Within 30 Days of the occurrence of the event giving rise to the request, unless Owner agrees in writing to allow an additional period of time to ascertain more accurate data, Contractor shall supplement the written notice provided in accordance with subparagraph a. above with additional supporting data. Such additional data shall include, at a minimum: the amount of compensation requested, itemized in accordance with the procedure set forth herein; specific facts, circumstances, and analysis that confirms not only that Contractor suffered the damages claimed, but that the damages claimed were actually a result of the act, event, or condition complained of and that the Contract Documents provide entitlement to an equitable adjustment to Contractor for such act, event, or condition; and documentation sufficiently detailed to permit an informed analysis of the request by Owner. When the request for compensation relates to a delay, or other change in Contract Time, Contractor shall demonstrate the impact on the critical path, in accordance with Section 7.3C. Failure to provide such additional information and documentation within the time allowed or within the format required shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. d. Contractor to proceed with Work as directed: Pending final resolution of any request made in accordance with this paragraph, unless otherwise agreed in writing, Contractor shall proceed diligently with performance of the Work. e. Contractor to combine requests for same event together: Any requests by Contractor for an equitable adjustment in the Contract Sum and in the Contract Time that arise out of the same event(s) shall be submitted together. 3. Methods for calculating Change Order amount: The value of any Work covered by a Change Order, or of any request for an equitable adjustment in the Contract Sum, DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 38 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 shall be determined by one of the following methods: a. Fixed Price: On the basis of a fixed price as determined in paragraph 7.2B. b. Unit Prices: By application of unit prices to the quantities of the items involved as determined in paragraph 7.2C. c. Time and Materials: On the basis of time and material as determined in paragraph 7.2D. 4. Fixed price method is default; Owner may direct otherwise: When Owner has requested Contractor to submit a Change Order Proposal, Owner may direct Contractor as to which method in subparagraph 3 above to use when submitting its proposal. Otherwise, Contractor shall determine the value of the Work, or of a request for an equitable adjustment, on the basis of the fixed price method. B. Change Order Pricing – Fixed Price Procedures: When the fixed price method is used to determine the value of any Work covered by a Change Order, or of a request for an equitable adjustment in the Contract Sum, the following procedures shall apply: 1. Breakdown and itemization of details on COP: Contractor’s Change Order Proposal, or request for adjustment in the Contract Sum, shall be accompanied by a complete itemization of the costs, including labor, material, subcontractor costs, and overhead and profit. The costs shall be itemized in the manner set forth below, and shall be submitted on breakdown sheets in a form approved by Owner. 2. Use of industry standards in calculating costs: All costs shall be calculated based upon appropriate industry standard methods of calculating labor, material quantities, and equipment costs such as R.S. Means or other standards acceptable to the Owner and Contractor. 3. Costs contingent on Owner’s actions: If any of Contractor’s pricing assumptions are contingent upon anticipated actions of Owner, Contractor shall clearly state them in the proposal or request for an equitable adjustment. 4. Markups on additive and deductive Work: The cost of any additive or deductive changes in the Work shall be calculated as set forth below, except that overhead and profit shall not be included on deductive changes in the Work. Where a change in the Work involves additive and deductive work by the same Contractor or Subcontractor, small tools, overhead, profit, bond and insurance markups will apply to the net difference. 5. Breakdown not required if change less than $1,000: If the total cost of the change in the Work or request for equitable adjustment does not exceed $1,000, Contractor shall not be required to submit a breakdown if the description of the change in the Work or request for equitable adjustment is sufficiently definitive for Owner to determine fair value. 6. Breakdown required if change between $1,000 and $2,500: If the total cost of the change in the Work or request for equitable adjustment is between $1,000 and DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 39 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 $2,500, Contractor may submit a breakdown in the following level of detail if the description of the change in the Work or if the request for equitable adjustment is sufficiently definitive to permit the Owner to determine fair value: a. lump sum labor; b. lump sum material; c. lump sum equipment usage; d. overhead and profit as set forth below; and e. insurance and bond costs as set forth below. 7. Components of increased cost: Any request for adjustment of Contract Sum based upon the fixed price method shall include only the following items: a. Craft labor costs: These are the labor costs determined by multiplying the estimated or actual additional number of craft hours needed to perform the change in the Work by the hourly labor costs. Craft hours should cover direct labor, as well as indirect labor due to trade inefficiencies. The hourly costs shall be based on the following: (1) Basic wages and benefits: Hourly rates and benefits as stated on the Department of Labor and Industries approved “statement of intent to pay prevailing wages” or a higher amount if approved by the Owner. Direct supervision shall be a reasonable percentage not to exceed 15% of the cost of direct labor. No supervision markup shall be allowed for a working supervisor’s hours. (2) Worker’s insurance: Direct contributions to the City of Renton for industrial insurance; medical aid; and supplemental pension, by the class and rates established by the Department of Labor and Industries. (3) Federal insurance: Direct contributions required by the Federal Insurance Compensation Act; Federal Unemployment Tax Act; and the State Unemployment Compensation Act. (4) Travel allowance: Travel allowance and/or subsistence, if applicable, not exceeding those allowances established by regional labor union agreements, which are itemized and identified separately. (5) Safety: Cost incurred due to the Washington Industrial Safety and Health Act, which shall be a reasonable percentage not to exceed 2% of the sum of the amounts calculated in (1), (2), and (3) above. b. Material costs: This is an itemization of the quantity and cost of materials needed to perform the change in the Work. Material costs shall be developed first from actual known costs, second from supplier quotations or if these are not available, from standard industry pricing guides. Material costs shall consider all available discounts. Freight costs, express charges, or special delivery charges shall be itemized. c. Equipment costs: This is an itemization of the type of equipment and the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 40 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 estimated or actual length of time the construction equipment appropriate for the Work is or will be used on the change in the Work. Costs will be allowed for construction equipment only if used solely for the changed Work, or for additional rental costs actually incurred by the Contractor. Equipment charges shall be computed on the basis of actual invoice costs or if owned, from the current edition of one of the following sources: (1) The Equipment Watch Fleet Manager Estimator Package (digital). The maximum rate for standby equipment shall not exceed that shown in the Associated General Contractors Washington State Department of Transportation (AGC WSDOT) Equipment Rental Agreement, current edition on the Contract execution date. (2) The National Electrical Contractors Association for equipment used on electrical work. (3) The Mechanical Contractors Association of America for equipment used on mechanical work. The Equipment Watch Rental Rate Blue Book shall be used as a basis for establishing rental rates of equipment not listed in the above sources. The maximum rate for standby equipment shall not exceed that shown in the AGC WSDOT Equipment Rental Agreement, current edition on the Contract execution date. d. Allowance for small tools, expendables & consumable supplies: Small tools consist of tools which cost $250 or less and are normally furnished by the performing contractor. The maximum rate for small tools shall not exceed the following: (1) 3% for Contractor: For Contractor, 3% of direct labor costs. (2) 5% for Subcontractors: For Subcontractors, 5% of direct labor costs. Expendables and consumables supplies directly associated with the change in Work must be itemized. e. Subcontractor costs: This is defined as payments Contractor makes to Subcontractors for changed Work performed by Subcontractors of any tier. The Subcontractors’ cost of Work shall be calculated and itemized in the same manner as prescribed herein for Contractor. f. Allowance for overhead: This is defined as costs of any kind attributable to direct and indirect delay, acceleration, or impact, added to the total cost to Owner of any change in the Contract Sum. If the Contractor is compensated under Section 7.3D, the amount of such compensation shall be reduced by the amount Contractor is otherwise entitled to under this subsection (f). This allowance shall compensate Contractor for all non-craft labor, temporary construction facilities, field engineering, schedule updating, as-built drawings, home office cost, B&O taxes, office engineering, estimating costs, additional overhead because of DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 41 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 extended time, and any other cost incidental to the change in the Work. It shall be strictly limited in all cases to a reasonable amount, mutually acceptable, or if none can be agreed upon to an amount not to exceed the rates below: (1) Projects less than $3 million: For projects where the Contract Award Amount is under $3 million, the following shall apply: (a) Contractor markup on Contractor Work: For Contractor, for any Work actually performed by Contractor’s own forces, 16% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (b) Subcontractor markup for Subcontractor Work: For each Subcontractor (including lower tier subcontractors), for any Work actually performed by its own forces, 16% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (c) Contractor markup for Subcontractor Work: For Contractor, for any work performed by its Subcontractor(s) 6% of the first $50,000 of the amount due each Subcontractor, and 4% of the remaining amount if any. (d) Subcontractor markup for lower tier Subcontractor Work: For each Subcontractor, for any Work performed by its Subcontractor(s) of any lower tier, 4% of the first $50,000 of the amount due the sub- Subcontractor, and 2% of the remaining amount if any. (e) Basis of cost applicable for markup: The cost to which overhead is to be applied shall be developed in accordance with Section 7.2B 7a. – e. (2) Projects more than $3 million: For projects where the Contract Award Amount is equal to or exceeds $3 million, the following shall apply: (a) Contractor markup on Contractor Work: For Contractor, for any Work actually performed by Contractor’s own forces, 12% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (b) Subcontractor markup for Subcontractor Work: For each Subcontractor (including lower tier subcontractors), for any Work actually performed by its own forces, 12% of the first $50,000 of the cost, and 4% of the remaining cost, if any. (c) Contractor markup for Subcontractor Work: For Contractor, for any Work performed by its Subcontractor(s), 4% of the first $50,000 of the amount due each Subcontractor, and 2% of the remaining amount if any. (d) Subcontractor markup for lower tier Subcontractor Work: For each Subcontractor, for any Work performed by its Subcontractor(s) of any lower tier, 4% of the first $50,000 of the amount due the sub- Subcontractor, and 2% of the remaining amount if any. (e) Basis of cost applicable for markup: The cost to which overhead is to be applied shall be developed in accordance with Section 7.2B 7a. – e. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 42 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 g. Allowance for profit: Allowance for profit is an amount to be added to the cost of any change in contract sum, but not to the cost of change in Contract Time for which contractor has been compensated pursuant to the conditions set forth in Section 7.3. It shall be limited to a reasonable amount, mutually acceptable, or if none can be agreed upon, to an amount not to exceed the rates below: (1) Contractor / Subcontractor markup for self-performed Work: For Contractor or Subcontractor of any tier for work performed by their forces, 6% of the cost developed in accordance with Section 7.2B 7a. – e. (2) Contractor / Subcontractor markup for Work performed at lower tier: For Contractor or Subcontractor of any tier for work performed by a subcontractor of a lower tier, 4% of the subcontract cost developed in accordance with Section 7.2B 7a. – h. h. Insurance and bond premiums: Cost of change in insurance or bond premium: This is defined as: (1) Contractor’s liability insurance: The cost of any changes in Contractor’s liability insurance arising directly from execution of the Change Order; and (2) Payment and Performance Bond: The cost of the additional premium for Contractor’s bond arising directly from the changed Work. The cost of any change in insurance or bond premium shall be added after overhead and allowance for profit are calculated in accordance with subparagraph f. and g above. C. Change Order Pricing – Unit Prices 1. Content of Owner authorization: Whenever Owner authorizes Contractor to perform Work on a unit-price basis, Owner’s authorization shall clearly state: a. Scope: Scope of work to be performed; b. Reimbursement basis: Type of reimbursement including pre-agreed rates for material quantities; and c. Reimbursement limit: Cost limit of reimbursement. 2. Contractor responsibilities: Contractor shall: a. Cooperate with Owner and assist in monitoring the Work being performed. As requested by Owner, Contractor shall identify workers assigned to the Change Order Work and areas in which they are working; b. Leave access as appropriate for quantity measurement; and c. Not exceed any cost limit(s) without Owner’s prior written approval. 3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit costs in accordance with paragraph 7.2B and satisfy the following requirements: DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 43 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 a. Unit prices must include overhead, profit, bond and insurance premiums: Unit prices shall include reimbursement for all direct and indirect costs of the Work, including overhead, profit, bond, and insurance costs; and b. Owner verification of quantities: Quantities must be supported by field measurement statements signed by Owner. D. Change Order Pricing – Time-and-Material Prices 1. Content of Owner authorization: Whenever Owner authorizes Contractor to perform Work on a time-and-material basis, Owner’s authorization shall clearly state: a. Scope: Scope of Work to be performed; b. Reimbursement basis: Type of reimbursement including pre-agreed rates, if any, for material quantities or labor; and c. Reimbursement limit: Cost limit of reimbursement. 2. Contractor responsibilities: Contractor shall: a. Identify workers assigned: Cooperate with Owner and assist in monitoring the Work being performed. As requested by Owner, identify workers assigned to the Change Order Work and areas in which they are working; b. Provide daily timesheets: Identify on daily time sheets all labor performed in accordance with this authorization. Submit copies of daily time sheets within 2 working days for Owner’s review. c. Allow Owner to measure quantities: Leave access as appropriate for quantity measurement; d. Perform Work efficiently: Perform all Work in accordance with this section as efficiently as possible; and e. Not exceed Owner’s cost limit: Not exceed any cost limit(s) without Owner’s prior written approval. 3. Cost breakdown consistent with Fixed Price requirements: Contractor shall submit costs in accordance with paragraph 7.2B and additional verification supported by: a. Timesheets: Labor detailed on daily time sheets; and b. Invoices: Invoices for material. 7.3 CHANGE IN THE CONTRACT TIME A. COP requests for Contract Time: The Contract Time shall only be changed by a Change Order. Contractor shall include any request for a change in the Contract Time in its Change Order Proposal. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 44 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. Time extension permitted if not Contractor’s fault: If the time of Contractor’s performance is changed due to an act of Force Majeure, or due to the fault or negligence of Owner or anyone for whose acts Owner is responsible, Contractor shall be entitled to make a request for an equitable adjustment in the Contract Time in accordance with the following procedure. No adjustment in the Contract Time shall be allowed to the extent Contractor’s changed time of performance is due to the fault or negligence of Contractor, or anyone for whose acts Contractor is responsible. 1. Notice and record keeping for Contract Time request: A request for an equitable adjustment in the Contract Time shall be based on written notice delivered within 7 Days of the occurrence of the event giving rise to the request. If Contractor believes it is entitled to adjustment of Contract Time, Contractor shall immediately notify Owner and begin to keep and maintain complete, accurate, and specific daily records. Contractor shall give Owner access to any such record and if requested, shall promptly furnish copies of such record to Owner. 2. Timing and content of Contractor’s Notice: Contractor shall not be entitled to an adjustment in the Contract Time for any events that occurred more than 7 Days before Contractor’s written notice to Owner. The written notice shall set forth, at a minimum, a description of: the event giving rise to the request for an equitable adjustment in the Contract Time; the nature of the impacts to Contractor and its Subcontractors of any tier, if any; and to the extent possible the amount of the adjustment in Contract Time requested. Failure to properly give such written notice shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. 3. Contractor to provide supplemental information: Within 30 Days of the occurrence of the event giving rise to the request, unless Owner agrees in writing to allow an additional period of time to ascertain more accurate data, Contractor shall supplement the written notice provided in accordance with subparagraph 7.3B.2 with additional supporting data. Such additional data shall include, at a minimum: the amount of delay claimed, itemized in accordance with the procedure set forth herein; specific facts, circumstances, and analysis that confirms not only that Contractor suffered the delay claimed, but that the delay claimed was actually a result of the act, event, or condition complained of, and that the Contract Documents provide entitlement to an equitable adjustment in Contract Time for such act, event, or condition; and supporting documentation sufficiently detailed to permit an informed analysis of the request by Owner. Failure to provide such additional information and documentation within the time allowed or within the format required shall, to the extent Owner’s interests are prejudiced, constitute a waiver of Contractor’s right to an equitable adjustment. 4. Contractor to proceed with Work as directed: Pending final resolution of any request in accordance with this paragraph, unless otherwise agreed in writing, Contractor shall proceed diligently with performance of the Work. C. Contractor to demonstrate impact on critical path of schedule: Any change in the Contract Time covered by a Change Order, or based on a request for an equitable adjustment in the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 45 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Contract Time, shall be limited to the change in the critical path of Contractor’s schedule attributable to the change of Work or event(s) giving rise to the request for equitable adjustment. Any Change Order Proposal or request for an adjustment in the Contract Time shall demonstrate the impact on the critical path of the schedule. Contractor shall be responsible for showing clearly on the Progress Schedule that the change or event: had a specific impact on the critical path, and except in case of concurrent delay, was the sole cause of such impact; and could not have been avoided by resequencing of the Work or other reasonable alternatives. D. Cost of change in Contract Time: Contractor may request compensation for the cost of a change in Contract Time in accordance with this paragraph, 7.3D, subject to the following conditions: 1. Must be solely fault of Owner or A/E: The change in Contract Time shall solely be caused by the fault or negligence of Owner or A/E; 2. Procedures: Contractor shall follow the procedure set forth in paragraph 7.3B; 3. Demonstrate impact on critical path: Contractor shall establish the extent of the change in Contract Time in accordance with paragraph 7.3C; and 4. Limitations on daily costs: The daily cost of any change in Contract Time shall be limited to the items below, less the amount of any change in the Contract Sum the Contractor may otherwise be entitled to pursuant to Section 7.2B 7f for any change in the Work that contributed to this change in Contract Time: a. Non-productive supervision or labor: cost of nonproductive field supervision or labor extended because of delay; b. Weekly meetings and indirect activities: cost of weekly meetings or similar indirect activities extended because of the delay; c. Temporary facilities or equipment r ental: cost of temporary facilities or equipment rental extended because of the delay; d. Insurance premiums: cost of insurance extended because of the delay; e. Overhead: general and administrative overhead in an amount to be agreed upon, but not to exceed 3% of the Contract Award Amount divided by the originally specified Contract Time for each Day of the delay. PART 8 – CLAIMS AND DISPUTE RESOLUTION 8.1 CLAIMS PROCEDURE A. Claim is Contractor’s remedy: If the parties fail to reach agreement on the terms of any Change Order for Owner-directed Work as provided in Section 7.1, or on the resolution of any request for an equitable adjustment in the Contract Sum as provided in Section 7.2 or the Contract Time as provided in Section 7.3, Contractor’s only remedy shall be to file a Claim with Owner as provided in this section. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 46 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. Claim filing deadline for Contractor: Contractor shall file its Claim within 120 Days from Owner’s final offer made in accordance with paragraph 7.1E, or by the date of Final Acceptance, whichever occurs first. C. Claim must cover all costs and be documented: The Claim shall be deemed to cover all changes in cost and time (including direct, indirect, impact, and consequential) to which Contractor may be entitled. It shall be fully substantiated and documented. At a minimum, the Claim shall contain the following information: 1. Factual statement of Claim: A detailed factual statement of the Claim for additional compensation and time, if any, providing all necessary dates, locations, and items of Work affected by the Claim; 2. Dates: The date on which facts arose which gave rise to the Claim; 3. Owner and A/E employee’s knowledgeable about Claim: The name of each employee of Owner or A/E knowledgeable about the Claim; 4. Support from Contract Documents: The specific provisions of the Contract Documents which support the Claim; 5. Identification of other supporting information: The identification of any documents and the substance of any oral communications that support the Claim; 6. Copies of supporting documentation: Copies of any identified documents, other than the Contract Documents, that support the Claim; 7. Details on Claim for Contract Time: If an adjustment in the Contract Time is sought: the specific days and dates for which it is sought; the specific reasons Contractor believes an extension in the Contract Time should be granted; and Contractor’s analysis of its Progress Schedule to demonstrate the reason for the extension in Contract Time; 8. Details on Claim for adjustment of Contract Sum: If an adjustment in the Contract Sum is sought, the exact amount sought and a breakdown of that amount into the categories set forth in, and in the detail as required by Section 7.2; and 9. Statement certifying Claim: A statement certifying, under penalty of perjury, that the Claim is made in good faith, that the supporting cost and pricing data are true and accurate to the best of Contractor’s knowledge and belief, that the Claim is fully supported by the accompanying data, and that the amount requested accurately reflects the adjustment in the Contract Sum or Contract Time for which Contractor believes Owner is liable. D. Owner’s response to Claim filed: After Contractor has submitted a fully documented Claim that complies with all applicable provisions of Parts 7 and 8, Owner shall respond, in writing, to Contractor as follows: 1. Response time for Claim less than $50,000: If the Claim amount is less than $50,000, with a decision within 60 Days from the date the Claim is received; or 2. Response time for Claim of $50,000 or more: If the Claim amount is $50,000 or DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 47 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 more, with a decision within 60 Days from the date the Claim is received, or with notice to Contractor of the date by which it will render its decision. Owner will then respond with a written decision in such additional time. E. Owner’s review of Claim and finality of decision: To assist in the review of Contractor’s Claim, Owner may visit the Project site, or request additional information, in order to fully evaluate the issues raised by the Claim. Contractor shall proceed with performance of the Work pending final resolution of any Claim. Owner’s written decision as set forth above shall be final and conclusive as to all matters set forth in the Claim, unless Contractor follows the procedure set forth in Section 8.2. F. Waiver of Contractor rights for failure to comply with this Section: Any Claim of the Contractor against the Owner for damages, additional compensation, or additional time, shall be conclusively deemed to have been waived by the Contractor unless made in accordance with the requirements of this Section. 8.2 ARBITRATION A. Timing of Contractor’s demand for arbitration: If Contractor disagrees with Owner’s decision rendered in accordance with paragraph 8.1D, Contractor shall provide Owner with a written demand for arbitration. No demand for arbitration of any such Claim shall be made later than 30 Days after the date of Owner’s decision on such Claim; failure to demand arbitration within said 30 Day period shall result in Owner’s decision being final and binding upon Contractor and its Subcontractors. B. Filing of Notice for arbitration: Notice of the demand for arbitration shall be filed with the American Arbitration Association (AAA), with a copy provided to Owner. The parties shall negotiate or mediate under the Voluntary Construction Mediation Rules of the AAA, or mutually acceptable service, before seeking arbitration in accordance with the Construction Industry Arbitration Rules of AAA as follows: 1. Claims less than $30,000: Disputes involving $30,000 or less shall be conducted in accordance with the Northwest Region Expedited Commercial Arbitration Rules; or 2. Claims greater than $30,000: Disputes over $30,000 shall be conducted in accordance with the Construction Industry Arbitration Rules of the AAA, unless the parties agree to use the expedited rules. C. Arbitration is forum for resolving Claims: All Claims arising out of the Work shall be resolved by arbitration. The judgment upon the arbitration award may be entered, or review of the award may occur, in the superior court having jurisdiction thereof. No independent legal action relating to or arising from the Work shall be maintained. D. Settlement outside of arbitration to be documented in Change Order: If the parties resolve the Claim prior to arbitration judgment, the terms of the resolution shall be incorporated in a Change Order. The Change Order shall constitute full payment and final settlement of the Claim, including all claims for time and for direct, indirect, or consequential costs, including DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 48 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity. 8.3 CLAIMS AUDITS A. Owner may audit Claims: All Claims filed against Owner shall be subject to audit at any time following the filing of the Claim. Failure of Contractor, or Subcontractors of any tier, to maintain and retain sufficient records to allow Owner to verify all or a portion of the Claim or to permit Owner access to the books and records of Contractor, or Subcontractors of any tier, shall constitute a waiver of the Claim and shall bar any recovery. B. Contractor to make documents available: In support of Owner audit of any Claim, Contractor shall, upon request, promptly make available to Owner the following documents: 1. Daily time sheets and supervisor’s daily reports; 2. Collective bargaining agreements; 3. Insurance, welfare, and benefits records; 4. Payroll registers; 5. Earnings records; 6. Payroll tax forms; 7. Material invoices, requisitions, and delivery confirmations; 8. Material cost distribution worksheet; 9. Equipment records (list of company equipment, rates, etc.); 10. Vendors’, rental agencies’, Subcontractors’, and agents’ invoices; 11. Contracts between Contractor and each of its Subcontractors, and all lower-tier Subcontractor contracts and supplier contracts; 12. Subcontractors’ and agents’ payment certificates; 13. Cancelled checks (payroll and vendors); 14. Job cost report, including monthly totals; 15. Job payroll ledger; 16. Planned resource loading schedules and summaries; 17. General ledger; 18. Cash disbursements journal; 19. Financial statements for all years reflecting the operations on the Work. In addition, the Owner may require, if it deems it appropriate, additional financial statements for 3 years preceding execution of the Work; 20. Depreciation records on all company equipment whether these records are maintained by the company involved, its accountant, or others; 21. If a source other than depreciation records is used to develop costs for Contractor’s DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 49 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents; 22. All non-privileged documents which relate to each and every Claim together with all documents which support the amount of any adjustment in Contract Sum or Contract Time sought by each Claim; 23. Work sheets or software used to prepare the Claim establishing the cost components for items of the Claim including but not limited to labor, benefits and insurance, materials, equipment, Subcontractors, all documents which establish the time periods, individuals involved, the hours for the individuals, and the rates for the individuals; and 24. Work sheets, software, and all other documents used by Contractor to prepare its bid. C. Contractor to provide facilities for audit and shall cooperate: The audit may be performed by employees of Owner or a representative of Owner. Contractor, and its Subcontractors, shall provide adequate facilities acceptable to Owner, for the audit during normal business hours. Contractor, and all Subcontractors, shall make a good faith effort to cooperate with Owner’s auditors. PART 9 – TERMINATION OF THE WORK 9.1 TERMINATION BY OWNER FOR CAUSE A. 7 Day Notice to Terminate for Cause: Owner may, upon 7 Days written notice to Contractor and to its surety, terminate (without prejudice to any right or remedy of Owner) the Work, or any part of it, for cause upon the occurrence of any one or more of the following events: 1. Contractor fails to prosecute Work: Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Substantial Completion of the Work within the Contract Time; 2. Contractor bankrupt: Contractor is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; 3. Contractor fails to correct Work: Contractor fails in a material way to replace or correct Work not in conformance with the Contract Documents; 4. Contractor fails to supply workers or materials: Contractor repeatedly fails to supply skilled workers or proper materials or equipment; 5. Contractor failure to pay Subcontractors or labor: Contractor repeatedly fails to make prompt payment due to Subcontractors or for labor; 6. Contractor violates laws: Contractor materially disregards or fails to comply with laws, ordinances, rules, regulations, or orders of any public authority having jurisdiction; or 7. Contractor in material breach of Contract: Contractor is otherwise in material breach of any provision of the Contract Documents. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 50 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. Owner’s actions upon termination: Upon termination, Owner may at its option: 1. Take possession of Project site: Take possession of the Project site and take possession of or use all materials, equipment, tools, and construction equipment and machinery thereon owned by Contractor to maintain the orderly progress of, and to finish, the Work; 2. Accept assignment of Subcontracts: Accept assignment of subcontracts pursuant to Section 5.20; and 3. Finish the Work: Finish the Work by whatever other reasonable method it deems expedient. C. Surety’s role: Owner’s rights and duties upon termination are subject to the prior rights and duties of the surety, if any, obligated under any bond provided in accordance with the Contract Documents. D. Contractor’s required actions: When Owner terminates the Work in accordance with this section, Contractor shall take the actions set forth in paragraph 9.2B, and shall not be entitled to receive further payment until the Work is accepted. E. Contractor to pay for unfinished Work: If the unpaid balance of the Contract Sum exceeds the cost of finishing the Work, including compensation for A/E’s services and expenses made necessary thereby and any other extra costs or damages incurred by Owner in completing the Work, or as a result of Contractor’s actions, such excess shall be paid to Contractor. If such costs exceed the unpaid balance, Contractor shall pay the difference to Owner. These obligations for payment shall survive termination. F. Contractor and Surety still responsible for Work performed: Termination of the Work in accordance with this section shall not relieve Contractor or its surety of any responsibilities for Work performed. G. Conversion of “Termination for Cause” to “Termination for Convenience”: If Owner terminates Contractor for cause and it is later determined that none of the circumstances set forth in paragraph 9.1A exist, then such termination shall be deemed a termination for convenience pursuant to Section 9.2. 9.2 TERMINATION BY OWNER FOR CONVENIENCE A. Owner Notice of Termination for Convenience: Owner may, upon written notice, terminate (without prejudice to any right or remedy of Owner) the Work, or any part of it, for the convenience of Owner. B. Contractor response to termination Notice: Unless Owner directs otherwise, after receipt of a written notice of termination for either cause or convenience, Contractor shall promptly: 1. Cease Work: Stop performing Work on the date and as specified in the notice of DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 51 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 termination; 2. No further orders or Subcontracts: Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work as is not terminated; 3. Cancel orders and Subcontracts: Cancel all orders and subcontracts, upon terms acceptable to Owner, to the extent that they relate to the performance of Work terminated; 4. Assign orders and Subcontracts to Owner: Assign to Owner all of the right, title, and interest of Contractor in all orders and subcontracts; 5. Take action to protect the Work: Take such action as may be necessary or as directed by Owner to preserve and protect the Work, Project site, and any other property related to this Project in the possession of Contractor in which Owner has an interest; and 6. Continue performance not terminated: Continue performance only to the extent not terminated. C. Terms of adjustment in Contract Sum if Contract terminated: If Owner terminates the Work or any portion thereof for convenience, Contractor shall be entitled to make a request for an equitable adjustment for its reasonable direct costs incurred prior to the effective date of the termination, plus reasonable allowance for overhead and profit on Work performed prior to termination, plus the reasonable administrative costs of the termination, but shall not be entitled to any other costs or damages, whatsoever, provided however, the total sum payable upon termination shall not exceed the Contract Sum reduced by prior payments. Contractor shall be required to make its request in accordance with the provisions of Part 7. D. Owner to determine whether to adjust Contract Time: If Owner terminates the Work or any portion thereof for convenience, the Contract Time shall be adjusted as determined by Owner. PART 10 – MISCELLANEOUS PROVISIONS 10.1 GOVERNING LAW Applicable law and venue: The Contract Documents and the rights of the parties herein shall be governed by the laws of the State of Washington and the City of Renton. Venue shall be in King County. 10.2 SUCCESSORS AND ASSIGNS Bound to successors; Assignment of Contract: Owner and Contractor respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party hereto and to partners, successors, assigns, and legal representatives of such other party in respect to covenants, agreements, and obligations contained in the Contract Documents. Neither party shall assign the Work without written consent of the other, except that Contractor may DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 52 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 assign the Work for security purposes, to a bank or lending institution authorized to do business in the City of Renton. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations set forth in the Contract Documents. 10.3 MEANING OF WORDS Meaning of words used in Specifications: Unless otherwise stated in the Contract Documents, words which have well-known technical, or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall be to the latest standard specification, manual, or code in effect on the date for submission of bids, except as may be otherwise specifically stated. Wherever in these Drawings and Specifications an article, device, or piece of equipment is referred to in the singular manner, such reference shall apply to as many such articles as are shown on the drawings or required to complete the installation. 10.4 RIGHTS AND REMEDIES No waiver of rights: No action or failure to act by Owner or A/E shall constitute a waiver of a right or duty afforded them under the Contract Documents, nor shall action or failure to act constitute approval or an acquiescence in a breach therein, except as may be specifically agreed in writing. 10.5 CONTRACTOR REGISTRATION Contractor must be registered or licensed: Pursuant to RCW 39.06, Contractor shall be registered or licensed as required by the laws of the City of Renton, including but not limited to RCW 18.27. 10.6 TIME COMPUTATIONS Computing time: When computing any period of time, the day of the event from which the period of time begins shall not be counted. The last day is counted unless it falls on a weekend or legal holiday, in which event the period runs until the end of the next day that is not a weekend or holiday. When the period of time allowed is less than 7 days, intermediate Saturdays, Sundays, and legal holidays are excluded from the computation. 10.7 RECORDS RETENTION / PUBLIC RECORDS REQUESTS A. Six-year records retention period: The wage, payroll, and cost records of Contractor, and its Subcontractors, and all records subject to audit in accordance with Section 8.3, shall be retained for a period of not less than 6 years after the date of Final Acceptance. B. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Services provided in the DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 53 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). C. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor’s own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. 10.8 THIRD-PARTY AGREEMENTS No third-party relationships created: The Contract Documents shall not be construed to create a contractual relationship of any kind between: A/E and Contractor; Owner and any Subcontractor; or any persons other than Owner and Contractor. 10.9 ANTITRUST ASSIGNMENT Contractor assigns overcharge amounts to Owner: Owner and Contractor recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, Contractor hereby assigns to Owner any and all claims for such overcharges as to goods, materials, and equipment purchased in connection with the Work performed in accordance with the Contract Documents, except as to overcharges which result from antitrust violations commencing after the Contract Sum is established and which are not passed on to Owner under a Change Order. Contractor shall put a similar clause in its Subcontracts, and require a similar clause in its sub- Subcontracts, such that all claims for such overcharges on the Work are passed to Owner by Contractor. 10.10 HEADINGS AND CAPTIONS Headings for convenience only: All headings and captions used in these General Conditions are only for convenience of reference and shall not be used in any way in connection with the meaning, effect, interpretation, construction, or enforcement of the General Conditions, and do not define the limit or describe the scope or intent of any provision of these General Conditions. 10.11 DIVERSE BUSINESS PARTICIPATION The City of Renton encourages participation in all of its contracts by Diverse Businesses as found in RCW Chapters 39, 43, and WAC 326. The voluntary Diverse Business goal of 26%, which is DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 72 00 – General Conditions Contract No. CAG-22-014 00 72 00 - 54 of 54 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 an aggregate of: 10% Minority Business Enterprises (MBE), 6% Women Business Enterprises (WBE), 5% Veteran-owned Business, and 5% Washington Small Businesses self- identified in the Washington Electronic Business Solution (WEBS) http://www.des.wa.gov/services/ContractingPurchasing/Business/Pages/WEBSRegistration.aspx. Contractors are encouraged to meet or exceed the project goals in the advertisement by any level of participation, regardless of category. 10.12 APPRENTICESHIP PARTICIPATION In accordance with RCW 39.04.320, the City of Renton requires 15% apprenticeship participation for projects estimated to cost one million dollars or more. Apprentice participation, under this contract, may be counted towards the required percentage (%) only if the apprentices are from an apprenticeship program registered and approved by the Washington State Apprenticeship and Training Council (RCW 49.04 and WAC 296-05). A. Bidders may contact the Department of Labor and Industries, Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 by phone at (360) 902-5320, and e-mail at Apprentice@Lni.wa.gov, to obtain information on available apprenticeship programs. B. For each project that has apprentice requirements, the contractor shall submit a “Statement of Apprentice and Journeyman Participation” in a format approved by the City with every request for progress payment. The Contractor shall submit consolidated and cumulative data collected by the Contractor and collected from all subcontractors by the Contractor. The data to be collected and submitted includes the following: 1. Contractor name and address 2. Contract number 3. Project name END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 73 00 – Supplemental Conditions Contract No. CAG-22-014 00 73 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.1 NON-DISCRIMINATION LAWS A. Comply with all applicable federal, state and local nondiscrimination laws and/or policies, including but not limited to the Americans with Disabilities Act; Civil Rights Act; and the Age Discrimination Act. 1.2 WAGES AND JOB SAFETY A. Comply with all applicable laws, regulations and policies of the United States, State of Washington, and City of Renton which affect wages and job safety. State Prevailing Wage Laws (RCW 39.12) or federal Davis-Bacon Act, as amended, (40 U.S.C. 3141-3148); whichever is greater, are applicable, to comply with such laws, to pay the prevailing rate of wage to all workers, laborers, mechanics employed in the performance of any part of this contract. B. File a Statement of Intent to pay prevailing wage with the Washington State Department of Labor and Industries as required by RCW 39.12.040. Comply with the provisions of the rules and regulations of the Washington State Department of Labor and Industries. 1.3 DISBARMENT AND CERTIFICATION A. Do not enter into any agreements or arrangements related to this Agreement with any party that is on the Washington State Department of Labor and Industries “Debarred Contractor List.” 1.4 RECORD MAINTENANCE A. Maintain all books, records, documents, data, and other evidence relating to this Agreement and performance of services, as described herein. Retain such records for a period of nine (9) years from the date of Final Acceptance, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. B. Access to Records and Data. At no additional cost, records relating to this project, including all materials generated under this Agreement, shall be subject at all reasonable times to inspection, review or audit by state granting agencies, Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. 1.5 EQUAL EMPLOYMENT OPPORTUNITY A. In accordance to 41 C.F.R. Part 60. B. Disadvantaged Business Enterprise Requirements 1. Comply with the requirements of the EPA’s Utilization of Small, Minority, and Women’s Business Enterprises in this work. 2. Minority and Women’s Business Participation – solicit and recruit, to the maximum extent possible, certified minority owned (MBE) and women owned (WBE) businesses. Meeting the goals is voluntary, achievement of these goals is encouraged and all Bidders/Contractors or organizations submitting qualifications shall take the following affirmative steps in procurement of goods and services: a. Included qualified minority and women’s businesses on solicitation lists. b. Assure qualified minority and women’s businesses are solicited whenever they are potential sources for services or supplies. c. Divide the total requirements, when economically feasible, into smaller tasks or DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 73 00 – Supplemental Conditions Contract No. CAG-22-014 00 73 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 quantities, to permit maximum participation by qualified minority and women’s businesses. d. Establish delivery scheduled, where work requirements permit, which will encourage participation of qualified minority and women’s businesses. e. Use the services and assistance of the State Office of Minority and Women’s Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. 3. MBE/WBE Goals: a. Purchased Goods – 8% MBE 4% WBE b. Purchased Services – 10% MBE 4% WBE c. Professional Services – 10% MBE 4% WBE 4. MBE/WBE Reporting. In accordance with the deviation from 40 C.F.R. 33.502, signed November 8, 2013. 1.6 CONTRACT ANTI-KICKBACK A. Comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), prohibits from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is entitled. 1.7 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. 3701-3708) A. Employment of mechanics and laborers must be in compliance with 40 U.S.C. 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours in excess of 40 hours in the work week. B. In accordance to 40 U.S.C. 3704, no laborer or mechanic must be required to work in surroundings or under conditions which are unsanitary, hazardous or dangerous. 1.8 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT A. Comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671 q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387), as amended. 1.9 HISTORICAL AND CULTURAL ARTIFACTS A. In the event that historical or cultural artifacts are discovered at the Project site during construction, construction shall immediately stop and notify the local historical preservation officer and the state historical perseveration officer and the Washington State Department of Archaeology and Historic Preservation. See Appendix B – Inadvertent Discovery Protocol for requirements. 2.0 TREATMENT OF EQUIPMENT AND ASSETS A. Provide records of all equipment installed in the Work, description of the property, including serial number or other identification number. DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 73 00 – Supplemental Conditions Contract No. CAG-22-014 00 73 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 2.1 RIGHT OF INSPECTION A. The Recreation and Conservation Office (RCO), or any authorized agent of the funding agencies, official of State of Washington or federal agency, shall have a right of access to the project at reasonable times, in order to monitor and evaluate performance, long-term obligations, compliance, and other quality assurance under the funding agreement. 2.2 ACKNOWLEDGEMENT AND SIGNS A. Post on Project Signage the acknowledgment of the applicable grant program’s funding contribution. B. Post open visible signage or other appropriate media at project entrances and other locations to notify the public of the availability of the site for reasonable public access. 1. Closure of project site. 2. Notification of North Water Walk closure at Kidd Valley, Boat Launch, at park entrances (Lake Washington Blvd and main entrance), at walkways connecting to North Water Walk, at Ivar’s deck, etc. 2.4 INDEMIFICATION RCW TITLE 51 – INDUSTRIAL INSURANCE A. Any agreement relating to this project involving any contractors, subcontractors and/or vendors of any tier shall require that the contracting entity indemnify, defend, waive RCW 51 immunity, and otherwise protect, defend, indemnify and hold the State and its officers and employees harmless from all crimes, demands, or suits of law or equity arising in whole or in part. 2.5 SECULAR USE OF FUNDS A. No funds may be used to pay for any religious activities, worship, or instructions, or for the lands and facilities for religious activities, worship or instruction. 2.6 COVID HEALTH AND SAFETY REQUIREMENTS A. Contractor shall follow all Federal, State, County and Local health requirements for COVID safety and work conditions. B. All contractors have a general obligation to keep a safe and healthy worksite in accordance accordingly. Under RCW 49.17.060, “each employer shall furnish to each of their employees a place of employment free from recognized hazards that are causing or likely to cause serious injury or death to his or her employees and shall comply with the rules, regulations, and orders promulgated under this chapter.” END OF SECTION DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 00 80 00 - Forms Contract No. CAG-22-014 00 80 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.1 Submit With Bid 1. Bid Proposal Form 2. Form A – Proposal Bid Bond 3. Form B – Contractor Qualifications/Evaluation 1.2 Submit Within 1 hour of Bid Submission: 1. Form C – List of Subcontractors, Part One (Submission of Plumbing and Electrical Subcontractors) 1.3 Submit Within 48 hours of Bid Submission: 1. Form D – List of Subcontractors, Part Two (Submission of Structural Steel Subcontractors) 1.4 Submit Within 2 Business Days of Notice by Owner of Apparent Low Bid: 1. Form E – Qualifications of Key Personnel 1.5 Submit With Executed Agreement – City of Renton Standard Form of Agreement 1. Form F – 100% Contract Bond Form 2. Required Insurance Certificates END OF SECTION GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Proposal Bid Bond – FORM A BID BOND PAGE 1 OF 1 FORM A Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ________________________________ ____________________of [address] ____________________________________________ as Principal, and [Surety] __________________________________________________________________ a corporation duly organized under the laws of the State of ____________________________________ , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the Bid of said Principal for the Work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed Bid for the following construction, to wit: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ said Bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal Bid by said Principal be accepted, and the Contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said Contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Bidding Documents and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ___________________________ day of ___________________________, ________. ________________________________ ________________________________ [Principal] [Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] ________________________________ By: _____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ [Phone Number] GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM B (Must submit with Bid Proposal) GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM B 1| Page Contractor Name: Date Incorporated: Mailing Address: State Incorporated: Business Phone: Owner/President’s Name: Contact Name and Title: Other or Former Organization Name(s) Contact Phone: Contact Email: Reason for Name Change(s): PERFORMANCE EXPERIENCE • Has company been disqualified (debarred) from performing public work by State of Washington or federal government? • Yes No • Are there any judgments, claims, arbitration proceedings or suits pending against company or its officers? Yes No If Yes, please describe: Judgments • Has company ever failed to complete any work awarded to it? Yes No If Yes, please describe: • Has company been obligated for liquidated damages within the past 5 years? Yes No If Yes, please describe: FINANCIAL INFORMATION 1. Average total annual value of construction work performed during the past 5 years: 2. Provide at least three trade references: • Name/Contact • Name/Contact • Name/Contact 3. Provide surety company and agent name: Surety PROJECT EXPERIENCE – Projects of Similar Scope Requiring Prevailing or Davis Bacon Wages within Past 5 Years (3 Required) PROJECT #1 Description Of Project: Original Contract Amount Final Contract Amount: Project Name: Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date Firm was General Contractor: Yes No If not GC, describe role: Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM B (Must submit with Bid Proposal) GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contractor Qualifications/Evaluation - FORM B 2| Page Phone: Phone: Email: Email: PROJECT #2 Description Of Project: Original Contract Amount Final Contract Amount: Project Name: Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date Firm was General Contractor: Yes No If not GC, describe role: Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No Phone: Phone: Email: Email: PROJECT #3 Description Of Project: Original Contract Amount Final Contract Amount: Project Name: Location/Address: Percent of Work Performed by Own Forces: Substantial Completion Date Firm was General Contractor: Yes No If not GC, describe role Owner Name: Architect Name: Project Required Prevailing or Davis Bacon Wages? Yes No Phone: Phone: Email: Email: GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS List of Subcontractors, Part One – FORM C Gene Coulon Memorial Park North Water Walk Improvements Page 1 of 2 List of Subcontractors, Part One – FORM C CITY OF RENTON EMAIL TO: bsevertsen@rentonwa.gov This list must be submitted within one (1) hour of the time and date specified for Bid Submission. Bidder’s Name: Project: Gene Coulon Memorial Park North Water Walk Improvements 1201 Lake Washington Blvd. North Renton, WA 98056 CAG 22-014 SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. Every Bidder must list the Heating, Ventilation, and Air Conditioning (HVAC), Plumbing, and Electrical subcontractors as required per RCW 39.30.060. Subcontractor Name Work Category 1. Plumbing 2. Electrical If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted, is described below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.) Describe any change to list if Alternates are accepted: [SIGNATURE PAGE FOLLOWS] LIST OF SUBCONTRACTORS, PART ONE Submission of Plumbing, and Electrical Subcontractors GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS List of Subcontractors, Part One – FORM C Gene Coulon Memorial Park North Water Walk Improvements Page 2 of 2 List of Subcontractors, Part One – FORM C Legal Name of Person or Entity Submitting Bid: NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signature: Title: Printed Name: Address: City: State: Zip Code: Date: Telephone: Fax: Washington Contractor's License No.: Federal Tax ID #: E-mail address: Washington State UBI No.: Expiration Date: End of Form GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS List of Subcontractors, Part Two – FORM D Gene Coulon Memorial Park North Water Walk Improvements Page 1 of 2 List of Subcontractors, Part Two – FORM D CITY OF RENTON EMAIL TO: bsevertsen@rentonwa.gov This list must be submitted within forty-eight (48) hours of the time and date specified for Bid Submission. Bidder’s Name: Project: Gene Coulon Memorial Park North Water Walk Improvements 1201 Lake Washington Blvd. North Renton, WA 98056 CAG 22-014 SUBCONTRACTOR LISTING The Project is expected to cost $1,000,000 or more. Every Bidder must list the Heating, Ventilation, and Air Conditioning (HVAC), Plumbing, and Electrical subcontractors as required per RCW 39.30.060. Subcontractor Name Work Category 1. Structural Steel Installer If different from the list above, the Subcontractors we propose to use if an Alternate Bid is accepted, is described below. (RCW 39.30.060 requires, in part, that the Bidder not list more than one Subcontractor for each category of Work identified, unless a Subcontractor will vary depending on which Alternate Bids are accepted, in which case the Bidder must indicate which Subcontractor will be used depending on which Alternate is accepted.) Describe any change to list if Alternates are accepted: [SIGNATURE PAGE FOLLOWS] LIST OF SUBCONTRACTORS, PART TWO Submission of Structural Steel Subcontractors GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS List of Subcontractors, Part Two – FORM D Gene Coulon Memorial Park North Water Walk Improvements Page 2 of 2 List of Subcontractors, Part Two – FORM D Legal Name of Person or Entity Submitting Bid: _____ NOTE: If Bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Authorized Signature: Title: Printed Name: Address: City: State: Zip Code: Date: Telephone: Fax: Washington Contractor's License No.: Federal Tax ID #: E-mail address: Washington State UBI No.: Expiration Date: End of Form GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E (Must submit within 2 Business Days following Bid Submittal) Email to: bsevertsen@rentonwa.gov GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E Page 1 of 2 PROJECT MANAGER Name: Current Position with Company: Years’ Experience Total With Current Firm Firm Name and Location (City and State): Training/Education/Specialization: Years of Experience in the Proposed Role: RELEVANT PROJECT 1 of 3 (Minimum) Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 2 of 3 (Minimum) Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 3 of 3 (Minimum) Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm Name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E (Must submit within 2 Business Days following Bid Submittal) Email to: bsevertsen@rentonwa.gov GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Qualifications of Project Key Personnel – FORM E Page 2 of 2 SUPERINTENDENT Name: Current Position with Company: Years’ Experience Total With Current Firm Firm Name and Location (City and State): Training/Education/Specialization: Years of Experience in the Proposed Role: RELEVANT PROJECT 1 of 3 Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 2 of 3 Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: RELEVANT PROJECT 3 of 3 Project Title: Year Completed Project Owner: Brief Description (Brief scope, size, cost, etc.) and specific role: Check if project performed with current firm. If performed with different firm list the firm Name Reference Name & Contact Information: Project Owner: Architect: Name: Name: Phone: Phone: E-mail E-mail: End of Form GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contract Bond – FORM F Gene Coulon Memorial Park North Water Walk Improvements Page 1 of 2 Contract Bond to the CITY of Renton 03/08/2022 F clb CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of________________________________________________ US Dollars ($________________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-22-014 providing for construction of the Gene Coulon Beach Memorial Park North Water Walk Improvements; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. • The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Contract Bond – FORM F Gene Coulon Memorial Park North Water Walk Improvements Page 2 of 2 Contract Bond to the CITY of Renton 03/08/2022 F clb • This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: • Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; • Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; • Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; • Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: DIVISION 01 – GENERAL REQUIREMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-014 01 10 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of contract. 3. Permits, fees and bonds. 4. Work sequence 5. Owner's occupancy requirements. 6. Contractor use of site and premises. 7. Work restrictions. B. Related Sections include the following: 1. Division 1 Section 01 50 00 “Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections apply to this Section. 1.03 PROJECT A. Project Name: Gene Coulon Beach Memorial Park North Water Walk Improvements 1. Owner's Name: City of Renton 2. Engineer’s Name: PND Engineers, Inc. 3. The Project consists of the following: a. Removal of the existing concrete deck and replacing with light-penetrating grated decking supported on new steel girders, replacing picnic floats, replacing grated gangways and timber step runs with light-penetrating grated decking, replacing all treated timber components with recycled plastic lumber, wrapping piles for corrosion protection, minor repairs to existing pile caps, and related site work for the construction of Coulon Memorial Park North Water Walk Improvements, for the City of Renton, Washington, as shown and described in the Contract Documents prepared by PND Engineers, Inc., dated, July 18, 2022. All In-water work will take place during Fish Window, per schedule and requirements of WA Department of Fisheries and Wildlife and other regulatory agencies. b. Additive Alternate A: (1) State the amount to be added to the Base Bid to provide and install recoating of handrails, bollards, lights, and Pilot House. (2) NOTE: The Base Bid includes all other work. DIVISION 01 – GENERAL REQUIREMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-014 01 10 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.04 CONTRACT DESCRIPTION A. Contract Type: Single General Construction Contract based on a single lump-sum price as described in Division 00 11 13 – Advertisement for Bids. 1.05 PERMITS, FEES AND BONDS A. The Owner will obtain and pay for the following permits prior to a Notice to Proceed. Permits obtained: US Army Corps of Engineers Nationwide Permit 3, WA Department of Ecology 401 Water Quality Certification, WA Department of Fisheries and Wildlife Hydraulic Permit, National Marine and Fisheries Service Endangered Species Act, City of Renton Shoreline Exemption (SEPA), City of Renton Building permit, and United States Coast Guard Bridge Permit Exemption. The Contractor shall follow all Provisions noted on the Approvals and Permits. See Appendix A for Permits obtained by the Owner. B. Contractor shall obtain and pay for Plumbing, Electrical, City Traffic Control Plan permits, and other regulatory permits as required. 1.06 WORK SEQUENCE A. The work will be a single project with Notice to Proceed and Substantial Completion dates. 1. Work period from Notice to Proceed to Substantial Completion. 2. Anticipated Notice to Proceed: October 3, 2022. 3. Anticipated Mobilization to Site: October 10, 2022. 4. Substantial Completion Date: September 1, 2023. B. The Contractor shall schedule and supervise the work to accomplish completion within the contract time. 1.07 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. Maintain access to existing walkways, corridors, and other adjacent facilities. Do not close or obstruct roads, sidewalks, or driveways without written permission from Owner and authorities having jurisdiction. 1.08 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Arrange use of site and premises to allow: 1. Work by Others. 2. Work by Owner. C. Provide access to and from site as required by law. 1. Do not obstruct roadways, sidewalks, or other public ways without permit. D. Specification Sections Applicable to All Contracts DIVISION 01 – GENERAL REQUIREMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-014 01 10 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1. Unless otherwise noted, all provisions of the sections listed below apply to all contracts. Specific items of work listed under individual contract descriptions constitute exceptions. 2. Section 01 30 00 - Administrative Requirements. 3. Section 01 32 16 - Construction Schedule. 4. Section 01 40 00 - Quality Requirements. 5. Section 01 50 00 - Temporary Facilities and Controls. 6. Section 01 70 00 - Execution and Closeout Requirements. 7. Section 01 78 00 - Closeout Submittals. F. Work Restrictions 1. Hours of Operation: Per City of Renton Municipal Code 4-4-030 C.: Commercial, multi- family, new single family and other nonresidential construction activities shall be restricted to the hours between seven o’clock (7:00) a.m. and eight o’clock (8:00) p.m., Monday through Friday. Haul hours shall be restricted to the hours between eight-thirty (8:30) a.m. and three-thirty (3:30) p.m., Monday through Friday, and work on Saturdays shall be restricted to the hours between nine o’clock (9:00) and seven o’clock (7:00), unless otherwise approved in advance by the Owner, in conjunction with the Community Development Services Division. 2. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated. a. Provide Owner not less than 72 hours’ notice in advance of proposed utility interruptions. b. Do not proceed with utility interruptions without Owner's written permission. 3. Contractor will coordinate construction activities, including all deliveries and equipment movement with Parks Maintenance Staff and others as required before commencing activities in the construction area. Contractor will notify Owner of any planned construction activities in the areas of the parking lots, roadways, boat launch or other areas of the park ten (10) calendar days before scheduled activities. Contractor to provide access to park activities and areas as required to prevent disruption and unsafe conditions. 4. All In-Water Work will comply with the schedule and requirements of the WA Department of Fisheries and Wildlife and other regulatory agencies as required. 5. Other Restriction per Section 01 50 00 Temporary Facilities and Controls. 1.09 MISCELLANEOUS PROVISIONS A. Existing Utilities: 1. Utilities of record are shown on the Drawings insofar as is possible to do so. These, however, are shown for convenience only and the Owner or Consultants assume no responsibility for improper locations or failure to show utility locations on the Drawings. 2. Exercise reasonable care to prevent damage to existing utilities. At Contractor’s expense, immediately repair, restore, or relocate. Contractor shall not leave site until repairs have DIVISION 01 – GENERAL REQUIREMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-014 01 10 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 been accomplished. 3. See Drawings and Specifications for particular provisions. B. Objections to Application of Products: All Contractors and Subcontractors performing work on this project shall thoroughly familiarize themselves with specified products and installation procedures and submit to Owner any objections (in writing through Section 01 40 10 Product Substitution Request) no later than ten (10) days prior to Bid Date. Submittal of Bid constitutes acceptance of products and procedures specified. C. Conflicts and Omissions in Drawings and Specifications: Bring immediately to Owner’s attention any conflicts and omissions between the Drawings and Specifications and between Drawings and Specifications and actual site conditions. D. Subcontractor Instructions: Require subcontractors to become familiar with requirements of Division 0, Division 1 and work of Sections related to their own work. Instruct them that these conditions and requirements apply to their work in each Section of the technical specifications. E. Field Verification: It is the Contractor’s responsibility to verify all field measurements and site conditions. No allowance will be made for any items incorrectly fabricated or installed due to failure to perform such verification prior to ordering materials/products or commencing the work. If the Contractor discovers discrepancies between the Contract Documents and actual field measurements, notify the Owner, and allow reasonable time for review of the problem, and response to resolve the problem. F. When a discrepancy between the plans and specifications exists, the higher and more restrictive condition and quantity and quality of the materials and requirements shall take precedence. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 EXISTING CONDITIONS A. Utilities of record require field verification and identification. Where unknown utility lines are encountered, protect from damage and do not assume abandoned before identification is made by utility company. Notify Owner of unauthorized cutting or other damage to utility lines resulting from construction activity and promptly take such measures as directed to make reparation. B. Surveys and reports of existing topographical and subsurface conditions, including location of utilities, are provided without warranty as to their accuracy or completeness and are intended as general reference to probable conditions. C. Where existing conditions differ from that indicated by Contract Documents: DIVISION 01 – GENERAL REQUIREMENTS Section 01 10 00 – Summary of Work Contract No. CAG-22-014 01 10 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1. Document and notify Owner immediately of differing conditions. 2. Coordinate and distribute corrections prior to preparing Shop Drawings and before beginning work dependent upon accurate knowledge of conditions. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 11 30 – Hazardous Materials Contract No. CAG-22-014 01 11 30 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 – GENERAL 1.01 SUMMARY A. This Section includes administrative and procedural requirements for hazardous materials. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.03 NOT USED 1.04 CONTRACTOR NOTIFICATION A. Contractor to provide the Owner with a complete list of all hazardous chemicals and other materials intended to be used during execution of the project, including storage locations. 1.05 HAZARDOUS MATERIAL A. The Contractor shall bring to the attention of the Owner any material suspected of being hazardous which is encountered during execution of the Work. The Owner will arrange for tests to determine if the material is hazardous. If the material is found to be hazardous the Owner will initiate the construction modification procedure for its abatement by the Contractor. B. Compliance with Regulations: All work shall comply with the applicable laws, regulations and requirements. The disposal of any hazardous materials encountered shall also comply with the requirements of applicable federal, state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent shall apply. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 12 00 – Delegated Design Contract No. CAG-22-014 01 12 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 - GENERAL 1.01 GENERAL A. Section Includes: Requirements in this section apply to delegated design ("design-build") building systems and fabricated assemblies identified in individual specification sections B. The general provisions of the Contract, including General, Modified, and Supplemental Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: Requirements in this section apply to delegated design ("design-build") building systems and fabricated assemblies identified in individual specification sections: 1. Picnic Floats 1.03 INTENT A. The intent of Delegated Design Submittals required by this section is to account for professional engineering responsibility for design, review and acceptance of components of Work forming a part of permanent Work in accordance with Building Code, and that has been assigned to a design entity other than Consultant including, but not limited to: 1. Design requiring structural analysis of load bearing components and connections. 2. Design requiring compliance with life or health safety regulation. B. Performance and Design Criteria: Provide products and systems complying with specific performance and design criteria indicated where professional design services or certifications by a design professional are specifically required of Contractor by Contract Documents. C. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to the Owner. D. Delegated design will be required for elements designed by a specialty professional, which may include: 1. Elements that require specialized fabrication equipment or a proprietary fabrication process not usually available at job site 2. Elements normally fabricated off-site 3. Elements requiring engineering, not normally a part of scope of services performed by architectural; structural; mechanical; electrical; or other disciplines of Engineer. DIVISION 01 – GENERAL REQUIREMENTS Section 01 12 00 – Delegated Design Contract No. CAG-22-014 01 12 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.04 STATUS OF BID DOCUMENT A. Contract Drawings are diagrammatic and do not purport to identify nor solve problems of thermal or structural movement, anchorage, or moisture resistance of any manufactured assemblies. B. Requirements shown by details are intended to establish basic dimension of unit, sight lines and profiles of members. C. Coordinate shop drawings and installation to resolve conflicts. D. Allow for installation tolerances, expansion and contraction of adjacent materials, and design. E. Assemblies shall be free from rattles, and noise due to thermal and structural movement and wind pressure. F. Attachment considerations are to take into account site peculiarities and expansion and contraction movements so there is no possibility of loosening, weakening, or fracturing connection between units and building structure or between units themselves. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 14 00 – Work Restrictions Contract No. CAG-22-014 01 14 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Unless otherwise indicated, keep roadways, building entryways, pathways, and sidewalks clear and available to Owner and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of roadways and to minimize space and time requirements for storage of materials and equipment on-site. b. Maintain site fencing. Protect existing conditions and areas to remain. 2. Perform In-Water work per the WA Department of Fish and Wildlife schedule and requirements, as well as other regulatory agency requirements. See Appendix A for Permits obtained by the Owner. B. Work Hours: 1. Weekdays (Monday through Friday): 7 am to 8 pm 2. Haul Activities: 8:30 am to 3:30 pm 3. Weekends: a. Saturday: 9 am to 8 pm b. Sunday and Holidays (City of Renton official recognized): No work permitted. 1.03 NOISE CONTROL A. Meet all requirements of WAC 173-60-040. Maintain the level of construction noise inside adjacent buildings from exceeding a dB(A) 60 curve (with windows closed). B. Meet all requirements of the City of Renton Municipal Code. C. Outdoor Vehicle and Internal Combustion Engine Noise: The noise level of each piece of equipment shall not be greater than 85 dB(A) at a distance of 50 feet as measured under noisier operating conditions. Provide rubber-tired equipment whenever possible instead of metal- tracked equipment. Mufflers for stationary engines shall provide hospital-area silencing quality. D. Air Compressors: Equip air compressors with silencing packages. Electric-driven compressors are preferred. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-014 01 20 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Sum and Contract Time. C. Modification procedures. D. Procedures for preparation and submittal of application for final payment. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. See General Conditions all requirements pertaining to retainage. 1.03 SCHEDULE OF VALUES A. Format: On 8-1/2" X 11" paper. B. Forms filled out by hand will not be accepted. C. Submit printed schedule on form acceptable to the Owner. Contractor's standard form or electronic media printout will be considered. D. Submit for Owner approval, electronic format of Schedule of Values, a minimum of 15 days before first Application for Payment submittal. Approved Schedule of Values will be used by the Owner as the basis for progress payments. E. Format: Schedule of Values shall breakdown the total Contract Sum to each category of work utilizing the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. 1. Site mobilization shall not exceed 5% of Contract Sum. 2. Construction closeout shall not be less than 3% of Contract Sum. 3. For each line item exceeding 5% of Contract Sum, show breakdown by major products and operations. 4. Cross reference Schedule of Values amounts to the Construction Progress Schedule scheduled tasks with specified in Section 01 32 16 – Construction Schedule. 5. Round figures to nearest dollar amount. 6. Make sum of total scheduled costs equal to Contract Sum. 7. Major cost items, which are not directly a cost of actual work-in-place, such as distinct temporary facilities, may be either shown as items in schedule of values or included in General Conditions, mobilization and/or demobilization at Contractor's option. F. Revise schedule to list approved Change Order Proposals (COP) and Field Authorizations (FA), with each Application for Payment. DIVISION 01 – GENERAL REQUIREMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-014 01 20 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement, if not stipulated, at monthly intervals. B. Prior to first Application for Payment, submit approved Intent to Pay Prevailing Wages forms for Contractor and all subcontractors. Without exception, processing of an Application for Payment will not begin until approved copies are on file with Owner for each classification of laborers, workers, or mechanics employed by Contractor or subcontractors included in that Application. 1. Submit a list of all subcontractors and suppliers. 2. Submit instructions to Owner for the disposition of retainage funds. a. In accordance with chapter 60.28 of the Revised Code of Washington (RCW), Owner shall reserve a contract retainage not to exceed Five percent of the moneys earned by Contractor as trust fund for the protection and payment of: 1) The claims of any person and Owner arising in accordance with the Contract Documents. 2) The state with respect to taxes imposed pursuant to Title 82 RCW which may be due from such Contractor. b. The funds held in retainage shall be held until forty-five (45) days following Final Acceptance subject to the provisions of chapters 39.12 and 60.28 RCW. c. Contractor's written instructions should be addressed to the Owner with a copy to the Engineer. d. At the option of Contractor, the moneys reserved by Owner shall be either: 1) Retained in a fund by Owner. 2) Bonded for all or any portion of the contract retainage in a form acceptable to Owner; or 3) Deposited in an interest-bearing account in a bank, mutual savings bank, or savings and loan association. 4) Placed in escrow with a bank or trust company by Owner. (a) Escrow Agent: If the retained funds are to be placed in escrow, Contractor will select the escrow agent, subject to approval by Owner. The selected agent must be a bank or trust company in the State of Washington. (b) Pursuant to electing the escrow option, an escrow agreement shall be executed by Contractor, Owner, and bank. Three copies of the agreement should be completed and executed by Contractor and returned to Owner for joint execution, who in turn will forward all copies to the bank for receipt and acceptance. The bank will retain one copy and return one copy each to Contractor and Owner. A completed and signed escrow agreement must be on file with Owner for payment before Contractor's first application is processed. (c) Escrow Payments: As each progress estimate is presented for payment, Contractor shall make a vouchered request for the retained funds that are to be placed in escrow. Upon receiving a retainage invoice, Owner will issue a check payable to Contractor and the bank jointly. Such checks will be mailed to the DIVISION 01 – GENERAL REQUIREMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-014 01 20 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 bank and Contractor will receive copies of check transmittal letters. (d) Escrow Investments: The bank shall invest the retained funds in bonds and other securities selected by Contractor from the following list approved by Owner: (1) Bills, certificates, notes or bonds of the United States. (2) Other obligations of the United States or its agencies. (3) Obligations of any corporation wholly owned by the government of the United States. (4) Indebtedness of the Federal National Mortgage Association. (5) Time deposits in commercial banks, mutual savings banks, and savings and loan associations in the State of Washington. (e) Deposits in savings accounts in commercial banks, mutual savings banks, and savings and loan associations in the State of Washington. (f) The investments selected must mature on or prior to the date set for completion of the contract, including extensions thereof or forty-five (45) days following the Final Acceptance of the improvement or work. Interest on such investments shall be paid to Contractor as it accrues. (g) Escrow Costs and Fees: All escrow costs and fees shall be paid by Contractor, in accordance with the Escrow Agreement. (h) Release of Escrow Investments to Contractor: Upon Final Acceptance and the expiration of forty-five (45) days following the date of Acceptance, and contingent upon Contractor's compliance with provisions of the public works statutes, Owner will issue written instructions to the bank to release to Contractor the investment held in escrow. If there should be either unpaid taxes or other unsatisfied claims against the retained percentage, the provisions of the Escrow Agreement will govern. C. Submit draft Application for Payment to Owner for approval 10 days prior to submittal of actual Application for Payment. D. Present required information in digital form. E. Form: As approved by the Owner F. Execute certification by signature of authorized officer. G. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed. H. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. I. Submit one signed digital image of each Application for Payment. J. Include the following with the application: 1. Construction progress schedule revised and current as specified in Section 01 32 16. 2. Partial release of liens from major Subcontractors and vendors. DIVISION 01 – GENERAL REQUIREMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-014 01 20 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 3. Affidavits attesting to off-site stored products if any. 4. Statements of Intents to Pay Prevailing Wages as documented by the Washington State Department of Labor and Industries for each contractor or subcontractor included on the Pay Application. 5. List with Contractor, sub-contractors, and all sub-sub-contractors invoice amounts, UBI number, and Affidavit of Intent’s number. 6. Copies of Certified Payroll from Contractor and all sub-contractors. K. When Owner requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. 1.05 MODIFICATION PROCEDURES A. Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time as authorized by the Conditions of the Contract by issuing supplemental instructions on Owner's standard form. B. For other required changes, Owner will issue a Field Authorization (FA) signed by the Owner, A/E and Contractor instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes, will identify an initial estimate of the probable cost of any changes, and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Owner will issue a request for Change Order Proposal (COP) that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit a fixed price quotation within 14 days. D. Contractor may propose a change by submitting a request for change to Owner, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation. E. Computation of Change in Contract Sum: Will be as specified in the Agreement and the General Conditions. 1. For change requested by Owner for work falling under a fixed price contract, the amount will be based on Contractor's price quotation. 2. For change requested by Contractor, the amount will be based on the Contractor's request for a Change Order as approved by Owner. 3. For change ordered by Owner without a quotation from Contractor, the amount will be determined by Owner based on the Contractor's substantiation of costs as specified for Time and Material work. F. Substantiation of Costs: Provide full information required for evaluation. 1. Provide following data: a. Quantities of products, labor, and equipment. DIVISION 01 – GENERAL REQUIREMENTS Section 01 20 00 – Payment Procedures Contract No. CAG-22-014 01 20 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. f. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 2. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. G. Execution of Change Orders: Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. H. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price. I. Promptly revise progress schedules to reflect any change in Contract Time, revise sub- schedules to adjust times for other items of work affected by the change, and resubmit. J. Promptly enter changes in Project Record Documents. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: 1. Closeout procedures specified in Section 01 70 00. 2. Contractor's Certification of Payment of Debts Claims. 3. Contractor's Certificate of Release of Liens. 4. Owner's approval of Closeout submittals specified in Section 01 78 00. 5. Completion of punch list with Owner’s approval. 6. Completion of all Change Orders. 7. Submittal of Affidavit of wages paid for Contractor and subcontractors. 8. L&I release. 9. Sign-off of all required permits. 10. Posting of Certificate of Occupancy. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 21 00 – Prevailing Wage Rates Contract No. CAG-22-014 01 21 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 - GENERAL 1.01 SUMMARY A. This project, located in King County Washington, is subject to the payment of prevailing wages to all workers. It is the contractor’s responsibility to determine and use the applicable rates for the appropriate area of the state, as published by the Washington State Department of Labor and Industries. These rates are available on the web at https://lni.wa.gov/licensing- permits/public-works-projects/prevailing-wage-rates/. 1. Contractor must include these provisions in all subcontracts for work performed under this Contract. B. Based in the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is August 18, 2022. Upon written request, the Owner will mail a hard copy of the applicable prevailing wages for this project. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Administration and supervisory personnel. B. Communication procedures. C. Project meetings. D. Preconstruction meeting. E. Site mobilization meeting. F. Progress meetings. G. Coordination procedures. H. Submittal Types. I. Submittals for review and information. J. Number of copies of submittals. K. Submittal procedures. L. Daily Progress reports. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 10 00 - Summary of Work: Work sequence and Owner occupancy. C. Section 01 32 16 - Construction Progress Schedule: Form, content, and administration of schedules. D. Section 01 40 00 - Quality Requirements: Procedural requirements for quality assurance and quality control. E. Section 01 70 00 - Execution and Closeout Requirements: Additional coordination requirements. F. Section 01 78 00 - Closeout Submittals: Project record documents. 1.03 SUBMITTALS A. Personnel list: For principal staff assignments. Include areas of responsibility, addresses, and phone numbers for 24-hour-contact. Include back-up personnel. B. Coordination drawings. C. Superintendent Daily Reports: Submit at weekly intervals. DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ADMINISTRATION AND SUPERVISORY PERSONNEL A. Provide designated Project Manager, Superintendent and other administrative and supervisory personnel as required for proper performance of the Work. 3.02 COMMUNICATION PROCEDURES A. General 1. Address all Project correspondence through Owner. Do not contact Owner’s consultants directly, unless directed otherwise. Contractor's subcontractors will not directly contact the Owner, Engineer, or Engineer’s sub consultants. 2. Owner will issue all instructions, whether verbal or written. No other instructions will be recognized. Owner will confirm verbal instructions in writing to Contractor. a. Exception: Minor clarifications may be confirmed in site reports or meeting minutes. 3. Format: Number correspondence sequentially beginning with Serial Letter No. 1. Include project title and number on all correspondence. B. Requests for Information 1. When field conditions or Contract Documents require clarification or verification by the Architect or Architect’s sub consultants, submit a written Request for Information (RFI) to the Owner. 2. Format: Number RFI's sequentially using a consistent form approved by Owner, containing the following information: a. Project name and number. b. RFI number (three digits, beginning with 001). c. Date of request. d. Date of required response. e. Subject title. f. Initiator of request. g. Contract Document reference (drawing and/or specification). h. Location on site. i. Description of issue. j. Contractor's proposed solution, if known. k. Cost impacts, if known. l. Space adequate for Engineer's review acknowledgement and reply. 3. Provide only one question per RFI. 4. Route RFI's in same manner as Project correspondence. 5. Allow 10 working days for Owner to issue response. 6. Owner reserves the right to void any RFI whose resolution is already contained within the Contract Documents. DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 3.03 PROJECT MEETINGS A. Preconstruction Meeting 1. Owner will schedule a meeting to take place before or on the date for Notice to Proceed. 2. Attendance Required: a. Owner. b. Engineer and selected consultants. c. Contractor, including Project Manager, Superintendent, QAM, and major site related subcontractors. d. City Parks, Facilities, and Development Services staff. 3. Agenda: a. Distribution of Contract Documents. b. Designation of project personnel. c. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal request, Change Orders, Record drawings and Contract closeout. d. Scheduling, early occupancy. e. Working hours. f. Responsibility for temporary facilities and controls. g. Construction related air quality control procedures. h. Safety. i. Security. j. Site access, traffic control, parking availability. 4. Owner will record minutes and provide copies to Engineer and Contractor for their distribution to all parties affected by decisions or actions resulting from the meeting. B. Progress Meetings 1. Attend progress meetings at intervals or as required by the Owner. Coordinate meeting schedule with preparation of applications for payment. 2. Owner will prepare agenda and preside at meetings. 3. Attendance Required: a. Owner. b. Engineer and required sub consultants. c. Contractor, including Project Manager, Superintendent. d. Others as appropriate, such as but not limited to; Major Subcontractors, Suppliers, Manufacturers Representatives, and Consultants. 4. Agenda: a. Safety Report. b. Review minutes of previous meetings for any discrepancies and correct or approve. c. Review of Work progress since previous meeting. d. Look Ahead Schedule: Provide three (3) week look ahead simplified bar chart schedule coordinated and interfaced with project CPM schedule. e. Coordination issues, field observations, problems, and decisions. DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 f. Identification of problems that impede, will impede, or present the potential for impeding planned progress. Identify corrective measures to regain projected schedules. g. Review Non-conforming work and status of correction. h. Review of submittals schedule and status of submittals. i. Review of off-site fabrication and delivery schedules. j. Review Requests for Information status. k. Review issuance of Supplemental Instructions. l. Review Contract Modifications status, including any effect on coordination and progress schedule. m. Maintenance of quality and work standards. n. Other business relating to Work. 5. Owner will record minutes and provide copies to Engineer and Contractor for their distribution to all parties affected by decisions or actions resulting from the meeting. a. Required performance results. b. Protection of construction and personnel. 3.04 COORDINATION PROCEDURES A. Coordinate construction operations to ensure orderly and efficient installation of each part of the Work, with due consideration of those features of the Work dependent on each other for proper installation, connection, and operation. Ensure full accessibility for required maintenance, service, and repair. Make adequate accommodations for items scheduled for installation by others. B. When necessary to assure coordination, provide memoranda for distribution to each party involved, describing special coordination procedures. Include such items as required notices, reports, and meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their work is required. C. Coordination Meetings: Owner will conduct coordination meetings at appropriate intervals. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress and pre-installation meetings. 1. Required Attendees: a. Engineer b. Contractor c. Subcontractors d. Suppliers e. Other entities concerned with current progress or involved in planning, coordination, or performance of future activities. 2. Agenda: a. Scheduling. b. Interface requirements. c. Off-site fabrication. DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 d. Access requirements. e. Site utilization. f. Temporary facilities and controls. g. Quality standards. 3.05 SUBMITTAL TYPES A. Product Data: Manufacturer's standard published data. Product data includes, as applicable, manufacturer's catalog cuts, written recommendations, specifications, and installation instructions; factory installed wiring diagrams; printed performance curves; operational range diagrams; compliance with recognized standards; testing agency labels, and other standard information. Mark each copy to identify applicable products, models, options, and other data. B. Shop Drawings: Project-specific information as depicted through fabrication and installation drawings, dimensions (field and factory), roughing-in and setting diagrams, design calculations, coordination requirements, and other project-specific information. C. Samples for Selection: Manufacturer's accurately printed or actual samples showing full range of available features, options, colors, textures, and patterns. D. Samples for Verification: Project-specific samples of actual products, illustrating functional and aesthetic characteristics and including all integral parts and attachment devices. Provide actual finishes in selected colors, textures, and patterns. E. Schedules: A form of shop drawing, typically presented in tabular form and summarizing key features of the Work. Not to be confused with construction progress schedule specified in Section 01 32 16. F. Qualification Data: Written information demonstrating the capabilities and experience of a firm or person. G. Certificates: Written statements certifying compliance with requirements. Submit product, installer, manufacturer, and material certificates on manufacturer's letterhead. Submit welding certificates on AWS or WABO forms or as required by authorities having jurisdiction. H. Test Reports: Reports written by a qualified testing agency, indicating and interpreting test results of materials or products for compliance with requirements. I. Inspection Reports: Reports written by a qualified inspection agency, indicating and interpreting inspection results of materials, products, or assemblies for compliance with requirements. J. Research/Evaluation Reports: Written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code(s) in effect for Project. K. Manufacturer's Field Reports: Written information documenting factory-authorized service DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 6 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 representative's tests and inspections. L. Project Record Documents, Operation & Maintenance Data, and Warranties and Bonds: Combination of submittal types, submitted at project closeout. See Section 01 7800. N. Material Safety Data Sheets: Submit directly to Owner. O. Others as indicated. 3.06 SUBMITTALS FOR OWNER'S REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. 5. Schedules. 6. Qualification Data. 7. Division 1 submittals (plans, construction progress schedules, lists, reports, closeout submittals, etc.) specified in individual Division 1 sections. B. Submit to Owner for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00 - CLOSEOUT SUBMITTALS. 3.07 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Permits. 6. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.08 NUMBER OF COPIES OF SUBMITTALS A. Submittals may be submitted electronically in a format or system acceptable to the Owner. DIVISION 01 – GENERAL REQUIREMENTS Section 01 30 00 – Administrative Requirements Contract No. CAG-22-014 01 30 00 - 7 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Access to the document shall not require special programming, software, or other proprietary systems. Shop Drawings may be submitted electronically but will also require submission of one full-size printed copy. At the completion of the project, the contractor shall provide a complied digital record on a storage device acceptable to the Owner. Additionally, they shall provide and one physical copy of all project submittals, organized by specification sections and contained in 3-ring binders with tabs, titles, and edge identification. B. Superintendents Daily Report 1. For each Project calendar day beginning with the date of Notice to Proceed, prepare a report concerning events at the Project site as follows: a. List of subcontractors on site. b. Number of personnel on site, and general responsibilities. c. Equipment on site. d. Material deliveries. e. High and low temperatures and general weather conditions. f. Accidents. g. Meetings and significant decisions. h. Unusual events, as described under Special Reports below. i. Stoppages, delays, shortages, and losses. j. Emergency procedures. k. Orders and requests of authorities having jurisdiction. l. Supplemental Instructions received and implemented. m. Change Orders received and implemented. n. Field Authorizations received, and documentation of activities covered under same. o. Services connected and disconnected. p. Equipment or system tests and startups. Electronically transmit the daily reports to the Owner on every-other week basis, or at Progress Meetings. 2. Special Reports: When an event of an unusual and significant nature occurs at Project site, whether or not directly related to the Work, prepare and submit a special report directly to the Owner within one day of the occurrence. List chain of events, persons participating, and response by Contractor's personnel, evaluation of results or effects, and similar information. Advise Owner in advance when these events are known or predictable. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 32 16 – Construction Schedule Contract No. CAG-22-014 01 32 16 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Construction progress schedule, bar chart type. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions for Washington State Facility Construction, Supplemental Conditions for Washington State Facilities Construction, and other Division 1 Specification sections, apply to this Section. B. Section 01 10 00 - Summary: For work sequence, Owner occupancy, and Owner-furnished items. C. Section 01 20 00 - Payment Procedures: For schedule of values. D. Section 01 30 00 – Administrative Requirements: For superintendent's daily progress reports. 1.03 REFERENCES A. Comply with AGC (CPSM) - Construction Planning and Scheduling Manual; Associated General Contractors of America; 2004. 1.04 SUBMITTALS A. Construction Progress Schedule: Indicate complete construction sequence, from Notice to Proceed through Final Completion. 1. Submit within 7 days of Notice to Proceed. 2. Include written certification that major contractors have reviewed and accepted proposed schedule. 3. Submit updated schedule with each Application for Payment. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. 1. Break down work so that no activity is longer than 21 days, unless specifically allowed by Owner. 2. List submittals, materials and installation as separate line items. 3. List all permit submittals showing submittal and anticipated issuance dates 3. List all Owner supplied material delivery dates on schedule 4. List all Work by Owner completion dates on schedule B. Identify each activity by specification section number. DIVISION 01 – GENERAL REQUIREMENTS Section 01 32 16 – Construction Schedule Contract No. CAG-22-014 01 32 16 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Indicate procurement activities for long-lead and major items, including submittal, approval, and fabrication activities. See Section 01 30 00 for submittal review durations. E. Coordinate content with schedule of values specified in Section 01 20 00. F. Provide legend for symbols and abbreviations used. G. Contract Modifications: For each proposed contract modification, and concurrent with its submission, prepare a time-impact analysis using the current approved schedule to demonstrate the effect of the proposed change on the overall project schedule. 3.02 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. B. Identify the first workday of each week. 3.03 REVIEW AND EVALUATION OF SCHEDULE A. Participate in joint review and evaluation of schedule with Owner at each submittal. B. Evaluate project status to determine work behind schedule and work ahead of schedule. C. After review, revise as necessary as result of review, and resubmit within 5 days. 3.04 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. G. Provide narrative report to define problem areas, anticipated delays, and impact on the schedule. Report corrective action taken or proposed and its effect. 3.05 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to General Contractor's project site file, to Subcontractors, suppliers, and Engineer and to the Owner. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-014 01 40 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for Quality assurance and Quality control. B. Mock-ups. C. Control of installation. D. Tolerances. E. Testing and inspection agencies and services. F. Control of installation. G. Tolerances. H. Manufacturers' field services. I. Defect Assessment. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and other Division 1 Specification sections, apply to this Section. B. Section 01 42 00 - Definitions. 1.03 REFERENCE STANDARDS 01 40 00 – Quality Requirements. A. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. B. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. 1.04 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and to ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work used to evaluate that actual product incorporated into the Work comply with requirements. Services do not include Contract enforcement activities performed by Engineer. 1.05 SUBMITTALS A. See Section 01 30 00 - ADMINISTRATIVE REQUIREMENTS, for submittal procedures. B. Project Quality Plan (PQP): Submit within 14 days of the Notice to Proceed a written plan detailing the organization and procedures proposed to achieve quality assurance and quality control so that materials, products, workmanship, on-site and off-site fabrication, construction, and operations are in compliance with the Contract Documents and within generally accepted quality standards for similar work. Demonstrate a thorough knowledge of Contract requirements. The PQP is intended to function as a "living document," anticipating requirements and documenting results. At minimum, the PQP will include the following: DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-014 01 40 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1. Qualification Data: For Contractor-provided testing agencies, to demonstrate their capabilities and experience, include proof of qualifications in the form of a recent agency inspection report performed by a recognized authority. 2. Schedule of Tests and Inspections: For all required tests and inspections. Prepare in tabular form and include the following: a. Specification Section number and title. b. Description of test or inspection. c. Identification of applicable standards. d. Identification of test and inspection methods. e. Number/frequency of tests and inspections required. f. Time schedule (or time span) for tests and inspections. g. Entity responsible for performing tests and inspections. h. Requirements for obtaining samples. i. Unique characteristics of each quality control service. 3. Test and Inspection Log: For use in Part 3 of this Section. C. Superintendent Daily Reports: Submit at progress meetings. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.06 QUALITY ASSURANCE A. Delegated Design: Where professional design services or certifications by a design professional are specifically required of Contractor, provide products and systems complying with indicated performance and design criteria, or where not indicated, with performance and design criteria of authorities having jurisdiction. In addition to shop drawings, product data, and other required submittals, submit a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include the list of codes, loads, and other factors used in performing these services. 1. Professional Engineer Qualifications: A professional legally qualified to practice in the State of Washington and experienced in providing engineering services of the kind indicated. B. Basic Quality Assurance Qualifications: Wherever the Specifications refer to installers, manufacturers, fabricators, specialists, or factory-authorized service representatives, provide entities with the following qualifications: 1. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-014 01 40 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 2. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance. 3. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. 4. Specialists: Certain sections of the Specifications require that specific construction activities be performed by recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. a. Requirements for specialists shall not supersede building codes and regulations governing the Work. 5. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products similar in material, design, and extent to those indicated for this Project. 1.07 QUALITY CONTROL A. Owner will employ and pay for services of an independent Testing Agency to perform construction materials testing and inspections services as indicated under the Structural General Notes in the drawings. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. C. Preconstruction Testing: Where approval of materials, products, or equipment depends on existing test results or preconstruction testing not specifically assigned to the Owner's Testing Agency, Contractor shall provide evidence of test results or, if necessary, shall arrange and pay for testing agency services. 1. Testing Agency Qualifications: An NRTL-recognized, NVLAP-accredited, or independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 548, and with additional qualifications specified in individual sections and as required by authorities having jurisdiction. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step-in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner before proceeding. DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-014 01 40 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK-UPS A. Before installing portions of the Work where mock-ups are required, construct mock-ups in location and size indicated for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work. The purpose of mock-up is to demonstrate the proposed range of aesthetic effects and workmanship. B. Provide supervisory personnel who will oversee mock-up construction. Provide workers that will be employed during the construction at Project. C. Assemble and erect Mock-ups with specified materials, components, attachments, anchorage devices, flashings, seals, and finishes. D. Obtain Owner's approval of mock-ups before starting work, fabrication, or construction. 1. Owner will issue written comments within seven (7) working days of initial review and each subsequent follow up review of each mock-up. 2. Make corrections as necessary until Owner's approval is issued. E. Accepted mock-ups shall be a comparison standard for the remaining Work. F. Mock-ups will be removed at completion of construction unless specified to remain. Where allowed to remain, protect from all damage. G. Where possible salvage and recycle the demolished mock-up materials. 3.03 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Tolerances will not be cumulative. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owner before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.04 TEST AND INSPECTION LOG A. Prepare and maintain a record of tests and inspections. Include the following: 1. Date of test or inspection. 2. Description of Work tested or inspected. 3. Identification of testing agency or special inspector conducting test or inspection. 4. Test or inspection results. 5. Date test or inspection results were transmitted to Owner. DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-014 01 40 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. Maintain log at Project site. Post additions and modifications as they occur. Provide access to test and inspection log for Owner's reference during normal working hours and prior to each Application for Payment. 3.05 TESTING AND INSPECTION A. Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Owner and Contractor in performance of services. 2. Perform specified sampling and testing of products in accordance with specified standards. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify Owner and Contractor of observed irregularities or non-conformance of Work or products. 5. Perform additional tests and inspections required by Owner. 6. Attend preconstruction meetings. 7. Submit reports of all tests/inspections specified. B. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. C. Contractor Responsibilities: 1. Cooperate with laboratory personnel and provide access to the Work. 2. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 3. Schedule tests and inspections with Testing Agency. Notify Owner and Engineer and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 4. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 5. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. D. Re-testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Owner. E. Re-testing required because of non-conformance to specified requirements shall be paid for by Contractor by deducting testing charges from the Contract Sum. DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 00 – Quality Requirements Contract No. CAG-22-014 01 40 00 - 6 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 3.06 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.07 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to contract document requirements. B. If, in the opinion of Owner, it is not practical to remove and replace the Work, Owner will direct an appropriate remedy or adjust payment. C. Maintain a Log of Non-conforming work, tracking items from instance of identification to resolution. 3.08 SUPERINDENDENT DAILY REPORTS A. Write daily reports for each calendar day, beginning with date of Notice to Proceed, on form(s) approved by Owner. Daily Reports will be factual records containing numerical data of the Work and quality assurance and control activities. Identify deficiencies in daily reports and in Non-Conforming Work Log as they occur and as they are resolved. Do not address production issues unless they impact quality assurance or quality control. B. Superintendent shall sign and date all reports. Verification shall include a statement that all materials and products incorporated into the Work are in compliance with the terms of the Contract except as noted. C. Submit copies of daily reports at each Progress Meeting. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 10 – Product Substitution Request Contract No. CAG-22-014 01 40 10 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 TO: CITY OF RENTON Parks Planning & Natural Resources Betsy Severtsen, Capital Projects Coordinator Email to: bsevertsen@rentonwa.gov PROJECT NAME: ______________________________________________________________________ CONTRACTOR: ________________________________________________________________________ We hereby submit for consideration the following product instead of specified item for above project: Section Paragraph Specified Item _____________ ______________ ____________________________________________ Proposed Substitution: ____________________________________________________________________ Attach complete dimensional information and technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and/or Specifications, which proposed substitution will require for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality, performance, and appearance to that which is specified. Clearly mark manufacturer's literature to indicate equality performance. Differences in quality of materials and construction shall be indicated. Fill in blanks below: A. Reason for substitution request: B. Does the substitution affect dimensions shown on Drawings: Yes_____ No _____ If yes, clearly indicate changes. _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _________________________________________________________________________________ C. Will the undersigned pay for changes to the design, including engineering and detailing costs caused by the request substitution: Yes _____ No _____Comment: _____________________________________________________________________________________ _____________________________________________________________________________________ __________________________________________________________________________________ DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 10 – Product Substitution Request Contract No. CAG-22-014 01 40 10 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 D. What effect does this substitution have on other trades, other Contracts, and Contract completion date: _____________________________________________________________________________________ _____________________________________________________________________________________ __________________________________________________________________________________ E. What effect does this substitution have on applicable code requirements: _____________________________________________________________________________________ _____________________________________________________________________________________ ________________________________________________________________________________ F. Differences between proposed substitution and specified item: G. Manufacturer's guarantee of the proposed and specified items are: Same _____ Different _______ (explain): ____________________________________ _____________ H. List of names and addresses of three similar projects on which product was used, date of installation, and Architect's name and address: __________________________________________________________________________________ I. Cost and supplier of specified product: J. Cost and supplier of proposed substitution product: The undersigned attests function and quality equivalent or superior to specified items. CERTIFICATION OF EQUAL PERFORMANCE : AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE. Submitted By: ______________________________________ Signature Title ______________________________________ Firm ______________________________________ Address ______________________________________ ______________________________________ Telephone ______________________________________ Date Signature must be by person having authority to legally bind his firm to the above term. ARCHITECT’S RECOMMENDATION: DIVISION 01 – GENERAL REQUIREMENTS Section 01 40 10 – Product Substitution Request Contract No. CAG-22-014 01 40 10 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Accepted: Accepted as Noted: Not Accepted: Received Too Late: By: _________________________________ Date: _______________________________ Remarks: ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ _________________________ Concurrence by Architect: _________________________________________ OWNER’S ACCEPTANCE: Accepted: Accepted as Noted: Not Accepted: Received Too Late: By: _________________________________ Date: _______________________________ Remarks: ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ _________________________ Concurrence by Owner: _________________________________________ END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 42 00 – Definitions Contract No. CAG-22-014 01 42 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and other Division 1 Specification sections, apply to this Section. 1.02 SUMMARY A. This section supplements the definitions contained in the General Conditions. In case of conflict, the General Conditions will take precedence. B. Other definitions are included in individual specification sections. 1.03 SPECIFICATION FORMAT AND CONTENT A. Specifications Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 2016 MasterFormat. B. Specification Content: 1. Language: This specification uses certain conventions in the use of language and the intended meaning of certain terms, words and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Wording of the contract documents is abbreviated or streamlined and frequently includes incomplete sentences. 1) Abbreviated word and terms shall be interpolated as sense requires. Singular words shall be interpreted as plural and plural words interpreted as singular where applicable to the context indicated. b. These specifications are written in imperative mood. This imperative phraseology is directed to the Contractor, unless specifically noted otherwise. c. The terms "Shall", "Shall be", "Will", and "Will be" and similar words and phrases are defined to have compulsory meaning. 2. Assignment of Specialists: a. The specification requires that certain specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialist must be engaged for those activities, and their assignments are requirements over which the Contractor has no choice or option. However, the responsibility for fulfilling Contract requirements remains with the Contractor. b. This requirement shall not be interpreted to conflict with enforcement of building codes and similar regulations governing the work. It is also not intended to interfere with local trade union jurisdictional settlements and similar conventions. c. Use of titles such as "carpentry" in not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter". It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name. DIVISION 01 – GENERAL REQUIREMENTS Section 01 42 00 – Definitions Contract No. CAG-22-014 01 42 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 d. The term "Installer" shall be used to refer to all specialists. 1.04 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. Terminology - Certain terms used more generally throughout the contract documents are defined as follows: 1. Addenda: Additions made to the contract documents during the bidding period. Used to revise, delete, or add to any of the bidding requirements or contract documents. 2. Approve: Where used in conjunction with the Owner's response or submittals, requests, applications, inquiries, reports, and claims by the Contractor, the meaning will be held to the limitations of the Owner's responsibilities and duties as specified in Section 00 72 00, General Conditions of the Contract. 3. Confirm: Confirm or verify dimension or condition and notify Owner of findings prior to proceeding with the work. 4. Construction Documents: All of the written and graphic documents prepared and assembled by the Owner for communicating the design and administering the construction contract. They include the following categories: bidding requirements, contract forms, and conditions of the contract, specifications, drawings, addenda and contract modifications. This term is interchangeable with "contract documents". 5. Contract Documents: The legally enforceable requirements which become part of the contract when the agreement is signed. Including the bid package, project manual and all related documents including construction documents. See "construction documents" above. 6. Contract Modifications - After agreement has been signed, any additions, deletions, or modifications to the work are accomplished by supplemental instructions or change order. 7. Directed: Where not otherwise explained, terms such as "directed", "requested", "authorized", "selected", "approved", "permitted", "required", and "accepted" mean "directed by the Owner ", "requested by the Owner ", etc. However, no such implied meaning will be interpreted to extend the Engineer's responsibility into the Contractor’s area of construction supervision. 8. Drawings: Graphic representations of the work. 9. Furnish: To supply and deliver to project site, unload, and inspect for damage. 10. Install: To unpack, assemble, erect, apply, place, anchor, finish, cure, protect, clean, start up, protect, and similar operations and make ready for use. 11. Installer: The person or entity engaged by the Contractor or its subcontractor or sub- subcontractor for the performance of a particular unit of work at the project site, including installations, erections, applications, and similar required operations. It is a general requirement that installers be recognized experts in the work they are engaged to perform. 12. Product: Material, machinery, components, equipment, fixtures, and systems forming the work result. Not materials or equipment used for preparation, fabrication, conveying, or DIVISION 01 – GENERAL REQUIREMENTS Section 01 42 00 – Definitions Contract No. CAG-22-014 01 42 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 erection and not incorporated into the work result. Products may be new, never before used, or re-used materials or equipment. 13. Project Manual: The book-sized (8 1/2 by 11-inch format and bound) volume that includes the procurement requirements (if any), the contracting requirements, and the specifications. 14. Project Site: The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other work as part of the project. The extent of the project site is shown on the drawings and may or may not be identical with the description of the land upon which the project is built. 15. Provide: To furnish and install, complete and ready for intended use. 16. Record Drawings: Drawings prepared by the Contractor to indicate construction changes, including nature and location of concealed work. 17. Shop Drawings: Drawings, schedules, and other information prepared by the Contractor to describe fabrication and installation of elements of the work. 18. Specifications: Define the qualitative requirements for products, materials and workmanship upon which the contract is based. 19. Supply: Same as Furnish. 20. Testing Agency: An independent entity engaged to perform specific inspections or tests of the work, both at the project site or elsewhere, and to report and, if required, to interpret the results of those inspections or tests. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-014 01 50 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: barriers, enclosures, fencing, etc. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. H. Field offices. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. 1.03 TEMPORARY UTILITIES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including but not limited to, Owner's construction forces, Engineer, consultants, occupants of the project, testing agencies and authorities having jurisdiction. B. All costs associated with preparing utilities for use is the sole responsibility of the Contractor. C. Usage costs for temporary site utilities will be provided the Contractor. 1.04 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to project site at time of project mobilization. 1.05 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities for use during construction operations. Do not use public facilities. 1.06 BARRIERS A. Provide barriers to prevent unauthorized entry to construction and staging/storage areas, to prevent access to areas that could be hazardous to workers or the public and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Protect stored materials, site, and structures from damage. DIVISION 01 – GENERAL REQUIREMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-014 01 50 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.07 FENCING A. Construction: Commercial grade chain link fence. No orange roll-up type fencing is allowed. B. Provide 6 foot (1.8 m) high fence around each construction site; equip with pedestrian gates with locks. 1.08 CONSTRUCTION AIDS A. Provide, operate, and maintain a complete plan for fabricating, handling, conveying, installing and erecting all Work required under the Contract. Maintain materials and equipment in safe and efficient operating condition. Contractor shall be responsible for damages due to defective materials and equipment and uses made thereof. B. Furnish, install, and maintain for the duration of construction all required barricades, canopies, warning signs, steps, bridges, platforms, and other temporary construction necessary for proper completion of the work. Maintain in compliance with all pertinent safety and other regulations. 1.09 SECURITY A. Provide security and facilities to protect Work, and Owner's operations from unauthorized entry, vandalism, or theft. 1.10 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of park sidewalks, access to emergency facilities, and access for emergency vehicles. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering pedestrian walkways, parking areas, park roads, and city streets. D. Comply with City traffic and parking regulations. E. Traffic Control Plan: Contractor will prepare, obtain, and maintain a Traffic Control Plan approval and permit from the City of Renton. F. Delivery and Storage: Conduct operations in such a manner as to avoid unnecessary interference to existing pedestrian and vehicle traffic. Do not park vehicles in traffic lanes. Provide flag persons, and traffic control signs and devices as required. Notify Owner in advance of any unusually long or large deliveries. Storage of materials adjacent to the Project site outside of the construction fence is not permitted unless authorized by the Owner. 1.11 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site on a regular basis as needed. C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. DIVISION 01 – GENERAL REQUIREMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-014 01 50 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 1.12 PROJECT IDENTIFICATION A. Provide project identification sign of design and construction per Section 01 58 00. 1.13 EQUIPMENT A. Fire Extinguishers: Portable, UL-rated, with extinguishing agent as required by locations and classes of fire exposure. 1.14 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. D. Restore new permanent facilities used during construction to specify condition. 1.15 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building code requirements 2. Health and safety regulations 3. Utility company regulations 4. Police, Fire department and rescue squad rules 5. Environmental protection regulations B. Standards: 1. General: Comply with the following: a. NFPA Code 241, "Building Construction and Demolition Operations". b. ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition". 2. Recommendations: Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services" prepared jointly by AGC and ASC for industry recommendations. 3. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electrical service. Install service in compliance with NEC (NFPA 70). C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.16 PROJECT CONDITIONS A. Conditions of Use: 1. Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. DIVISION 01 – GENERAL REQUIREMENTS Section 01 50 00 – Temporary Facilities and Controls Contract No. CAG-22-014 01 50 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 2. Take necessary fire prevention measures. 3. Do not overload facilities or permit them to interfere with Owner's operations. 4. Do not allow hazardous, dangerous, or unsanitary conditions or public nuisances to develop or persist on the site. 1.17 SUBMITTALS A. Temporary Facilities Site Plan: Show temporary facilities, utility connections, staging areas and parking areas for construction personnel. B. Temporary Utilities: Prepare a schedule for Owner's approval indicating dates for implementation and termination of each temporary utility provision. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 57 00 – Environmental Controls Contract No. CAG-22-014 01 57 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.1 SECTION INCLUDES A. General Description of the Work: Maintain environmental controls by the Contractor until the acceptance of the Work. The work also includes compliance with all controls or ordinances with respect to site wastewater, dust, and traffic. 1.2 SITE MAINTENANCE A. Contractor shall maintain site in order that materials and debris does not enter into waterways. Maintain environmental controls in compliance with regulatory agency permits and approvals. B. The Contractor shall keep the work site and staging areas clean and free from rubbish and debris. Materials and equipment shall be removed from the site when they are no longer necessary. C. Upon completion of the work and before final acceptance, the work site shall be cleared of equipment, unused materials and rubbish to present a clean and neat appearance in conformance with the present condition of the site. D. Clean-up: Project Site, Parking lot and walkways shall be cleaned prior to Substantial Completion and Final Acceptance. Waste material of any kind shall not be permitted to remain on the site of the work, the staging area, the park, or adjacent roads. Immediately upon such materials becoming unfit for use in the work, they shall be collected, removed from the site, and recycled or disposed of by the Contractor. In the event that waste or recyclable material, refuse, debris, and/or rubbish are not removed from the work by the Contractor, the City reserves the right to have the waste, recyclable material, refuse, debris and/or rubbish removed. The expense of the removal and disposal will be charged to the Contractor. E. Environmental Contaminant Prevention: Construction materials shall be handled with care to prevent entry of contaminants into surface waters, groundwater, storm drains, air, or soils. The Contractor shall be responsible for all cleanup costs, fines and/or penalties incurred as a result of improper handling of materials used to perform the work. The Contractor shall be responsible for preventing dirt and dust from escaping from trucks and equipment entering or departing the project site by covering dusty loads, washing truck tires before leaving the site, and/or other reasonable methods. DIVISION 01 – GENERAL REQUIREMENTS Section 01 57 00 – Environmental Controls Contract No. CAG-22-014 01 57 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 When working dump trucks and/or other equipment are on paved streets and roadways, the Contractor will be required to clean said streets if required by the City at the conclusion of each day’s operations. In the event that the above requirements are violated and no action is taken by the Contractor after notification of infraction by the City, the City reserves the right to have the streets in question cleaned by others and the expense of the operation will be charged to the Contractor. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 58 00 – Temporary Project Signage Contract No. CAG-22-014 01 58 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Project identification sign. 1.02 QUALITY ASSURANCE A. Design sign and structure to withstand 50 miles/hr (80 km/hr) wind velocity. B. Sign Painter: Experienced as a professional sign painter for minimum three years. C. Finishes, Painting: Adequate to withstand weathering, fading, and chipping for duration of construction. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements for submittal procedures. PART 2 PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: New, wood, structurally adequate. B. Sign Surfaces: Exterior grade plywood with medium density overlay, minimum 3/4 inch (19 mm) thick, standard large size to minimize joints. C. Paint and Primers: Exterior quality, two coats; sign background of white color. D. Lettering: Exterior quality paint, contrasting colors. 2.02 PROJECT IDENTIFICATION SIGN A. (2) Two painted signs, 4’x8’, bottom 6 feet (2 m) above ground. Locations to be directed by Owner. B. Content: 1. Project title, logo and name of Owner as indicated on Contract Documents. 2. Name of Engineer. 3. Name of Prime Contractor. 4. Contract Value. 5. Project Schedule 6. Funding Sources. C. Graphic Design, Colors, Style of Lettering: See Appendix. PART 3 EXECUTION 3.01 INSTALLATION A. Receive approval from Owner of signage design prior to installation at site. DIVISION 01 – GENERAL REQUIREMENTS Section 01 58 00 – Temporary Project Signage Contract No. CAG-22-014 01 58 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 B. Install project identification sign within 30 days after date fixed by Notice to Proceed. C. Erect at designated locations, as directed by Owner. D. Install sign surface plumb and level, with butt joints. Anchor securely. 3.02 REMOVAL A. Remove signs, framing, supports, and foundations at completion of Project and restore the area. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition, except removal, disposal, and/or remediation of hazardous materials and toxic substances. C. Pre-installation meetings. D. Cutting and patching. E. Surveying for laying out the work. F. Cleaning and protection. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 50 00 - Temporary Facilities and Controls: Temporary exterior enclosures. C. Section 01 74 00 - Construction Waste Management and Disposal: Additional procedures for trash/waste removal, recycling, salvage, and reuse. D. Section 01 78 00 – Closeout Submittals: O & M, Record Drawings, and other documents due at completion. 1.03 REFERENCE STANDARDS A. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2009. 1.04 SUBMITTALS A. Qualification Data: For Land Surveyor (if used) B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. Submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit digital record survey for the project record in AutoCAD format. Note final location of building, site improvements, benchmarks, and utilities. C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 6. Include in request: a. Identification of Project. DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Effect on work of Owner or separate Contractor. f. Written permission of affected separate Contractor. g. Date and time work will be executed. D. Project Record Documents: Per Section 01 78 00 Closeout Submittals. 1.05 QUALIFICATIONS A. For survey work, employ a land surveyor registered in State of Washington and acceptable to Owner. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in Washington. 1.06 PROJECT CONDITIONS A. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. B. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. C. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 1.07 COORDINATION A. See Section 01 10 00 Summary of Work for occupancy-related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Coordinate completion and clean-up of work of separate sections. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substructure surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substructure is capable of structural support or attachment of the work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or mis-fabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Demolition: Examine existing conditions prior to commencing work, including elements subject to damage or movement during demolition. After uncovering existing work, assess conditions affecting performance of work. Beginning of demolition means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PRE-INSTALLATION MEETINGS A. When required in individual specification sections, convene a pre-installation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Owner four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation, and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Engineer, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Owner of any discrepancies discovered. C. Contractor shall locate and protect survey control and reference points. D. Control datum for survey is that indicated on Drawings. E. Promptly report to Owner the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. F. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Owner. G. Utilize recognized engineering survey practices. H. Establish a minimum of two permanent benchmarks on site, referenced to established control points. Record locations, with horizontal and vertical data, on project record documents. DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 I. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. J. Periodically verify layouts by same means. K. Maintain a complete and accurate log of control and survey work as it progresses. 3.05 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Saw cut existing work smooth to avoid damage to existing work to remain. 3. Fit products together to integrate with other work. 4. Provide openings for penetration of mechanical, electrical, and other services. 5. Match work that has been cut to adjacent work. 6. Repair areas adjacent to cuts to required condition. 7. Repair new work damaged by subsequent work. 8. Remove samples of installed work for testing when requested. 9. Remove and replace defective and non-conforming work. C. Execute cutting and patching including excavation and fill: 1. To complete the work. 2. To uncover work in order to install improperly sequenced work. 3. To remove and replace defective or non-conforming work. 4. To remove samples of installed work for testing when requested. 5. To provide openings in the work for penetration of mechanical and electrical, and other services. 6. To execute patching to complement adjacent work. 7. To fit materials and products to integrate with other work. D. Execute work by methods, saw cutting, that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 E. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Cutting: 1. Cut work by methods that will not damage work to be retained and work adjoining. Review proposed procedure(s) with original installer where possible and comply with its recommendations. 2. Where cutting is required, cut work with sawing, drilling, coring and grinding tools. Pneumatic hammering and chopping tools not allowed without prior approval. J. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. Patch with seams which are durable and invisible as possible. Comply with specified tolerances of the work. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Restore exposed finishes of patched areas and, where necessary, extend finish restoration onto retained work adjoining in a manner which will eliminate evidence of patching. 3. Where feasible, inspect and test patched areas to demonstrate integrity of work. 4. Match color, texture, and appearance. 5. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect cast concrete to remain exposed in the finished building, finished floors, stairs, roofing and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 6 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Prohibit traffic from landscaped areas. H. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 CLOSE-OUT COORDINATION A. See Section 01 10 00 for occupancy-related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. E. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow Coordination Drawings routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. F. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. G. Coordinate completion and clean-up of work of separate sections. 3.10 SUBSTANTIAL COMPLETION A. Substantial Completion is defined in the General Conditions B. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request, provide detailed work plan to complete each item and anticipated dates of completion. 1. Submit Contractor's Punch List. For each item, include the dollar value of Work remaining, and reasons why the Work is not complete. 2. Submit substantial completion checklist. 3. Advise Owner of pending insurance changeover requirements. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit initial Operation and Maintenance Manuals, damage or settlement surveys, property surveys, and similar final record information. DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 7 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 6. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 7. Participate in commissioning in accordance with individual specification section requirements. 8. Submit test/adjust/balance records. 9. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 10. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 11. Complete final cleaning requirements. 12. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. C. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Owner and Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. During inspection, Owner and Engineer will verify submitted Contractor's Punch List and will add or deduct items as necessary to form the Owner’s/Engineer's Substantial Completion Punch List. The Owner’s/Engineer’s Substantial Completion Punch List will subsequently be provided to the Contractor for resolution. Owner/Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on the Contractor's Punch List or the Owner’s/ Engineer's Substantial Completion Punch List that must be completed or corrected before certificate will be issued. 1. Re-inspection: If, following Owner’s/Engineer’s inspection, Certificate of Substantial Completion is not granted, request re-inspection when the Work identified as incomplete is completed or corrected. Unless waived by Owner, a deductive Change Order for A/E costs will be executed for all Substantial Completion re-inspections. 2. Results of completed inspection will form the basis of requirements for Final Completion. D. Checklist: In order to certify, Substantial Completion, all elements on the Substantial Completion Checklist (attached to this section) MUST be complete. 3.11 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 2. Submit copy of Engineer's Substantial Completion Punch List, with signed and dated certification by the QAM stating that every item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Prepare and submit Project Record Documents, final Operation and Maintenance Manuals, damage or settlement surveys, property surveys, and similar final record information. 5. Deliver tools, spare parts, extra materials, accessory keys, and similar items to location designated by Owner. Label with manufacturer's name and model number where DIVISION 01 – GENERAL REQUIREMENTS Section 01 70 00 – Execution and Closeout Requirements Contract No. CAG-22-012 01 70 00 - 8 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 applicable. Except where impractical, provide parts and materials in original unopened packaging. Permanently label all accessory keys. 6. Complete any deferred testing as defined in technical specifications. 7. Submit pest-control final inspection report and certification. 8. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. 9. Submit Application for Final Payment and required support documentation and certifications according to Division 1 Section "Payment Procedures." B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will certify Application for Final Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. Unless waived by Owner, a deductive Change Order for A/E costs will be executed for Final Completion re-inspections greater than one in number. C. Checklist: In order to certify, Final Completion, all elements on the Final Completion Checklist (attached to this section) MUST be complete. 3.12 LIST OF INCOMPLETE ITEMS (CONTRACTOR'S PUNCH LIST) A. General: The QAM shall prepare a single list of items to be completed and corrected. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use layout provided in electronic format by Engineer. Submit three copies of list. 3.13 FINAL CLEANING A. Execute final cleaning prior to Substantial Completion. B. Use cleaning materials that are nonhazardous. C. Clean surfaces exposed to view; remove temporary labels, stains and foreign substances. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean site: sweep paved areas, rake clean landscaped surfaces. F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-014 01 74 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 WASTE MANAGEMENT REQUIREMENTS A. Owner requires that this project generate the least amount of trash and waste possible. B. Employ processes that ensure the generation of as little waste as possible due to error, poor planning, breakage, mishandling, contamination, or other factors. C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as economically feasible. D. Required Recycling, Salvage, and Reuse: The following may not be disposed of in landfills or by incineration: 1. Aluminum and plastic beverage containers. 2. Corrugated cardboard. 3. Wood pallets. 4. Treated wood. 5. Metals, including packaging banding, metal studs, sheet metal, structural steel, piping, reinforcing bars, and other items made of steel, iron, galvanized steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. 6. Glass. 7. Plastic sheeting. E. Contractor shall develop and follow a Waste Management Plan designed to implement these requirements. F. Methods of trash/waste disposal that are not acceptable are: 1. Burning on the project site. 2. Burying on the project site. 3. Dumping or burying on other property, public or private. 4. Other illegal dumping or burying. G. Regulatory Requirements: Contractor is responsible for knowing and complying with regulatory requirements, including but not limited to Federal, State, and King County requirements, Ordinance 18166 codified in King County Code Chapter 10.30, Construction and Demolition Waste, and City of Renton requirements pertaining to legal disposal of all construction and demolition waste materials. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 30 00 - Administrative Requirements: Additional requirements for project meetings, reports, submittal procedures, and project documentation. C. Section 01 50 00 - Temporary Facilities and Controls: Additional requirements related to trash/waste collection and removal facilities and services. DIVISION 01 – GENERAL REQUIREMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-014 01 74 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 D. Section 01 70 00 - Execution and Closeout Requirements: Trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 1.03 DEFINITIONS A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, adhesives, glues, or the like. B. Construction and Demolition Waste: Solid wastes typically including building materials, packaging, trash, debris, and rubble resulting from construction, repair and demolition operations. C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitability, corrosively, toxicity or reactivity. D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitability, corrosively, toxicity, or reactivity. E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure. F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others. G. Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. I. Return: To give back reusable items or unused products to vendors for credit. J. Reuse: To reuse a construction waste material in some manner on the project site. K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others. L. Sediment: Soil and other debris that has been eroded and transported by storm or well production run-off water. M. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. N. Toxic: Poisonous to humans either immediately or after a long period of exposure. O. Trash: Any product or material unable to be reused, returned, recycled, or salvaged. P. Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Waste Management Plan: Include the following information: 1. Analysis of the trash and waste projected to be generated during the entire project construction cycle, including types and quantities. DIVISION 01 – GENERAL REQUIREMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-014 01 74 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 2. Landfill Options: The name, address, and telephone number of the landfill(s) where trash/waste will be disposed of, the applicable landfill tipping fee(s), and the projected cost of disposing of all project trash/waste in the landfill(s). 3. Landfill Alternatives: List all waste materials that will be diverted from landfills by reuse, salvage, or recycling. 4. Meetings: Describe regular meetings to be held to address waste prevention, reduction, recycling, salvage, reuse, and disposal. 5. Materials Handling Procedures: Describe the means by which materials to be diverted from landfills will be protected from contamination and prepared for acceptance by designated facilities; include separation procedures for recyclables, storage, and packaging. 6. Transportation: Identify the destination and means of transportation of materials to be recycled, i.e. whether materials will be site-separated and self-hauled to designated centers, or whether mixed materials will be collected by a waste hauler. C. Waste Disposal Reports: Submit at specified intervals, with details of quantities of trash and waste, means of disposal or reuse, and costs; show both totals to date and since last report. 1. Submit updated Report with each Application for Progress Payment; failure to submit Report will delay payment. 2. Submit Report on a form acceptable to Owner. 3. Landfill Disposal: Include the following information: a. Identification of material. b. Amount, in tons or cubic yards (cubic meters), of trash/waste material from the project disposed of in landfills. c. State the identity of landfills, total amount of tipping fees paid to landfill, and total disposal cost. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. 4. Recycled and Salvaged Materials: Include the following information for each: a. Identification of material, including those retrieved by installer for use on other projects. b. Amount, in tons or cubic yards (cubic meters), date removed from the project site, and receiving party. c. Transportation cost, amount paid or received for the material, and the net total cost or savings of salvage or recycling each material. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. e. Certification by receiving party that materials will not be disposed of in landfills or by incineration. 5. Material Reused on Project: Include the following information for each: a. Identification of material and how it was used in the project. b. Amount, in tons or cubic yards (cubic meters). c. Include weight tickets as evidence of quantity. 6. Other Disposal Methods: Include information similar to that described above, as appropriate to disposal method. DIVISION 01 – GENERAL REQUIREMENTS Section 01 74 00 – Construction Waste Management and Disposal Contract No. CAG-22-014 01 74 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 WASTE MANAGEMENT PROCEDURES A. See Section 01 30 00 for additional requirements for project meetings, reports, submittal procedures, and project documentation. B. See Section 01 50 00 for additional requirements related to trash/waste collection and removal facilities and services. C. See Section 01 70 00 for trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 3.02 WASTE MANAGEMENT PLAN IMPLEMENTATION A. Manager: Designate an on-site person or persons responsible for instructing workers and overseeing and documenting results of the Waste Management Plan. B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each subcontractor, Owner, and Engineer. C. Instruction: Provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project. D. Meetings: Discuss trash/waste management goals and issues at project meetings. 1. Pre-construction meeting. 2. Regular job-site meetings. E. Facilities: Provide specific facilities for separation and storage of materials for recycling, salvage, reuse, return, and trash disposal, for use by all contractors and installers. 1. Provide containers as required. 2. Provide adequate space for pick-up and delivery and convenience to subcontractors. 3. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to avoid contamination of materials. F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable regulations. G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. H. Reuse of Materials On-Site: Set aside, sort, and protect separated products in preparation for reuse. I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site. END OF SECTION DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 1 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and Division 1 specification sections, apply to this section. B. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 01 70 00 - Execution and Closeout Requirements: Contract closeout procedures. Substantial Completion and Final Completions Checklists. D. Individual Product Sections: Specific requirements for operation and maintenance data. E. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Owner with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit PDF preliminary draft or proposed formats and outlines of contents at least 10 days before requesting inspection for Substantial Completion. Owner/Engineer will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit completed documents 15 days prior to final inspection. This will be reviewed and returned after final inspection, with Owner/Engineer comments. Revise content of all document sets as required prior to final submission. 4. Submit revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. Provide original hardcopy in binder and digital copy as PDF, provide tabs for all future items. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 2 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 RECORD DRAWINGS A. Record Prints: Maintain one full-size set of full-size hard copy black and white prints of the Contract Drawings and Shop Drawings. 1. Identification: In red ink and block letters, label each Record Drawing, including cover sheets, "PROJECT RECORD DRAWING" in a prominent location on title block. Show all addenda changes on the applicable drawing sheet or specification section. 2. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 3. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Changes made by Change Order. d. Changes made by Supplemental Instruction. e. Details not on the original Contract Drawings. f. Field records for variable and concealed conditions. g. Record information on the Work that is shown only schematically. 4. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 5. Mark record sets with erasable, red-colored pencil. Use other reproducible colors to distinguish between changes for different categories of the Work at same location. 6. Mark important additional information that was either shown schematically or omitted from original Drawings. 7. Note alternate numbers, Change Order numbers, Supplemental Instruction numbers, and similar identification, where applicable. B. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Engineer determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 3 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 2. Consult Owner for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. Include title blocks matching original drawings and assign appropriate sheet numbers. C. Binding: Organize Record Prints and newly prepared Record Drawings into manageable sets and create organized, tabbed PDFs at full scale. Include identification on cover sheets and tabs. 3.02 RECORD SPECIFICATIONS A. General: Annotate by striking out products/manufacturers not included in the work to provide a record of selections made. 1. Note related Change Orders, Record Product Data, and Record Drawings where applicable. B. Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications. Include addenda and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Create a PDF copy with each section tabbed. 3.03 RECORD PRODUCT DATA A. Where the actual product or installation varies substantially from that indicated in previously submitted and approved Product Data, submit Record Product Data marked to indicate actual condition. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 4. Where Record Product Data is required as part of Operation and Maintenance Manuals, submit marked-up Product Data as an insert in manual instead of submittal as Record Product Data. 3.04 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Provide full size PDFs in an organized and tabbed file for miscellaneous records and identify each. 3.05 O&M MANUALS, GENERAL A. Provide PDF files that are organized by section and file and fully tabbed and labeled. Provide files in original size, oriented and rotated in the document to read from top to bottom or screen. DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 4 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 Scan or save files at a resolution suitable to clearly read all information at original size. Do not use overly large file sizes. Where operation and maintenance documentation includes information furnished by multiple sources, assemble and coordinate information into a comprehensive whole. Eliminate all redundant, inapplicable, or unnecessary information so that submitted documentation reflects only actual installation. The QAM is responsible for final assembly of manuals. B. Identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." C. Directory: Provide a separate directory PDF file summarizing the contents of all O&M Manuals. Include a section in the directory for each of the following: 1. Tables of Contents: Include a table of contents for each O&M Manual. 2. List of Systems and Subsystems: List systems alphabetically. Include references to O&M Manuals that contain information about each system, and separate references to Specification Sections in which each system or subsystem is addressed. 3. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. E. Title Page: Tab and label the title page. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address of Engineer. 7. Cross-reference to related systems in other O&M Manuals. F. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 5 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 G. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Files: File type and format as approved by Owner. Documents shall be PDFs in 8-1/2-by- 11-inch format. a. If two or more files are necessary to accommodate data of a system, organize data in each into groupings by subsystem and related components. Cross-reference other files if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each file," Project title or name, and subject matter of contents. Indicate volume number for multiple-volume sets. Use layout supplied by Owner in electronic format approved by Owner. 2. Dividers: Reinforced heavy-paper dividers with plastic-covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software media for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-11-inch white bond paper. 5. Drawings: Scan at original size at resolution suitable to read all documentation on the drawing sheet. Do not use higher than necessary resolution resulting in overly large files. 3.06 PRODUCT MAINTENANCE COMPONENT OF O&M MANUALS A. Content: Organize digital PDF manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 6 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 3.07 SYSTEMS AND EQUIPMENT MAINTENANCE COMPONENT OF O&M MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 3.08 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders with durable plastic no-print-transfer-type covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, DIVISION 01 – GENERAL REQUIREMENTS Section 01 78 00 – Closeout Submittals Contract No. CAG-22-014 01 78 00 - 7 Gene Coulon Memorial Park North Water Walk Improvements 18 July 2022 and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements Technical Specifications City of Renton Project No. CAG-22-014 July 18, 2021 Technical Specifications: PND Engineers, Inc. DIVISION 02 – Site Construction 02 41 19 – Selective Demolition DIVISION 03 – Concrete 03 29 50 – Concrete Repair Mortar 03 41 00 – Precast Concrete Panels DIVISION 05 – Metals 05 09 10 – Welding 05 12 00 – Structural Steel Framing 05 50 00 – Metal Fabrications 05 70 00 – Aluminum Float System DIVISION 06 – Wood, Plastics, and Composites 06 60 00 – Plastic Fabrications 06 60 01 – Protective Pile Sleeves 06 61 00 – FRP Grating DIVISION 09 – Coatings 09 96 26 – Coatings DIVISION 12 – Furnishings 12 36 21 – Paper Composite DIVISION 21 – Fire Suppression 21 13 00 – Fire Suppression Systems Technical Specifications: Harbor Power, Inc. DIVISION 26 – Electrical 26 00 00 – General Electrical Requirements 26 05 19 – Conductors and Cables 26 05 26 – Grounding and Bonding 26 05 33 – Raceways and Boxes Technical Specifications: HBB Landscape Architecture DIVISION 32 – Exterior Improvements 32 84 00 – Irrigation 32 90 00 – Planting Gene Coulon Memorial Beach Park – North Water Walk Improvements 02 41 19 City of Renton SELECTIVE DEMOLITION Project No. CAG-22-014 Page 1 of 4 July 18, 2022 02 41 19 - 1 SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 GENERAL 1.01 SUMMARY A.Section Includes: 1.Demolition and removal of selected portions of the structure. 2.Demolition and removal of selected site elements. 3.Salvage of existing items to be reused or recycled. B.Related Requirements: 1.Division 01 1.02 RELATED DOCUMENTS A.Drawings and general provisions of the Contract apply to this Section. 1.30 DEFINITIONS A.Remove: Detach items from existing construction and dispose of them off-site in a legal manner unless indicated to be salvaged or reinstalled. B.Remove and Reinstall: Detach items from existing construction, in a manner to prevent damage, prepare for reuse, and reinstall where indicated. C.Existing to Remain: Leave existing items that are not to be removed and that are not otherwise indicated to be salvaged or reinstalled. Protect from damage during construction. D.Refurbish: Prepare surface to bare metal condition and recoat as noted on the drawings and in Specification 09 96 26. 1.04 MATERIALS OWNERSHIP A.Unless otherwise indicated, demolition waste becomes property of the Contractor. 1.05 PREDEMOLITION MEETINGS A.Predemolition Conference: Conduct conference at Gene Coulon Memorial Park. 1.Inspect and discuss condition of construction to be selectively demolished. 2.Review structural load limitations of existing structure. Load limitations are the responsibility of the Contractor, see Demolition Drawings. 3.Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. 4.Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 5.Review areas where existing construction is to remain and requires protection. 6.Review condition of items to be salvaged. 1.06 INFORMATIONAL SUBMITTALS A.Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property. Indicate proposed locations and construction of barriers. Indicate methods for ensuring that no material or debris enters the lake. B.Schedule of Selective Demolition Activities: Indicate the following: 1.Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's and other tenants' on-site operations are uninterrupted. 2.Interruption of utility services. Indicate how long utility services will be interrupted. Navigation lights on water walk shall be operational at all times. New permanent solar-powered lights may be secured temporarily during construction. 3.Coordination for shutoff, capping, and continuation of utility services. 4. Coordination of Owner's continuing occupancy of portions of existing structures and of Owner's partial occupancy of completed Work. Gene Coulon Memorial Beach Park – North Water Walk Improvements 02 41 19 City of Renton SELECTIVE DEMOLITION Project No. CAG-22-014 Page 2 of 4 July 18, 2022 02 41 19 - 2 C.Predemolition Photographs or Video: Show existing conditions of adjoining construction, including finish surfaces, which might be misconstrued as damage caused by demolition operations. Submit before Work begins. 1.07 CLOSEOUT SUBMITTALS A.Inventory: Submit a list of items that have been removed and salvaged, to include but not limited to: A.Garbage receptacles B.Bega deck lights C.Light posts D.Picnic float gangways E.Handrails and bollards F.Fire hose and extinguisher boxes G.Life ring cabinets with life rings H.Christmas light attachments and fixtures I.Fishing line receptacles J.Signs 1.08 FIELD CONDITIONS A.Owner will occupy portions of structures immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B.Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Engineer of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D.Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1.If suspected hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Removal may be added to the Work by change order. E.Storage or sale of removed items or materials on-site is not permitted. F.Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.Maintain fire-protection facilities in service during selective demolition operations. 1.09 COORDINATION A.Arrange selective demolition schedule so as not to interfere with Owner's operations. B.Due to proximity to Renton Municipal Airport, Contractor is required to file with FAA at least 45 days prior to beginning demolition or construction activities. See link below for notification criteria. 1.https://oeaaa.faa.gov/oeaa/external/gisTools/gisAction.jsp?action=showNoNoticeRequiredToolForm PART 2 – PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A.Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B.Standards: Comply with ASSE A10.6, NFPA 241 and all applicable OSHA requirements. B.Selective Demolition shall comply with environmental and regulatory requirements per section 01 57 00 and Appendix A of these specifications. PART 3 – EXECUTION 3.01 EXAMINATION A.Verify that utilities have been disconnected and capped before starting selective demolition operations. B.Perform an engineering survey of condition of structures to determine whether removing any element might result in structural Gene Coulon Memorial Beach Park – North Water Walk Improvements 02 41 19 City of Renton SELECTIVE DEMOLITION Project No. CAG-22-014 Page 3 of 4 July 18, 2022 02 41 19 - 3 deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. 1.Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 2.In lieu of an engineering survey, Contractor responsible for all shoring and temporary support to protect structures from movement or other damage. C.Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs or video. 1.Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of existing conditions that might be misconstrued as damage caused by salvage operations. 2.Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 3.02 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A.Existing Services/Systems to Remain: Maintain services/systems indicated to remain on the drawings and protect them against damage. 3.03 PROTECTION A.Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. Damage due to inadequate protection shall be repaired, or damaged item replaced, by the Contractor at Contractor expense. 1.Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of the Site. 2.Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 3.Cover and protect furniture, furnishings, and equipment that have not been removed. B.Temporary Shoring: Design, provide, and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1.Strengthen or add new supports when required during progress of selective demolition. C.Remove temporary barricades and protections where hazards no longer exist. D.Environmental Protection: The conditions of all environmental permits shall be followed throughout demolition and construction. No debris, spills, or other foreign matter shall enter the water. Catchments or other measures may be required at Contractor expense to ensure that terms of the permits and project environmental controls are followed. 3.04 SELECTIVE DEMOLITION, GENERAL A.General: Demolish and remove existing construction only to the extent required by new construction and as indicated on the drawings. Use methods required to complete the Work within limitations of governing regulations and as follows: 1.Proceed with selective demolition systematically, from higher to lower level. 2.Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3.Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4.Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire- suppression devices during flame-cutting operations. 5.Maintain adequate ventilation when using cutting torches. 6.Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 7.Remove structural framing members and lower to ground or other staging by method suitable to avoid free fall and to prevent impact or dust generation. 8.Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9.Dispose of demolished items and materials promptly in a legal approved manner. B.Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Gene Coulon Memorial Beach Park – North Water Walk Improvements 02 41 19 City of Renton SELECTIVE DEMOLITION Project No. CAG-22-014 Page 4 of 4 July 18, 2022 02 41 19 - 4 C.Removed and Reinstalled Items: 1.Clean and repair items to functional condition adequate for intended reuse. 2.Pack or crate items after cleaning and repairing. Identify contents of containers. 3.Protect items from damage during transport and storage. 4.Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D.Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and reinstalled in their original locations after selective demolition operations are complete. E.Remove demolition waste materials from Project site and dispose of them in an EPA-approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1.Do not allow demolished materials to accumulate on-site. 2.Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. F.Burning: Do not burn demolished materials. 3.05 CLEANING A.Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 03 29 50 City of Renton CONCRETE REPAIR MORTAR Project No. CAG-22-014 Page 1 of 2 July 18, 2022 03 29 50 - 1 SECTION 03 29 50 – CONCRETE REPAIR MORTAR PART 1 - GENERAL 1.01 SUMMARY A.The Work in this section shall include all labor, materials, tools and equipment necessary handling, surface preparation, and application of overhead concrete repairs, in accordance with the requirements of the Contract Documents and as shown on the Plans. 1.02 REFERENCES A.ASTM International (ASTM) 1.ASTM C109 Compressive Strength 2.ASTM C157 Volume Change 3.ASTM C293 Flexural Strength B.International Concrete Repair Institute (ICRI) 1.ICRI No. 210.3 Guideline for Using In-Situ Tensile Pull-Off Tests to Evaluate Bond of Concrete Surface Materials 2.ICRI No. 310.1 Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion 3.ICRI No 310.2 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays, and Concrete Repair C.American Concrete Institute (ACI) ACI 308 Recommended Practice for Curing Concrete 1.03 SUBMITTALS A.Product Data 1.Provide product data and/or technical specifications including manufacturer’s instructions for surface preparation, required environmental conditions, mixing, curing requirements, etc. for all mortar products. 2. Provide Material Safety Data Sheets. B.Quality Plan 1.Contractor shall submit a Quality Plan for preparation and application of concrete repair mortars. Quality Plan shall address substrate preparation, mortar mixing, handling, application, curing, and independent inspection and documentation. 2.Quality Plan shall include qualifications to perform the work. Provide three (3) examples of previous project examples of concrete repair; at least one (1) example shall include overhead repairs. 1.04 QUALIFICATIONS A.Contractor Qualifications: Contractor shall be qualified in the field of concrete repair and protection with a successful track record of 5 years or more. 1.05 DELIVERY, STORAGE, AND HANDLING A.All materials must be delivered in original, unopened containers with the manufacturer’s name, labels, product identification, and batch numbers. Damaged material or unsealed product must be removed from the site immediately. B.Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. C.Store and handle the specified product as recommended by the manufacturer. 1.06 FIELD CONDITIONS A.Refer to manufacturer’s recommendations for ambient and surface temperature ranges for concrete repair applications. Gene Coulon Memorial Beach Park – North Water Walk Improvements 03 29 50 City of Renton CONCRETE REPAIR MORTAR Project No. CAG-22-014 Page 2 of 2 July 18, 2022 03 29 50 - 2 PART 2 - PRODUCTS 2.01 OVERHEAD REPAIR MORTAR A.Products shall be MasterEmaco N 1500HCR two component vertical-overhead repair mortar or Engineer approved equivalent. B.The material shall be a shrinkage compensated cementitious mortar suitable for use in marine environments. 2.02 PERFORMANCE CRITERIA A.Product shall comply with the following test methods: 1.Compressive Strength:>1000psi (3 hour) >5000psi (28 day) 2.Flexural Strength:>400psi (1day) 3.Direct Tensile Bond Strength:substrate failure 4.Expansion and Shrinkage:<0.05% PART 3 - EXECUTION 3.01 SURFACE PREPARATION A.Areas to be repaired must be clean, sound, and free of contaminants. All loose deteriorated concrete shall be removed by mechanical means. Prepare concrete substrate to a surface profile per Manufacturer’s recommendations and ICRI Guidelines. B.Where reinforcing steel is encountered, remove all oxidation and scale from the reinforcing steel in accordance with ICRI Guidelines. Prime reinforcing steel per Manufacturer’s recommendations. 3.02 MIXING A.Precondition materials per Manufacturer’s recommendations. B.Mechanically mix mortar per Manufacturer’s recommendations. Mix only full units, never mix partial units. 3.03 APPLICATION A.Apply mortar per Manufacturer’s recommendations. B.Concrete substrate to be saturated surface dry (SSD) at time of application. There shall be no standing water present. C.Apply mortar in 1/8” to 2” thick lifts. If area to be repaired is in excess of 2”, thoroughly score each lift and allow to reach initial set prior to applying next lift. 3.04 CLEANING A.The uncured material can be cleaned from tool with clean water. The cured mortar can only be removed mechanically. B.Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. 3.05 CURING A.Cure mortar in accordance with ACI 308 recommendations. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 03 41 00 City of Renton PRECAST CONCRETE PANELS Project No. CAG-22-014 Page 1 of 3 July 18, 2022 03 41 00 - 1 SECTION 03 41 00 – PRECAST CONCRETE PANELS PART 1 - GENERAL 1.01 SUMMARY A.The Work in this section shall include all labor, materials, tools and equipment necessary handling, surface preparation, and application of overhead concrete repairs, in accordance with the requirements of the Contract Documents and as shown on the Plans. 1.02 REFERENCES A.ASTM International (ASTM) 1.ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement 2.ASTM A706 Low Alloy Steel Deformed Bars for Concrete Reinforcement 3.ASTM A767 Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement 4.ASTM C109 Compressive Strength C.American Concrete Institute (ACI) 1.ACI 301 – Structural Concrete for Buildings 2.ACI 302 – Guide for Concrete Floor and Slab Construction 3.ACI 304 – Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete 4.ACI 308 Recommended Practice for Curing Concrete 5.ACI 318 Building Code Requirements for Structural Concrete 6.ACI 347 – Recommended Practice for Concrete Formwork 1.03 SUBMITTALS A.Product Data 1.Provide product data and/or technical specifications for all materials incorporated into the project, including aggregate, cement, admixtures, reinforcement. 2. Provide Material Safety Data Sheets. 3.Concrete mix design with history of minimum 5 strength tests over a period of minimum 1 year 4.Certification for galvanized reinforcement 5.Quality control reports 6.Sample of proposed finished texturing B.Quality Plan 1.Contractor shall submit a Quality Plan. Quality Plan shall address mixing, handling, placement, curing, quality control and documentation. 2.Quality Plan shall include Contractor Qualifications. 1.04 QUALIFICATIONS A.Contractor Qualifications: Contractor shall be qualified in the field of precast concrete casting and production with a successful track record of 5 years or more. 1.05 DELIVERY, STORAGE, AND HANDLING A.All materials must be delivered in original, unopened containers with the manufacturer’s name, labels, product identification, and batch numbers. Damaged material or unsealed product must be removed from the site immediately. B.Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. Gene Coulon Memorial Beach Park – North Water Walk Improvements 03 41 00 City of Renton PRECAST CONCRETE PANELS Project No. CAG-22-014 Page 2 of 3 July 18, 2022 03 41 00 - 2 C.Store and handle the specified product as recommended by the manufacturer. 1.06 FIELD CONDITIONS A.All concrete shall be cast indoors or under cover in an ambient air temperature of 50 degrees Fahrenheit minimum. PART 2 - PRODUCTS 2.01 PERFORMANCE CRITERIA A.Panels shall be fabricated to the dimensions specified on the drawings. Contractor shall account for concrete shrinkage so that final installed panels are snug tight. B.Panels shall be fabricated to resist a live load of 100 psf, with maximum deflection between supports under live load of L/240. 2.02 MATERIALS A.Concrete mix for the pre-cast planks shall conform to the following: Minimum Cement Content (94 lb.sacks/cy) 7.0 Maximum Water Content Ratio in Gal./Sack cement 5.0 Slump Range in Inches (before plasticizer) 4” max. Entrained Air Range in Percentage 5-8 % Coarse Aggregate 3/8” max. Fine Aggregate (AASHTO Gradation) M-6 Minimum Design Strength, psi (f’c) 6,000 B.All reinforcing steel, including welded wire fabric, shall be galvanized. Galvanized reinforcing steel shall conform to ASTM A767, Class I, with steel conforming to: ASTM A706 Grade 60 for bent or welded bars; and ASTM A615 Grade 60 for straight bars. Galvanizing shall be performed after fabrication and welding to the greatest extent possible. PART 3 - EXECUTION 3.01 FABRICATION A.Precast concrete ramp planks shall be manufactured within the following tolerances: Depth: ± 1/16 inch Width: ± 1/8 inch Length: ± 1/16 inch Sweep: ± 1/8 inch per 10 feet B.Concrete surface texturing for the panels shall be constructed to match the concrete deck panels at Ivar’s Deck Area. Prepare mock- up of surface texture and submit for Owner’s approval prior to panel fabrication. C.Cure concrete in accordance with ACI 308 recommendations. D.Replace all defective concrete at no additional cost to Owner. 3.02 TESTING A.The Contractor shall provide quality control materials testing for the concrete pre-cast planks at the point of fabrication. B.Air content, slump, unit weight and compressive strength specimens shall be sampled and tested in accordance with applicable ASTM Standards for each half-day of concrete pouring or for each 10 panels, whichever is greater. Submit results to Owner/Engineer within 24 hours of testing. C.Grade mark each panel and correlate the grade marks to the independent materials testing. Grade marks shall be located at the ends of panels so they are not visible on the surface. D.Contractor shall coordinate fabrication schedule with the Owner for purposes of scheduling special inspections in accordance with the project plans. Gene Coulon Memorial Beach Park – North Water Walk Improvements 03 41 00 City of Renton PRECAST CONCRETE PANELS Project No. CAG-22-014 Page 3 of 3 July 18, 2022 03 41 00 - 3 END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 09 10 City of Renton WELDING Project No. CAG-22-014 Page 1 of 3 July 18, 2022 05 09 10 - 1 SECTION 05 09 10 – WELDING PART 1 GENERAL 1.01 SUMMARY A.Section Includes: 1.Providing the welding materials and methods for shop and field welding. 2.Providing Qualification testing of personnel and procedures. 3. Providing welding inspection and NDT. 4.Providing coordination, access, and material handling for the welding inspector. B.Related Requirements 1.Section 05 09 10 – Welding 2.Section 05 12 00 – Structural Steel Framing 3.Section 09 96 26 – Coatings 1.02 REFERENCES A.American National Standards Institute (ANSI) ANSI/AWS Z49.1 (2012) Safety in Electric and Gas Welding, and Cutting Operations B.American Welding Society (AWS) AWS A5.1 (2013) Procurement Guidelines for Consumables— Welding and Allied Processes—Flux and Gas Shielded Electrical Welding Processes AWS D1.1 (2015) Structural Welding Code AWS D19.0 (1972) Welding Zinc-Coated Steel C.ASTM INTERNATIONAL (ASTM) ASTM A53 (2012) Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless D.US Army Corps of Engineers 404 Permit 1.03 SUBMITTALS A.Submittals 1.The following shall be submitted: 2.Welder qualifications/certifications. 3.Welding Procedure Specifications (WPSs) and Procedure. 4.Electrode manufacturer's certifications and data sheets. 5.Certificate of Compliance. 6.Welding inspection and test reports. 7.Prequalified welds. 8.Test reports for shop and field welded connections. 1.04 PRODUCT HANDLING A.Welding electrodes shall be packaged, stored, and used in a manner consistent with AWS D1.1 and the electrode manufacturer's specifications. PART 2 PRODUCTS 2.01 GENERAL A.Welding procedures, electrodes and welder qualifications shall conform to the “Code for Welding in Building Construction”, American Welding Society (AWS), D1.1 and the AISC “specifications for the design, fabrication and erection of structural steel for buildings”. 2.02 MATERIALS Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 09 10 City of Renton WELDING Project No. CAG-22-014 Page 2 of 3 July 18, 2022 05 09 10 - 2 A.Electrodes 1.Welding of structural steel shall be performed per AWS D1.1 using E70XX electrodes unless otherwise noted. 2.Welding of aluminum shall be performed per AWS D1.2 using electrodes meeting or exceeding the design strength of the members being connected. 3.Welding of reinforcing bars shall be performed per AWS D1.4 using E90XX electrodes. 4.All electrodes, fluxes, and shielding gases shall meet the requirements of the applicable sections of ANSI/AWS A5. Only low hydrogen electrodes shall be used. Low hydrogen electrodes shall be defined as giving a diffusible hydrogen content of less than 10 ml/100g of deposited weld metal when measured in accordance with ISO 3690-1976, or a moisture content of electrode covering of 0.4% maximum in accordance with AWS A5.1. 5.Toughness, Strength, and Elongation: Weld filler metal shall meet the following minimum mechanical property requirements: a.Charpy V-Notch (CVN) toughness of 20 feet-pounds at 0 degrees Fahrenheit or below using AWS A5 Classification test methods. b.Yield Strength: 58 ksi minimum. c.Tensile Strength: 70 ksi minimum. d. Elongation: 22 percent minimum. PART 3 EXECUTION 3.01 PREPARATION A.Fabrication and joint preparation shall be in accordance with AWS D1.1. B.Hold back or remove all galvanizing a sufficient distance from the joint to prevent inclusion of the material into the weld. Galvanizing shall be removed from the joint in accordance with AWS D19.0. C.Protection 1.Work shall comply with all municipal, state, and federal regulations regarding safety, including all applicable portions of OSHA and State safety standards for construction work. 2.Conform to ANSI Z49.1, "Safety in Welding, Cutting, and Allied Processes," published by the American Welding Society. 3.Follow "Safe Practices" recommended in Annex J of AWS D1.1. 3.02 WELDING PROCEDURES A.Project welding shall be performed only in accordance with the Welding Procedure Specifications (WPS) submitted by the contractor and reviewed by the Engineer. The WPS shall be in accordance with AWS D1.1-D1.4 current edition. B.Where welds are designated as demand critical, deposited filler metal shall meet Charpy requirements of 20 ft-lbs. at -20 degrees Fahrenheit and 40 ft-lbs. at 70 degrees Fahrenheit. Filler metal shall have a chemistry similar to the base metal as approved by the Engineer. Filler metals shall only be used in welding positions recommended by the manufacturer. Welding consumables shall be stored and the condition shall be maintained per AWS. See AISC 341-05 Section 7.3b for additional requirements. C.Pre-heat shall be based on material grade and thickness shown in the contract drawings, per AWS tables. Uniformity of pre-heat shall conform to AWS stipulations. D.Welding personnel shall be qualified per AWS to weld procedures and weld positions necessary for the joint details specified in the contract drawings. All steel fabrication shop drawings shall reference the weld procedure specification for each weld detailed. Weld procedure specifications shall be submitted with the shop drawings. Submittals verifying welder qualifications must be transmitted to the Engineer for approval prior to any welding. E.Welding through coating shall not be performed. Coating within two inches of the weld shall be removed prior to welding and repaired as discussed in Article 3.06 of this specification. F.All welds shall be visually inspected by an AWS CWI provided by the Contractor to comply with the visual inspection criteria, for statically loaded non-tubular and tubular connections, per AWS. Inspection reports shall be provided to the Owner and Engineer. The Owner will also provide special inspectors as required. G.All full penetration welds shall be UT tested per AWS D1.1. H.All groove or butt welds shall be complete penetration welds. All exposed butt welds shall be ground smooth. I.All exposed welds on Architecturally Exposed Structural Steel (AESS) shall comply with AISC code of standard practice, section 10. Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 09 10 City of Renton WELDING Project No. CAG-22-014 Page 3 of 3 July 18, 2022 05 09 10 - 3 J.Field welds have been indicated where they are expected to occur. The contractor shall determine the actual field welding necessary to complete the project and include all associated costs within the base bid. K.Non-Destructively test welds using UT, RT, MT methods, per AWS may be performed. Acceptance criteria shall be for cyclic loading. L.Welding personnel shall meet AWS continuity requirements. 3.03 QUALITY CONTROL A.Field and shop welding shall meet the requirements of AWS D1.1. B.In general, field quality control inspections should occur at the following times: 1.After fit-up but before production welding. 2.After production welding but before metal coating repair. C.Welds will be spot tested by the Engineer by VT, MT, or UT and any welds which fail shall be repaired at the Contractor’s expense, which will also include all costs for retesting. 3.04 SCHEDULING A.The Contractor shall coordinate the work with the Owner to allow for scheduling of special inspections required in accordance with the project drawings. The Contractor shall provide the Owner with a proposed work schedule and shall coordinate the work to meet the contract delivery schedule. The Contractor shall provide the Owner with at least 48 hours notice before all inspection milestones to provide for Owner’s special inspectors and building inspectors to coordinate. Contractor shall schedule all testing and inspections with Owner’s special inspection and material testing firm. 3.05 CLEANING A.Clean in accordance with AWS D1.1 requirements. 3.06 REPAIR A.Making weld repairs or replacements shall be the responsibility of the Contractor, and shall be at no additional cost to the Owner. B.Weld repairs or replacements on butt splice welds shall be performed in accordance with AWS D1.1 requirements for cyclically-loaded tubular connections in tension. 1.Repair all galvanizing removed or damaged during welding in accordance with Section 05 50 00 – Metal Fabrication and Erection, of these specifications and as directed by the Owner, or replace damaged items at no additional cost to Owner. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 12 00 City of Renton STRUCTURAL STEEL FRAMING Project No. CAG-22-014 Page 1 of 5 July 18, 2022 05 12 00 - 1 SECTION 05 12 00 – STRUCTURAL STEEL FRAMING PART 1 - GENERAL 1.01 SUMMARY A.Section Includes: 1.Structural steel. 2.Field-installed shear connectors. B.Related Requirements: 1.Section 05 09 10 – Welding 2.Section 05 50 00 – Metal Fabrications 3.Section 09 96 26 – Coatings 1.02 DEFINITIONS A.Structural Steel: Elements of the structural frame indicated on Drawings and as described in AISC 303, "Code of Standard Practice for Steel Buildings and Bridges." 1.03 COORDINATION A.Coordinate installation of anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, sheet metal templates, instructions, and directions for installation. 1.04 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Gene Coulon Memorial Park. 1.05 ACTION SUBMITTALS A.Product Data: For each type of product. B.Shop Drawings: Show fabrication of structural-steel components. 1.Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2.Include embedment Drawings. 3.Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. 4.Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip-critical, high- strength bolted connections. C.Welding Procedure Specifications (WPSs) and Procedure Qualification Records (PQRs): Provide according to AWS D1.1, "Structural Welding Code - Steel," for each welded joint whether prequalified or qualified by testing, including the following: 1.Power source (constant current or constant voltage). 2.Electrode manufacturer and trade name. 1.06 INFORMATIONAL SUBMITTALS A.Qualification Data: For Installer, fabricator and quality control personnel. B.Welding certificates. C.Mill test reports for structural steel, including chemical and physical properties. D.Product Test Reports: For the following: 1.Bolts, nuts, and washers including mechanical properties and chemical analysis. 2.Direct-tension indicators. 3. Tension-control, high-strength, bolt-nut-washer assemblies. 4.Shear stud connectors. E.Survey of existing conditions. F.Work Plan shall be a written description how the installation and fabrication of the water walk steel superstructure will be completed. The Work Plan shall include at a minimum: Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 12 00 City of Renton STRUCTURAL STEEL FRAMING Project No. CAG-22-014 Page 2 of 5 05 12 00 - 2 1.Existing Condition Survey 2.Contractor’s plan to deal with potential movement of existing pile caps once the existing concrete deck has been demolished. Specifically, how the Contractor plans to coordinate existing condition survey and steel superstructure fabrication with this potential of existing pile cap movement. 3.Material delivery and staging. G.Source quality-control reports. H.Field quality-control reports. 1.07 QUALITY ASSURANCE A.Fabricator Qualifications: A qualified fabricator that participates in the AISC Quality Certification Program and is designated an AISC- Certified Plant, Category STD. B.Installer Qualifications: A qualified installer who participates in the AISC Quality Certification Program and is designated an AISC- Certified Erector. C.Welding Qualifications: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code - Steel." D.Comply with applicable provisions of the following specifications and documents: 1.AISC 303. 2.AISC 341 and AISC 341s1. 3.AISC 360. 4.RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts." 1.08 DELIVERY, STORAGE, AND HANDLING A.Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from corrosion and deterioration. 1.Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed. B.Store fasteners in a protected place in sealed containers with manufacturer's labels intact. 1.Fasteners may be repackaged provided Owner's testing and inspecting agency observes repackaging and seals containers. 2.Clean and re-lubricate bolts and nuts that become dry before use. 3.Comply with manufacturers' written recommendations for cleaning and lubricating ASTM F 1852 fasteners and for retesting fasteners after lubrication. PART 2 - PRODUCTS 2.01 STRUCTURAL STEEL MATERIALS A.All shapes to be hot-dip zinc galvanized 1.W-Shapes: ASTM A992 2. Channels, Plate: ASTM A572 Grade 50 3. Angles and Bar: ASTM A36 4.Cold-Formed Hollow Structural Sections: ASTM A500 Grade B rectangular structural tubing. 5.Steel Pipe: ASTM A53, Type E or Type S, Grade B. 6.Welding Electrodes: Comply with AWS requirements. 2.02 BOLTS, CONNECTORS, AND ANCHORS A.Zinc-Coated High-Strength Bolts, Nuts, and Washers: ASTM A325, Type 1, heavy-hex steel structural bolts; ASTM A563, Grade DH heavy-hex carbon-steel nuts; and ASTM F436, Type 1, hardened carbon-steel washers. 1.Finish: Hot-dip zinc coating B.Shear Connectors: ASTM A108, Grades 1015 through 1020, headed-stud type, cold-finished carbon steel; AWS D1.1, Type B. 1.Finish: Hot-dip zinc coating 2.03 FABRICATION July 18, 2022 Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 12 00 City of Renton STRUCTURAL STEEL FRAMING Project No. CAG-22-014 Page 3 of 5 July 18, 2022 05 12 00 - 3 A.Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC 303, "Code of Standard Practice for Steel Buildings and Bridges," and to AISC 360. 1.Fabricate beams with rolling camber up. 2.Identify high-strength structural steel according to ASTM A6/A6M and maintain markings until structural steel has been erected. 3.Mark and match-mark materials for field assembly. 4.Complete structural-steel assemblies, including welding of units, before starting shop-priming operations. B.Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. 1.Plane thermally cut edges to be welded to comply with requirements in AWS D1.1. C.Bolt Holes: Cut, drill, or punch standard bolt holes perpendicular to metal surfaces. D.Finishing: Accurately finish ends of members transmitting bearing loads. E.Cleaning: Clean and prepare steel surfaces that are to remain unpainted according to SSPC-SP 3, "Power Tool Cleaning." F.Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Use automatic end welding of headed-stud shear connectors according to AWS D1.1 and manufacturer's written instructions. G.Holes: Provide holes required for securing other work to structural steel and for other work to pass through steel members. 1.Cut, drill, or punch holes perpendicular to steel surfaces. Do not thermally cut bolt holes or enlarge holes by burning. 2.Weld threaded nuts to framing and other specialty items indicated to receive other work. H.Coatings: Steel members to be coated as indicated on Plans and in Section 09 96 26 – Coatings of the Specifications. 2.04 SHOP CONNECTIONS A.High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts" for type of bolt and type of joint specified. 1.Joint Type: Snug tightened B.Weld Connections: Comply with AWS D1.1 for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work. 1.Assemble and weld built-up sections by methods that maintain true alignment of axes without exceeding tolerances in AISC 303 for mill material. 2.05 GALVANIZING A.Hot-Dip Galvanized Finish: Apply per Section 09 96 26 “Coatings”. 1.Fill vent and drain holes that are exposed in the finished Work unless they function as weep holes, by plugging with zinc solder and filing off smooth. 2.06 SOURCE QUALITY CONTROL A.Testing Agency: Owner shall employ a qualified testing agency to perform shop tests and inspections as called for on the project drawings. 1.Contractor shall provide testing agency with access to places where structural-steel work is being fabricated or produced to perform tests and inspections. B.Bolted Connections: Inspect shop-bolted connections according to RCSC’s “Specification for Structural Joints Using ASTM A325 or A490 Bolts.” C.Welded Connections: Visually inspect shop-welded connections according to AWS D1.1 and the following inspection procedures, at testing agency’s option: 1.Liquid Penetrant Inspection: ASTM E165. 2.Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration are not accepted. 3.Ultrasonic Inspection: ASTM E164. 4.Radiographic Inspection: ASTM E94. D.In addition to visual inspection, test and inspect shop-welded shear connectors according to requirements in AWS D1.1 for stud welding and as follows: Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 12 00 City of Renton STRUCTURAL STEEL FRAMING Project No. CAG-22-014 Page 4 of 5 July 18, 2022 05 12 00 - 4 1.Perform bend tests if visual inspections reveal either a less-than-continuous 360-degree flash or welding repairs to any shear connector. 2.Conduct tests according to requirements in AWS D1.1 on additional shear connectors if weld fracture occurs on shear connectors already tested. E.Prepare test and inspection reports to be submitted to the Owner/Engineer. PART 3 – EXECUTION 3.01 EXAMINATION A.Verify, with certified steel erector present, elevations of concrete-bearing surfaces and locations of anchor rods, bearing plates, and other embedments for compliance with requirements. 1.Prepare a certified survey of existing conditions. Include bearing surfaces, anchor rods, bearing plates, and other embedments showing dimensions, locations, angles, and elevations. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A.Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place unless otherwise indicated. 3.03 ERECTION A.Set structural steel accurately in locations and to elevations indicated and according to AISC 303 and AISC 360. B.Maintain erection tolerances of structural steel within AISC 303, “Code of Standard Practice for Steel Buildings and Bridges.” C.Align and adjust various members that form part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that are in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1.Level and plumb individual members of structure. 2.Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service. D.Splice members only where indicated. E.Do not use thermal cutting during erection unless approved by Engineer. Finish thermally cut sections within smoothness limits in AWS D1.1. F.Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts. 3.04 FIELD CONNECTIONS A.High-Strength Bolts: Install high-strength bolts according to RCSC’s “Specification for Structural Joints Using ASTM A325 or A490 Bolts” for type of bolt and type of joint specified in Plans. B.Weld Connections: Comply with AWS D1.1 for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work. 1.Comply with AISC 303 and AISC 360 for bearing, alignment, adequacy of temporary connections, and removal of paint on surfaces adjacent to field welds. 2.Remove backing bars or runoff tabs, back gouge, and grind steel smooth. 3.Assemble and weld built-up sections by methods that maintain true alignment of axes without exceeding tolerances in AISC 303, “Code of Standard Practice for Steel Buildings and Bridges,” for mill material. 3.05 FIELD QUALITY CONTROL A.Special Inspections: Owner shall employ a qualified special inspector to perform the following special inspections: 1.Verify structural-steel materials and inspect steel frame joint details. 2.Verify weld materials and inspect welds. 3.Verify connection materials and inspect high-strength bolted connections. Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 12 00 City of Renton STRUCTURAL STEEL FRAMING Project No. CAG-22-014 Page 5 of 5 July 18, 2022 05 12 00 - 5 B.Bolted Connections: Inspect bolted connections according to RCSC's "Specification for Structural Joints Using ASTM A325 or A490 Bolts." C.Welded Connections: Visually inspect field welds according to AWS D1.1. 1.In addition to visual inspection, test and inspect field welds according to AWS D1.1 and the following inspection procedures, at testing agency's option: a.Liquid Penetrant Inspection: ASTM E165. b.Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration are not accepted. c.Ultrasonic Inspection: ASTM E164. d.Radiographic Inspection: ASTM E94. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 50 00 City of Renton METAL FABRICATIONS Project No. CAG-22-014 Page 1 of 4 05 50 00 - 1 SECTION 05 50 00 - METAL FABRICATIONS PART 1 - GENERAL 1.01 SUMMARY A.Section Includes: 1.Steel framing and supports for applications where framing and supports are not specified in other Sections. 2. Guardrails 3. Metal bollards. B.Related Requirements: 1.Section 05 09 00 – Welding 2.Section 05 12 00 – Structural Steel Framing 3.Section 09 96 26 – Coatings 1.02 COORDINATION A.Coordinate coatings with Section 09 96 26 “Coatings”. B.Coordinate installation of metal fabrications that are anchored to or that receive other work. 1.03 ACTION SUBMITTALS A.Product Data: For the following: 1.All steel components, including mechanical testing and chemistry. B.Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide Shop Drawings for the following: 1.Steel framing and supports for applications where framing and supports are not specified in other Sections. 2. Guardrails 1.04 INFORMATIONAL SUBMITTALS A.Welding certificates. B.Research/Evaluation Reports: For post-installed anchors, from ICC-ES. 1.05 QUALITY ASSURANCE A.Welding Qualifications: Per Specification 05 09 10 – Welding & Specification 05 70 00 – Aluminum Float System 1.AWS D1.1, "Structural Welding Code - Steel." 2.AWS D1.2, "Structural Welding Code - Aluminum." 1.06 FIELD CONDITIONS A.Field Measurements: Verify actual locations of construction contiguous with metal fabrications by field measurements before fabrication. 1.07 SHIPPING AND STORAGE INSTRUCTIONS: A.All fabrications shall be shop fabricated where practical and assembled into the largest practical size suitable for transporting and installation. B.All materials and equipment necessary for the fabrication and installation of structural shapes and plate and appurtenances shall be stored before, during, and after shipment in a manner to prevent cracking, twisting, bending, breaking, chipping or damage of any kind to the materials or equipment. Any material which, in the opinion of the Engineer, has become damaged as to be unfit for use, shall be promptly removed from the site of work, and the Contractor shall receive no compensation for the damaged material or its removal C.Identify and match-mark all materials, items and fabrications for installation and field assembly. PART 2 - PRODUCTS 2.01 METALS July 18, 2022 Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 50 00 City of Renton METAL FABRICATIONS Project No. CAG-22-014 Page 2 of 4 July 18, 2022 05 50 00 - 2 A.Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B.Steel Plates, Shapes, and Bars: ASTM A36. C.Steel Tubing: ASTM A500, Grade B, cold-formed rectangular steel tubing. D.Steel Pipe: ASTM A53, Standard Weight (Schedule 40) unless otherwise indicated. E.Sheet Steel: ASTM A653, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process 2.02 FASTENERS A.General: Unless otherwise indicated, provide ASTM A325 hot-dipped galvanized fasteners for exterior use. Select fasteners for type, grade, and class required. 1. Provide 316 stainless-steel fasteners for fastening aluminum. 2. Provide 316 stainless-steel fasteners for fastening stainless steel. 3.Vandal resistant fasteners shall be provided at locations accessible to the general public. Submit fastener cut sheet or sample for Owner approval. B.Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and flat washers, galvanized. C.Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, ASTM F 593; with hex nuts, ASTM F 594; and, where indicated, flat washers; Alloy Group 1. D.Stainless-Steel Nails: Common wire nails per ASTM F1667. E.Anchors, General: Anchors capable of sustaining, without failure, a load equal to four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488/E 488M, conducted by a qualified independent testing agency. F.Post-Installed Anchors: Torque-controlled expansion anchors, screw anchors or adhesive anchors. 1.Post-installed anchors to be as noted on the drawings. 2.03 FABRICATION – GENERAL A.Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B.Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C.Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D.Form exposed work with accurate angles and surfaces and straight edges. E.Weld corners and seams continuously to comply with the following: 1.Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2.Obtain fusion without undercut or overlap. 3.Remove welding flux immediately. 4.At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F.Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use countersunk fasteners unless otherwise indicated. Locate joints where least conspicuous. G.Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H.Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I.Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 50 00 City of Renton METAL FABRICATIONS Project No. CAG-22-014 Page 3 of 4 05 50 00 - 3 2.04 MISCELLANEOUS FRAMING AND SUPPORTS A.General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B.Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. C.Galvanize miscellaneous framing and supports. 2.05 MISCELLANEOUS STEEL TRIM A.Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B.Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. C.Galvanize miscellaneous steel trim. 2.06 FINISHES – GENERAL A.Finish metal fabrications after assembly. B.Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.07 STEEL AND IRON FINISHES A.Galvanizing: Hot-dip galvanize in accordance with Section 09 96 26 “Coatings”. 2.08 ALUMINUM FINISHES A. As-Fabricated Finish: AA-M12. B.Clear Anodic Finish: AAMA 611, Class I, AA-M12C22A41. PART 3 - EXECUTION 3.01 INSTALLATION – GENERAL A.Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B.Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot- dip galvanized after fabrication and are for bolted or screwed field connections. C.Field Welding: Comply with the following requirements: 1.Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2.Obtain fusion without undercut or overlap. 3.Remove welding flux immediately. 4.At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 5.Repair coatings in accordance with Section 09 96 26 “Coatings”. D.Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. 1.Post-installed anchors to be installed in accordance with the requirements noted in the approved ICC report. 3.02 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A.General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. 3.03 ADJUSTING AND CLEANING July 18, 2022 Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 50 00 City of Renton METAL FABRICATIONS Project No. CAG-22-014 Page 4 of 4 July 18, 2022 05 50 00 - 4 A.Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with Section 09 96 26 “Coatings”. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 1 of 4 July 18, 2022 05 70 00 - 1 SECTION 05 70 00 – ALUMINUM FLOAT SYSTEM PART 1 - GENERAL 1.01 SUMMARY A.The Aluminum Float System is a product to be designed, fabricated, and installed by the Contractor. B.Aluminum Float System shall include all materials, delivery, submittals, equipment, and labor necessary for fabricating, constructing, and installing, and finishing the Float System as shown on the Plans. C.The Plans depict the minimum requirements for the float dimensions, bullrails, grating, layout, furnishings, etc. Float designer shall select a framing system, floatation arrangement, etc. that meet the requirements below and in the Drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A.Section 05 50 00 – Metal Fabrications 1.03 REFERENCES A.ASTM (American Society for Testing and Materials) Specifications. 1.ASTM B209 – Standard Specifications for Aluminum and Aluminum-Alloy Sheet and Plate. 2.ASTM B210 – Standard Specifications for Aluminum and Aluminum-Alloy Drawn Seamless Tube. 3.ASTM B221 – Standard Specifications for Aluminum and Aluminum-Alloy Bar, Rod, Wire, Profiles and Tubes. 4.ASTM B241 – Standard Specifications for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Tube. 5.ASTM B308 – Standard Specifications for Aluminum and Aluminum-Alloy 6061-T6 Standard Structural Profiles. B.The Aluminum Association (AA) – Aluminum Design Manual: Specifications and Guidelines for Aluminum Structures. C.AWS D1.2 Structural Welding Code - Aluminum. 1.04 SUBMITTALS A.Shop Drawings: Contractor shall submit a framing plan for review by the Engineer/Owner. The shop drawings shall include a layout plan, profile and cross sections. The plan shall show the dimensions of the framing and member sizes; flotation material, locations, and fastening; and deck grating, hinges, fit up and weld details and all other details required to furnish the float system as specified and shown in the plans. Contractor shall verify existing float average freeboard prior to demolition. B.Review and approval of submittals by the Owner shall not relieve the Contractor of full responsibility for accuracy of dimensions and details. The Owner’s review and approval of a submittal shall not relieve the Contractor from responsibility for errors or omissions in the submittal. C.Float Calculations: Contractor shall submit design calculations, prepared by an engineer, substantiating that the float design meets the following design criteria. Float calculations shall be stamped and signed by a qualified engineer per Section 1.5. 1.Freeboard Criteria: The design average freeboard under dead load only shall match existing float average freeboard within a tolerance of plus 1” and minus ½”. The average freeboard shall be based on the freeboard at the four corner points of any float unit. Structural frame members shall be a minimum of 4 inches above the water under dead load for the life of the float system. When a 400-pound load is applied along the float centerline, 2 feet from the outer end, there shall be no more than 4 inches loss of freeboard at the end of the dock. 2.List: The steady state condition of the float, without live load, shall not exceed a cross slope 1 inch in 12 feet. 3.Structural Criteria: The float system shall be designed to withstand minimum uniformly-distributed environmental and impact loads acting on the above-water profile of the floats. The float system shall be designed for lifting and handling during installation. 4. Loads: a.Dead Load: The dead load shall consist of the float system frame, fascia boards, hinges, attachment hardware, gangways, benches, tables, and all other equipment permanently attached to the float. b.Live Load: The live load shall be a uniform 60 psf on all surfaces of the floats. c.Impact Load: The impact load shall be the equivalent of a 14-foot long small craft, weighing 1,000 lbs, approaching the dock at a 10 degree angle at a velocity of 1 foot per second. d.Environmental Loads: The design wind shall be 110 mph, 3-second gust, exposure category C, from any direction. The design wave height for the floats is 1.5 feet with a wave period of 2.2 seconds. Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 2 of 4 July 18, 2022 05 70 00 - 2 5.Load Cases: a.Load cases shall include, but are not limited to: i.Case 1: Dead Load + Uniform Live Load ii.Case 2: Dead Load + Point Live Load iii.Case 3: Dead Load + Wind Load iv.Case 4: Dead Load + 0.75 Wind Load + Wave Load v.Case 5: Dead Load + Impact b.The above load cases shall be applied at a minimum, plus any others, as determined by the float design engineer of record. 6.Grating shall cover 100% of the float surface area. Flotation devices footprint shall not exceed 50% of the total float surface area. D.Material submittals shall, at a minimum, include the following: 1.Aluminum materials 2.Grating and fasteners 3.Polytub floatation 4.Plastic lumber for fascia boards E.Manufacturer’s Resume: Contractor to submit manufacturers resume stating qualifications per Section 1.05, below, and documenting work experience. F.Welding Procedures G.Welder Certification: Certify welders employed in the work, verifying AWS qualification within the previous 12 months. H.Detailed description of float handling, transport and delivery procedures. 1.05 QUALIFICATIONS A.The float system shall be fabricated by a manufacturer that has a minimum of five consecutive years of experience in fabricating and installing similar float systems, on bodies of water in Washington, Oregon or Idaho. B.The engineer for the float system shall be a professional engineer registered in the State of Washington. The engineer shall have at least ten years of work experience in the design of float structures. C.Welders of the float system shall be certified in accordance with AWS D1.2 for aluminum welding, and current qualifications shall be submitted for each welder. PART 2 - PRODUCT 2.01 FRAMING A.All structural members, including tubes, plates, angles and pipe, shall be marine grade aluminum alloy 6061-T6, per ASTM B221. B.Aluminum pipe and round bar shall be 6063-T6. C. Non-conductive isolators shall be used for separation of dissimilar metals. 2.02 FLOATATION TUBS A.Flotation tubs (Polytubs) shall be Premier Materials Technology (Manufactured by ACE Roto-Mold) (800-262-2275) or Engineer- approved equivalent. B.Polytub encasement shall provide 100% protection to all surfaces of the flotation material and allow zero water to enter the unit and shall be 100% virgin grade linear low density polyethylene, black in color, with a nominal wall thickness of 0.150 inches and a minimum wall thickness of 0.125 inches. The encasement shall meet the ASTM 1998D-04 Falling Dart Test to assure the material quality and molding process. The encasement shall have the following minimum characteristics: 1.Density per ASTM D-1505:0.937 g/cc 2.Tensile strength per ASTM D-638:2750 psi 3.Flexural modulus per ASTM D-790:109,000 psi C.Polytub floatation material shall be 100% virgin grade polystyrene, expanded in-place inside the encasement, with a density of 0.8 to 0.937 g/cc based on ASTM D-1505. Floatation material shall not sink or contaminate the water if the encasement is punctured. Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 3 of 4 July 18, 2022 05 70 00 - 3 Material shall meet the Seven Day Hunt Absorption Test of less than 3.0 lbs per cubic foot water absorption in seven days per the test requirements. D.Units shall be secured to the structural frame with minimum ¾” diameter through bolts. Each unit shall have a minimum of six molded mounting slots with 1.50-inch thick mounting flanges. E.The Polytub manufacturer shall furnish test results for each size furnished showing wall thickness, water absorption, falling dart test, and certified buoyancy rating. The manufacturer shall provide a minimum of 15 year warranty with the first 10 years non-prorated. 2.03 GRATING A.Grating used on floats shall be Fibregrate SI60 1 1/2" inch pultruded fiberglass grating, or approved equivalent, meeting the following requirements. 1.Open area of grating shall be at least 60%. A sample shall be submitted for approval. 2.Spacing between load bars shall meet ADA guidelines and be no larger than ½ inch. 3.Grating shall have a coarse grit coating, and be gray to match existing grating at Ivar’s Deck. Surface shall not have indications of delamination at end of warranty period. A sample shall be submitted for approval. 4.The Grating manufacturer shall provide a minimum of 15 year warranty with the first 10 years non-prorated. 2.04 HINGE CONNECTIONS A.Hinge connections shall move freely, without binding, and shall be designed to resist all loads, including torsion and fatigue loads. B.Any steel components shall be isolated from the aluminum frame. 2.05 PLASTIC FASCIA BOARDS A.Fascia board edging shall be plastic lumber HDPE per section 06 60 00 of these specifications. B.Mounting shall accommodate thermal expansion using slotted holes at each connection, recessed bolt heads, and double nuts, and shall be sized efficiently to minimize damage from impact. C.Fascia board shall be continuous around the float perimeter except at hinges and brace connections. Individual segments shall be no more than 8 ft in length, and with ½” gaps between segments. 2.06 STAINLESS FASTENERS A.Stainless steel fasteners shall be 316 stainless steel, unless otherwise noted. B.Stainless washers shall be used under bolt head and nut and shall be 316 stainless steel C.All nuts used on stainless steel bolts shall be Nylock nut and shall be compatible with 316 stainless steel. PART 3 - EXECUTION 3.01 GENERAL A.Aluminum Float System shall be shop fabricated in an approved facility that provides a controlled environment suitable for manufacture of quality welded aluminum products. The shop shall provide adequate work space, equipment and protection from detrimental environmental conditions. B.Welders shall be certified in accordance with AWS D1.2 for aluminum welding, and current qualifications shall be submitted for each welder. C.The Contractor shall furnish the Owner/Engineer with 30 day notice of the beginning of the work at the shop so that special fabrication inspections may be scheduled by the Owner. 3.02 FABRICATION A.The complete aluminum float assembly shall be constructed as shown on the plans. Any materials damaged during transport and delivery and/or during handling and fabrication operations shall be repaired or replaced by the fabricator, at the discretion of the Engineer, and at no additional cost to the Owner. B.Fabricate and assemble components in a shop, to greatest extent possible. Workmanship and finish shall be equal to the best industry standards and in accordance with the requirements of AWS, AISC, and The Aluminum Association, as applicable. Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 4 of 4 July 18, 2022 05 70 00 - 4 C.All aluminum welding shall be according to AWS D1.2, as applicable. D.Aluminum Fabrication: Edges shall be cut true, smooth and free of burrs. Flame cutting is not permitted. Corner edges shall be ground smooth. Holes shall be drilled or punched. Weld spatter and flash marks shall be removed and ground smooth. Mill stamps and markings shall be removed from all exposed surfaces. E.No drilling and tapping of bolt-up connections shall be permitted. Through bolting with sufficient hardware is acceptable. 3.03 TRANSPORT AND DELIVERY A.The Contractor shall assume full responsibility for any damages or losses resulting from the handling or transport of the aluminum float system during loading, shipping, transport and delivery to the project site as well as the subsequent handling required on site for installation. B.Damage that occurs during transport and delivery and/or during other handling operations prior to final acceptance shall be repaired or replaced by the Contractor at the discretion of the Engineer and at no additional cost to the Owner. 3.04 FLOAT INSTALLATION COORDINATION A.The Contractor shall coordinate the fabrication of the float system and the installation so that the float system operates as intended. In the event the float system does not function as intended, the Contractor shall make the necessary alterations to ensure proper function, at no additional cost to the Owner. B.The Contractor shall take care in handling of floats to avoid damage during transport, storage, assembly, and installation. Storage of flotation units shall be on level surfaces, and shall not be stacked. The supplier shall use the appropriate dunnage to protect the floats while stored on site. Floats shall be protected against damage from any cause. Any damaged units shall be rejected and removed from the site, and replaced at no additional cost. C.Float system shall be assembled such that all float components, connections, gangways, transitions, deck surfaces, fascia boards, and all other accoutrements necessary for a fully functioning float system as shown in the Plans and described in the technical specifications. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 60 00 City of Renton PLASTIC FABRICATIONS Project No. CAG-22-014 Page 1 of 3 July 18, 2022 06 60 00 - 1 SECTION 06 60 00 – PLASTIC FABRICATIONS PART 1 – GENERAL 1.01 SUMMARY A.This Section includes: 1.Plastic Fabrications. 2.Plastic Lumber. B.Related Sections: 1.Section 05 12 00 – Structural Steel Framing 2.Section 05 50 00 – Metal Fabrications 1.02 REFERENCES A.ASTM INTERNATIONAL (ASTM): ASTM D543 Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D2344 Standard Test Method for Short-Beam Strength of Polymer Matrix Composite Materials and Their Laminates ASTM D4329 Standard Practice for Fluorescent Ultraviolet (UV) Lamp Apparatus Exposure of Plastics ASTM D6341 Standard Test Method for Determination of the Linear Coefficient of Thermal Expansion of Plastic Lumber and Plastic Lumber Shapes Between -30 and 140 Degrees F. 1.03 SUBMITTALS A.Product data. Unless otherwise indicated, submit the following for each type of product provided under work of this Section: 1.VOC data: a.Adhesives: i.Submit manufacturer’s product data for adhesives. Indicate VOC limits of the product. Submit MSDS highlighting VOC limits. 2.The Contractor shall furnish manufacturer's shop drawings clearly showing material sizes, types, styles, part or catalog numbers, complete details for the fabrication of and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, clip angles, member sizes, and connection details. 3.The Contractor shall submit the manufacturer’s published literature including structural design data, structural properties data, grating load/deflection tables, corrosion resistance tables, certificates of compliance, test reports as applicable, attachment systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents. 4.The Contractor shall submit sample pieces of each item specified herein for acceptance by the Owner/Engineer as to quality and color. Sample pieces shall be manufactured by the method to be used in the Work. B.Submit environmental data in accordance with Table 1 of ASTM E2129 for products provided under work of this Section. C.Operating and Maintenance Manuals Submittals: 1.Verify that plastic products, including plastic components in assemblies, to be incorporated into the Project are labeled in accordance with ASTM D1972. Where products are not labeled, provide product data indicating polymeric information in Operation and Maintenance Manual. a.Products made from compositions containing a single filler, reinforcing, or other modifying material in a concentration of more than one percent by mass shall be marked with the abbreviated term for the polymer, followed by a dash, then the abbreviated term or symbol for the additive, with its percentage by mass, arranged as shown in the example and set off with brackets. For example, a polypropylene containing 30 mass percentage of mineral powder use would be labeled: >PPMD30< Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 60 00 City of Renton PLASTIC FABRICATIONS Project No. CAG-22-014 Page 2 of 3 July 18, 2022 06 60 00 - 2 D.Documentation of manufacturer’s take-back program for plastic fabrications. Coordinate with construction waste management. Include the following: 1.Appropriate contact information. 2.Overview of procedures. 3.Limitations and conditions, if any, applicable to the project. 1.04 QUALITY ASSURANCE A.Plastic fabrications intended for use in exterior applications shall perform as follows as tested in accordance with ASTM D1435 for a period of 5 years. 1.Color change: No fading or discoloration. 2.Dimensional stability: No change. B.Plastic lumber shall comply with the following: 1.Shear Parallel to Length: Maximum 1,000 psi in accordance with ASTM D2344. 2.Compressive Strength: a.Compression Parallel to Grain: Minimum 4,500 psi in accordance with ASTM D695. d.Compression Perpendicular to Grain: minimum 1,000 psi in accordance with ASTM D695. 3.Flexural Strength: Minimum 2,500 psi in accordance with ASTM D790. 4.Tensile Strength: Minimum 3,500 psi in accordance with ASTM D638. 5.Coefficient of thermal expansion: Maximum 0.000033 in/in/degree F in accordance with ASTM D6341. 6.Screw Withdrawal: 300 lbs in accordance with ASMT D6117. 7.Nail Withdrawal: Nails shall not be used. C.Compostable Plastic: Establish the compostability of environmentally degradable plastics in accordance with ASTM D6002. PART 2 – PRODUCTS 2.01 MATERIALS A.Plastic fabrications: 1.Polyolefin-Based Plastic Lumber Boards: Comply with ASTM D6662. 2.Extruded and Compression Molded Basic Shapes Made from Thermoplastic Polyester (TPES): Comply with ASTM D6261. 3.Ultra-High-Molecular-Weight Polyethylene (UHMW-PE) Solid Plastic Shapes: Comply with ASTM D6712. 4.Compostable Plastics: Comply with ASTM D6400. B.Plastic Lumber: 1.Recycled content: a.HDPE: Minimum 25 percent post-consumer recycled content. b.Mixed plastics/cellulose: Minimum 50 percent post-consumer recycled content. c.HDPE/fiberglass: Minimum 75 percent post-consumer recycled content. d.Other mixed resins: Minimum 50 percent post-consumer recycled content. 2.Recycled Plastic Lumber (RPL) a.Color: Gray to match Ivar’s Deck wave skirt, submit color sample b.Dimension: nominal as shown on drawings c.All surfaces of RPL to have natural wood grain embossing applied, submit texture to Engineer/Owner, except: d.Top walking surfaces of RPL at steps to be machined with 3/32” deep 45-degree angle sawtooth grooves perpendicular to direction of travel, submit groove sample to Engineer/Owner. C.Compostable Plastic: Plastic fabrications intended for temporary use, including but not limited to landscaping identification tags, tie and stakes, shall be fabricated from compostable plastic. Coordinate with work of related Sections. PART 3 – EXECUTION 3.01 INSTALLATION A.Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing plastic fabrications. Set plastic fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B.Install in accordance with manufacturer’s printed instructions and as follows: Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 60 00 City of Renton PLASTIC FABRICATIONS Project No. CAG-22-014 Page 3 of 3 July 18, 2022 06 60 00 - 3 1.Plastic lumber: Install with through bolts and double nuts; unless otherwise indicated, installation with nails is not permitted. Space boards as necessary to allow for expansion and contraction. Slotted holes shall be provided in the materials which plastic lumber is bolted to, parallel to the span, to allow for thermal expansion and contraction. Provide adequate support as appropriate to the application, climate, and modulus of elasticity of the product. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 60 01 City of Renton PROTECTIVE PILE SLEEVES Project No. CAG-22-014 Page 1 of 2 July 18, 2022 06 60 00 - 1 SECTION 06 60 01 – PROTECTIVE PILE SLEEVES PART 1 – GENERAL 1.01 SUMMARY A.This specification shall be used for materials and application of Denso SeaShield Series 2000HD or engineer-approved equal for protection of steel piles. B.GENERAL REQUIREMENTS 1.Contractor shall comply with all written recommendations of the manufacturer regarding application of the specified system. 2.The manufacturer of specified materials shall be Denso North America, 9747 Whithorn Drive, Houston, TX 77095, Telephone: 281-821-3355 or approved equal. E-mail: info@densona.com3 1.02 SUBMITTALS A.Product data. B.Operating and Maintenance Manuals 1.03 QUALITY ASSURANCE A.Manufacturer’s recommendations and this specification shall be followed during installation. B.All sleeves shall be inspected visually and manually after installation to ensure there are no gaps and all sleeves are secured tightly. Submit video to Owner/Engineer of each sleeve installed below the water line clearly showing the sleeve seated below the mudline, and bolting hardware secured over the full height. PART 2 – PRODUCTS 2.01 MATERIALS A.Primer: Denso Paste S105 or approved equal 1.Primer shall be comprised of saturated petroleum hydrocarbons (petrolatum), inert fillers and passivating agents 2.Primer is used to displace moisture, passivate surface oxides and fill surface imperfections. 3.Primer shall meet the physical specification values listed on the product data sheet. If the surface to be protected is pitted by 2mm or more in depth then a layer of Denso S105 Paste should be applied over the pitted area. B.Tape: Denso Marine Piling Tape or approved equal 1.The Tape is used for cylindrical, square & octagonal piles. It shall be comprised of a non-woven synthetic fabric carrier fully impregnated and coated with a neutral petrolatum based compound with inert siliceous fillers and inhibitors with an HDPE backing. 2.The Tape shall have a character stable in composition and plasticity over a wide temperature range. The tape shall be non- hardening and noncracking. The tape shall accommodate vibration and extreme movement of substrate. Superficial oxidation renders surface less tacky. Highly resistant to mineral acids and alkalis. 3.The Tape shall meet the physical specifications values listed on the product data sheet. C.Outercover: SeaShield Outercover or approved equal (Outercover) 1.The Outercover shall be comprised of High Density Polythylene (HDPE). It shall be new, seamless virgin material. Use of reprocessed resin is prohibited. The sheet shall be uniform throughout, free from dirt, oil and other foreign matter and free from cracks, creases, wrinkles, bubbles, pin-holes and any other defects that may affect its service. 2.The Outercover shall be 80 mils (2032 microns) thick to prevent damage to underlying tape. The outercover shall be custom fabricated to the diameter of the pile. They shall be fabricated in 1' (0.3 m) increments in lengths from 2' (0.6 m) to 10' (3 m) as needed. Multiple outercovers with 2" (50 mm) lip extensions for overlapping, shall be utilized as needed. If necessary, outercovers can be custom cut to desired length in the field. SeaShield Fasteners will be spaced evenly depending on size and length of outercover. 3.Physical properties of the outercover shall meet or exceed the minimum requirements listed on the product data sheet for the SeaShield Outercover. D.SeaShield Fasteners or approved equal Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 60 01 City of Renton PROTECTIVE PILE SLEEVES Project No. CAG-22-014 Page 2 of 2 06 60 00 - 2 1.The Fasteners shall be comprised of M10 x 150 mm Bolt, 316 Stainless Steel. 2.M10 Nyloc Nut, 316 Stainless Steel. 3.M10 Penny Washer O.D. 35 mm x 1.5 mm thick, 316 Marine Grade Stainless Steel for every nut and bolt there are two washers. 4.Torque Specification up to 40 to 80 in. lb. (4.5 to 9.0 N/m) (Torque wrench capable of reading a minimum of 25 in. lb. / 2.8 N/m is required.) 5.A thin coat of anti-seize compound shall be applied to bolt prior to tightening to prevent possible galling. E. Marine Epoxy 1.Marine epoxy shall be Denso SeaShield SZ Underwater Epoxy (Splash Zone) or engineer-approved equal. Product shall be a two-part epoxy formulated for marine environments. 2.Marine epoxy shall be applied to exposed pile areas where the three-layer SeaShield pile wrap system is not applied. This includes the tops of piles and areas where horizontal or diagonal bracing is present and the pile wraps cannot be installed around the full perimeter of the piles. Reference the Drawings. Pile wraps shall overlap installed epoxy a minimum of 2 inches. PART 3 – EXECUTION 3.01 SURFACE PREPARATION A.Remove weld spatter, sharp points and edges. B.Remove marine growth by hand in accordance with SSPC-SP-2, "Hand Tool Cleaning". C.Surface preparation methods used shall prevent the entry of non-natural substances into the water column in accordance with the project permit documents. 3.02 APPLICATION OF PRIMER 1.If surface has corrosion pits greater than 2 mm, apply a thin uniform layer of Primer over corroded area and fill all pits. For Bidding Purposes, Contractor shall assume Primer will be required over the entire length of the pile. 2.When applying the Primer underwater use a gloved hand to displace the water and slowly rub Primer onto surface and into pits. (Note: When applying underwater the primer will be less visible on the pile.) 3.03 APPLICATION OF MARINE PILING TAPE 1.The Tape shall be spirally wrapped onto pile using a 55% overlap, which will provide a double thickness of tape throughout. 2.Hold end of the tape firmly against the starting point and firmly press on the surface. Unroll the tape, keeping the roll close to the surface. Do not get a long lead of tape as it will tend to fold and gap on the surface being wrapped. 3.Apply sufficient tension to provide continuous adhesion, but do not stretch the tape. As application proceeds, press out all folds and air pockets that may occur. 4.Maintain a minimum 6" (150 mm) overlap when overlapping one roll with the end of a new roll. 5.At the completion of each roll, smooth the overlaps by hand in the direction of the spiral to insure sealing of the overlap. 3.04 APPLICATION OF OUTERCOVER 1.Locate the outercover between the elevations indicated in the specifications and drawings. 2.Wrap the outercover tight around the pile and align the holes within the fastener bars. 3.Using the specified nuts, bolts and washers as described in section 3.4, tighten and secure the outercover with a pneumatic wrench to a torque specification of 40 to 80 in.lb. (4.5 to 9.0 N/m) 3.05 APPLICATION OF MARINE EPOXY 1.Mix according to manufacturer’s recommendations. 2.Apply by hand, trowel, or broad knife smoothly to the prepared substrate in a layer 1/8” to 1/4” thick according to manufacturer’s recommendations. Verify coating thickness when dry, to be confirmed by Owner/Engineer. END OF SECTION July 18, 2022 Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 61 00 City of Renton FRP GRATING Project No. CAG-22-014 Page 1 of 3 July 18, 2022 06 61 00 - 1 SECTION 06 61 00 – FRP GRATING PART 1 GENERAL 1.01 SUMMARY A.Scope of Work: The Contractor shall furnish, fabricate (where necessary), and install all fiberglass reinforced plastic (FRP) items, with all appurtenances, accessories and incidentals necessary to produce a complete, operable and serviceable installation as shown on the Contract Drawings and as specified herein, and in accordance with the requirements of the Contract Documents. B.Related Requirements: 1.Section 05 12 00 – Structural Steel Framing 2.Section 05 50 00 – Metal Fabrications 1.02 DEFINITIONS A.The publications listed below (latest revision applicable) form a part of this specification to the extent referenced herein. The publications are referred to within the text by the designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) Test Methods: ASTM D635 Rate of Burning and/or Extent and Time of Burning of Self Supporting Plastics in a Horizontal Position ASTM D732 Shear Strength of Plastics by Punch Tool ASTM E84 Surface Burning Characteristics of Building Materials 1.03 SUBMITTALS A.The Contractor shall furnish shop drawings of all fabricated gratings and accessories in accordance with the provisions of this Section. B.The Contractor shall furnish manufacturer's shop drawings clearly showing material sizes, types, styles, part or catalog numbers, complete details for the fabrication of and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, clip angles, member sizes, and connection details. C.The Contractor shall submit the manufacturer’s published literature including structural design data, structural properties data, grating load/deflection tables, corrosion resistance tables, certificates of compliance, test reports as applicable, concrete anchor systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents. D.The Contractor shall submit sample pieces of each item specified herein, including hold-down hardware, for acceptance by the Owner/Engineer as to quality and color. Sample pieces shall be manufactured by the method to be used in the Work. 1.04 QUALITY ASSURANCE A.All items to be provided under this Section shall be furnished only by manufacturers having a minimum of ten (10) years’ experience in the design and manufacture of similar products and systems. Additionally, if requested, a record of at least five (5) previous, separate, similar successful installations in the last five (5) years shall be provided. B.Manufacturer shall offer a 5 year limited warranty on all FRP products against defects in materials and workmanship. C.Manufacturer shall be certified to the ISO 9001 standard, most current. D.Manufacturer shall provide proof of certification from at least two other quality assurance programs for its facilities or products (DNV, ABS, USCG, AARR). 1.05 PRODUCT DELIVERY AND STORAGE A.Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. Adhesives, resins and their catalysts and hardeners shall be crated or boxed separately and noted as such to facilitate their movement to a dry indoor storage facility. B.Storage of Products: All materials shall be carefully handled to prevent them from abrasion, cracking, chipping, twisting, other deformations, and other types of damage. Store items in an enclosed area and free from contact with soil and water. Store adhesives, resins and their catalysts and hardeners in dry indoor storage facilities between 70 and 85 degrees Fahrenheit (21 to 29 degrees Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 61 00 City of Renton FRP GRATING Project No. CAG-22-014 Page 2 of 3 July 18, 2022 06 61 00 - 2 Celsius) until they are required. PART 2 PRODUCTS 2.01 MANUFACTURER A.Pultruded grating shall be Fibregrate SI60 1 1/2" inch pultruded fiberglass grating to match adjacent Ivar’s deck, or Engineer-approved equivalent. 2.02 GENERAL A.All FRP items furnished under this Section shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions as specified in the Contract Documents. B.Fiberglass reinforcement shall be a combination of continuous roving, continuous strand mat, and surfacing veil in sufficient quantities as needed by the application and/or physical properties required. C.Resins shall be vinyl ester with chemical formulations as necessary to provide the corrosion resistance, strength and other physical properties as required. D.All finished surfaces of FRP items and fabrications shall be smooth, resin rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. E.All grating shall be further protected from ultraviolet (UV) light with 1) integral UV inhibitors in the resin and 2) a synthetic surfacing veil to help produce a resin rich surface. F.All FRP products shall have a tested flame spread rating of 25 or less per ASTM E 84 Tunnel Test. Gratings shall not burn past the 25 mm reference mark and will be classified HB per ASTM D635. G.All grating clips shall be manufactured of Type 316SS (stainless steel). 2.03 GRATING A.Manufacture: Grating components shall be high strength and high stiffness pultruded elements having a maximum of 70% and a minimum of 60% glass content (by weight) of continuous roving and continuous strand mat fiberglass reinforcements. The finished surface of the product shall be provided with a surfacing veil to provide a resin rich surface which improves corrosion resistance and resistance to ultraviolet degradation. Bearing bars shall be interlocked and epoxied in place with a two piece cross rod system to provide a mechanical and chemical lock. Cross rods should be below the walking surface of the grating. B.Non slip surfacing: Grating shall be provided with a quartz grit (aluminum oxide) bonded and baked to the top surface of the finished grating product. C.Fire rating: Grating shall be fire retardant with a tested flame spread rating of 25 or less when tested in accordance with ASTM E 84. Manufacturer may be required to provide certification of ASTM E84 test on grating panels from an independent testing laboratory. Test data shall be from full scale testing of actual production grating, of the same type and material supplied on the project. Test data performed only on the base resin shall not be acceptable. D.Resin system: The resin system used in the manufacture of the grating shall be VEFR. Manufacturer may be required to submit corrosion data from tests performed on actual grating products in standard chemical environments. Corrosion resistance data of the base resin from the manufacturer is not a true indicator of grating corrosion resistance and shall not be accepted. E.Color: Gray to match Ivar’s Deck grating, submit sample to Owner/Engineer for verification. F.Depth: 1-1/2" deep load bars with a tolerance of plus or minus 1/32". G.Mesh Configuration: Spacing shall be such as to create at a minimum 60% open area meeting the opening requirements of ADA. H.Load/Deflection: Grating shall meet manufacturers published safe recommended loadings with deflection not to exceed the following: 1. Uniform distributed load over a 48" span: 100 pounds per square foot, with a maximum deflection of 0.20". 2.04 GRATING FABRICATION A.Measurements: Grating supplied shall meet the minimum dimensional requirements as shown or specified. The Contractor shall provide and/or verify measurements in field for work fabricated to fit field conditions as required by grating manufacturer to complete Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 61 00 City of Renton FRP GRATING Project No. CAG-22-014 Page 3 of 3 July 18, 2022 06 61 00 - 3 the work. Determine correct size and locations of required holes or cutouts from field dimensions before grating fabrication. B.Layout: Each grating section shall be readily removable, except where indicated on drawings. Manufacturer to provide openings and holes where located on the contract drawings. Grating support shall be provided at openings in the grating by contractor. C.Sealing: All shop fabricated grating cuts shall be coated with vinyl ester resin to provide maximum corrosion resistance. All field fabricated grating cuts shall be coated similarly by the contractor in accordance with the manufacturer's instructions. D.Hardware: Type 316 stainless steel hold down clips shall be provided and spaced at a maximum of four feet apart at a minimum of four locations per piece of grating, or as recommended by the manufacturer. Provide two clips per hold down location as shown in the project drawings. PART 3 EXECUTION 3.01 INSPECTION A.Shop inspection shall be at the discretion of the Owner and shall be at Owner's expense. The fabricator shall give ample notice to Contractor prior to the beginning of any fabrication work so that inspection may be provided. The grating shall be as free, as commercially possible, from visual defects such as foreign inclusions, delamination, blisters, resin burns, air bubbles and pits. 3.02 INSTALLATION A.Contractor shall install gratings in accordance with manufacturer’s assembly drawings. Lock grating panels securely in place with hold down fasteners as specified herein. Field cut and drill fiberglass reinforced plastic products with carbide or diamond tipped bits and blades. Seal cut or drilled surfaces in accordance with manufacturer's instructions. Follow manufacturer's instructions when cutting or drilling fiberglass products or using resin products; provide adequate ventilation. B.All grating edges either cut or drilled shall be supported for minimum bearing length as shown on the drawings. C.Clips shall be installed as noted on the Drawings, including the use of two clips at each connection point to pinch and secure a single bar. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 09 96 26 City of Renton COATINGS Project No. CAG-22-014 Page 1 of 3 July 18, 2022 09 96 26 - 1 SECTION 09 96 26 – COATINGS PART 1 - GENERAL 1.01 SUMMARY A.The Work in this section shall include all labor, materials, tools and equipment necessary for handling, transport, surface preparation and application of all metal coatings, and all other miscellaneous associated work, in accordance with the requirements of the Contract Documents and as shown on the Plans. B.Related sections 1.Section 05 09 10 – Steel Welding 2.Section 05 12 00 – Structural Steel Framing 3.Section 05 50 00 – Metal Fabrication 1.02 REFERENCES A.ASTM International (ASTM) ASTM A123 (2015) Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products ASTM A153 (2016) Zinc Coating (Hot Dip) on Iron and Steel Hardware ASTM A780 (2015) Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings B.American Welding Society (AWS) AWS D1.1 (2015) Structural Welding Code C.Steel Structures Painting Council (SSPC) SSPC Guide No. 23 for Thermal Spray Metallic Coating SSPC SP-6 Commercial Blast Cleaning 1.03 SUBMITTALS A.Product Data 1.Provide product data and/or technical specifications including manufacturer’s instructions for surface preparation, required environmental conditions, etc., for all metal coating products. B.Samples 1. Submit two (2) samples demonstrating color and texture for each proposed metal coating product. C.Coating Repair Methods and Materials 1.Contractor’s proposed repair methods, procedures and materials for all metal coatings damaged as a result of shipping, handling, welding or by other means. D.Quality Plan 1.Contractor shall submit a Quality Plan for preparation and application of all metal coatings. Quality Plan shall address solvent cleaning, blasting, surface profile standards, stripe coat and primer coat application, finish coat applications, coating thickness measurement and documentation, adhesion pull test procedures, independent inspection and documentation, as well as handling and transport methods. 1.04 QUALIFICATIONS A.Thermal sprayed and painted coatings shall be applied by an experienced firm that has knowledge, procedures and equipment necessary to provide surface preparation and application of complex protective coating systems. Thermal sprayed and painted coatings shall be applied by a firm possessing AISC certification for Shop Application of Complex Protective Coating Systems (SPE) P1 and/or SSPC-QP 3. Gene Coulon Memorial Beach Park – North Water Walk Improvements 09 96 26 City of Renton COATINGS Project No. CAG-22-014 Page 2 of 3 09 96 26 - 2 PART 2 - PRODUCTS 2.01 GALVANIZING A.Hot-dipped galvanizing shall be per ASTM A123 or A153, as appropriate. 1.Structural shapes galvanized according to ASTM A123 shall have a minimum thickness of 12 mils. 2.02 EPOXY COATINGS A.Items noted on the drawings or in this specification to be painted shall be coated with epoxy coatings per this section. B.High-Build Epoxy Marine Coating: subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to the following: 1.Carboline: Carboguard 890. C.Alternative epoxy coating materials may be submitted for Engineer review and approval. D.Surface preparation shall be by blast cleaning to a level specified by the coating supplier, to a minimum of SSPC SP-6. E.Color shall be Coulon Park Green, coordinate with Owner. Samples shall be submitted for review. 2.03 SPRAY METALIZED COATINGS A.Spray metalized coatings shall be applied to aluminum and steel walking surfaces. B.Coating to be OngripTM, by Ohio Gratings or Engineer approved equal. 2.04 BAKED COATINGS A.Fiberglass grating to be coated with Aluminum Oxide (A/O) grit anti slip coating, baked onto the walking surface of the grating. 2.05 POWDER COATINGS A.Powder coatings to be applied by certified applicators in accordance with the supplier’s recommendation. 2.06 ELEMENTS TO BE COATED A.Steel framing elements shall be galvanized. B.Metal handrail shall be galvanized. C.Fasteners shall be galvanized. D.Metal handrail bollards shall be painted. E.Pilot house columns and structural framing shall be painted. F.All other steel bolts, rebar, and fasteners shall be galvanized unless an alternative coating is called for on the plans. G.Lamp posts and all fixtures, skirting, and trim currently painted shall be painted. H.Steel bench and table framing shall be painted. I.Steel float perimeter posts shall be painted. J.All other miscellaneous pieces to be replaced or refurbished that are currently painted shall be painted. K.All other miscellaneous pieces to be replaced or refurbished that are currently galvanized shall be galvanized. L.Aluminum, UHMW, RPL, and other elements shall not be coated. PART 3 - EXECUTION 3.01 PREPARATION AND APPLICATION July 18, 2022 Gene Coulon Memorial Beach Park – North Water Walk Improvements 09 96 26 City of Renton COATINGS Project No. CAG-22-014 Page 3 of 3 July 18, 2022 09 96 26 - 3 A.Galvanizing shall be performed after fabrication, and all holes required for galvanizing shall be repaired per AWS D1.1, and in accordance with Sub-Section 3.2, unless otherwise approved by the Engineer. 3.02 CURING A.Surface preparation will be monitored and dry film thickness testing will be performed by Owner/Engineer representative to ensure adequate coating application. If coating thickness is insufficient, the Fabricator is responsible for and shall be prepared to apply more layers as necessary to obtain the required minimum thickness specified in the Contract Documents. 3.03 COATING REPAIRS A.Paint Coatings damaged due to fabrication, welding, material handling or occurring during installation shall be repaired per manufacturer’s recommendations. Contractor shall have sufficient amount of product, as specified in part 2, available on site for coating repairs prior to installation of steel structures. B.Contractor shall submit metal coating repair methods and procedures for review and approval by the Owner/Engineer, prior to fabrication or mobilization of any equipment and materials. Galvanized coatings damaged due to fabrication, welding, material handling or occurring during installation shall be repaired to comply with ASTM A780. C.Galvanizing and Thermal Spray Metalizing Repairs - For small areas damaged due to fabrication, welding, material handling or occurring during installation which are less than or equal to (1) one square foot per (20) twenty square foot area, it is permitted to repair galvanized coatings by using the following hot-applied repair stick method (reference ASTM A780): 1.Repair sticks shall be zinc-cadmium alloys (melting point 518 - 527F) such as “Rev-Galv”, or zinc-tin-lead alloys (melting point 446 - 500F) such as “Galv-Weld”, “Zilt”, and “Galv-over”. The zinc-tin -lead alloys shall comply with U.S. Federal Specification O- G-93 and contain fluxing agents. 2.Remove welding slag by chipping hammer and clean weld or damaged area by vigorous wire brushing. 3.Preheat the region to be repaired by means of an oxyacetylene torch or other convenient method to between 600 degrees Fahrenheit and 750 degrees Fahrenheit. The alloys do not spread well at temperatures lower than 600 degrees Fahrenheit. Also as temperatures rise above 600 degrees Fahrenheit increasing amounts of dross form. 4.Wire brush surface again. Apply coating by rubbing bar of the alloy over the heated surface while it is hot enough to melt the alloy. 5.Spread the molten alloy by briskly wire brushing or rubbing with a flat edge strip of steel or palette knife. Minimum thickness of applied zinc stick material shall be 12 mils. 6.Remove flux residues by wiping with a damp cloth or rinsing with water. 7.Brush apply two top coats of zinc rich paint, ZRC or equal (cold galvanize repair). D.Coating repairs performed in the field shall abide by all environmental and permit requirements. 3.04 EPOXY COATINGS A.Shop Application 1. Carboline or Engineer-approved equal; with surface preparation and application per manufacturer’s recommendation, minimum two coats to DFT of 12 mils. B.Field Application 1. Carboline or Engineer-approved equal; with surface preparation and application per manufacturer’s recommendation, minimum two coats to DFT of 12 mils. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 12 36 21 City of Renton PAPER COMPOSITE Project No. CAG-22-014 Page 1 of 3 July 18, 2022 12 36 21 - 1 SECTION 12 36 21 – PAPER COMPOSITE PART 1 – GENERAL 1.01 SUMMARY A.This Section includes: 1.Paper composite components for surfacing of benches and tables B.Related Sections: 1.Section 05 50 00 – Metal Fabrications 2.Section 05 70 00 – Aluminum Float System 1.02 REFERENCES A.ANSI A208.1 - American National Standard for Particleboard; 1999. B.ANSI A208.2 - American National Standard for Medium Density Fiberboard for Interior Use; 2002. C.ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2004. D.AWI/AWMAC (QSI) - Quality Standard Illustrated; Architectural Woodwork Institute and Architectural Woodwork Manufacturers Association of Canada; 2003. E.PS 1 - Construction and Industrial Plywood; 1995. F.WI (MAN) - Manual of Millwork; Woodwork Institute; 2003. G.Forest Stewardship Council (FSC-US), Information regarding FSC in LEED Projects 1.03 SUBMITTALS A.Product Data: Manufacturer's data sheets on each product to be used, including: 1.Preparation instructions and recommendations. 2.Storage and handling requirements and recommendations. 3.Specimen warranty. 4.MSDS for finish sealer. C.Shop Drawings: Complete details of materials and installation, including sourced material sizes, cut sizes, and predrilling patterns. D.Selection Samples: For each finish product specified, color chips representing manufacturer's full range of available colors. E.Selection Samples: For each finish product specified, product samples representing manufacturer's full range of available colors. F.Selection Samples: For each finish product specified, product samples of newly manufactured material representing manufacturer's full range of available colors. G.Verification Samples: For each finish product specified, minimum size 6 inches (150 mm) square, representing actual product, color, patterns, and edge profile. H.Installation Instructions: Manufacturer's installation instructions and recommendations. I.Maintenance Data: Manufacturer's instructions and recommendations for maintenance and repair of countertop surfaces. 1.04 QUALITY ASSURANCE A.Fabricator Qualifications: Authorized fabricator by material manufacturer. B.Installer Qualifications: Fabricator. 1.05 QUALITY ASSURANCE A.Fabricator Qualifications: Authorized fabricator by material manufacturer. B.Installer Qualifications: Fabricator. Gene Coulon Memorial Beach Park – North Water Walk Improvements 12 36 21 City of Renton PAPER COMPOSITE Project No. CAG-22-014 Page 2 of 3 July 18, 2022 12 36 21 - 2 1.06 DELIVERY, STORAGE, AND HANDLING A.Store products in manufacturer's unopened packaging until ready for installation. B.Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.07 PROJECT CONDITIONS A.Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. PART 2 – PRODUCTS 2.01 MANUFACTURERS A.Paper Composites: Richlite Company Heritage line, or Engineer-approved equal 2.02 PAPER COMPOSITES A.Flat sheet thickness 1.Float perimeter benches: 1 inch 2.Tabletops and table benches: 3 inches B.Finish on Exposed Surfaces: Matte, with field-applied surface sealer. C. Color: Natural D.Exposed Edge Treatment: Radiused ¼ inch 2.03 MATERIALS A.Paper Composite Sheets: Cellulose or hemp-fiber paper heat pressed with phenolic resin; color consistent throughout thickness. 1.Surface Burning Characteristics: Flame spread 30, maximum; smoke developed 30, maximum; when tested in accordance with ASTM E 84. 2.Density: 75.84 pounds per cu ft (1215 kg per cu m). 3.Water Absorption: 0.36 percent for 1 inch (25 mm) thickness, unsealed material, 24 hour fully submerged test. 4.Specific Gravity: 1.213. 5.Thermal Properties: a.Coefficient of Thermal Expansion, X Direction: 5.2 microinches per inch degree F (9.4 microns per mm degree C). b.Coefficient of Thermal Expansion, Y Direction: 12.8 microinches per inch degree F (23.0 microns per mm degree C). c.Coefficient of Thermal Expansion, Z Direction: 45.9 microinches per inch degree F (82.7 microns per mm degree C), for span of 73.5 inches (1.87 m). d.Thermal Conductivity: 0.00051 Cal cm/sq cm sec degree C. 6.Tensile Strength: a.X Direction: 19,200 psi (132.4 MPa). b.Y Direction: 13,100 psi (90.3 MPa). 7.Compressive Strength: a.X Direction: 18,400 psi (126.9 MPa); 7.09 percent strain at failure. b.Y Direction: 15,900 psi (109.6 MPa); 7.15 percent strain at failure. c.Z Direction: 30,000 psi (206.8 MPa); 20 percent strain at failure. 8.Flexural Strength, Face in Tension: a.X Direction: 22,000 psi (151.7 MPa). b.Y Direction: 17,300 psi (119.3 MPa). 9.Flexural Strength, Edge in Tension: a.X Direction: 20,400 psi (140.6 MPa). b.Y Direction: 16,100 psi (111.0 MPa). 10.Izod Impact, Face Impact: a.X Direction: 2.48 ft lb per inch of width (0.046 J/m of width). b.Y Direction: 1.46 ft lb per inch of width (0.027 J/m of width). 11.Izod Impact, Edge Impact: Gene Coulon Memorial Beach Park – North Water Walk Improvements 12 36 21 City of Renton PAPER COMPOSITE Project No. CAG-22-014 Page 3 of 3 July 18, 2022 12 36 21 - 3 a.X Direction: 0.68 ft lb per inch of width (0.013 J/m of width). b.Y Direction: 0.62 ft lb per inch of width (0.012 J/m of width). B.Adhesives: Chemical resistant two-part epoxy waterproof adhesive as recommended by manufacturer. 2.04 FABRICATION A.Fabricate individual pieces from sheets of raw material using saws, routers, machine tooling, and drills in accordance with manufacturer’s recommendations. Richlite provides recommendations in the document: “Fabrication Manual” PART 3 – EXECUTION 3.01 PREPARATION A.Clean surfaces thoroughly prior to installation. B.Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.02 INSTALLATION A.Securely attach paper composite to steel structure using countersunk, economy-head, or flat-head bolts to match existing, in predrilled holes. Make flat surfaces level; shim where required. Connection hardware shall be stainless steel or galvanized and use washers in accordance with manufacturer’s recommendations. 3.03 CLEANING AND PROTECTION A.Clean surfaces thoroughly. B. Protect installed products until completion of project. C.Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 21 13 00 City of Renton FIRE SUPPRESSION SYSTEMS Project No. CAG-22-014 Page 1 of 3 July 18, 2022 21 13 00 - 1 SECTION 21 13 00 – FIRE SUPPRESSION SYSTEMS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A.The Work in this section shall include all labor, materials, tools and equipment necessary for procuring and installing fire suppression and piping systems, including: 1.Charged fire-suppression water piping, including all connections and valves. 2.Fire equipment cabinets containing hose reels, valves, and fire extinguishers. 1.02 REFERENCES A.American Society of Mechanical Engineers (ASME) 1.ASME B16.5 Pipe Flanges and Flanged Fittings B.ASTM International (ASTM) 1.ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 2.ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products C.American Water Works Association (AWWA) 1.AWWA C151 Ductile-Iron Pipe, Centrifugally Cast 2.AWWA C207 Steel Pipe Flanges for Waterworks Service, Sizes 4 In.Through 144 In. D.National File Protection Association (NFPA) 1.NFPA 24 Standard for the Installation of Private Fire Service Mains and Their Appurtenances 2.NFPA 70 National Electrical Code 3.NFPA 291 Recommended Practice for Fire Flow Testing and Marking of Hydrants 1.03 SUBMITTALS A.Fire service pipe certifications B.Fittings and valves certifications C.Fire cabinet, hose, and extinguisher design drawings or cut sheets PART 2 - PRODUCTS 2.01 FIRE PIPE AND FITTINGS A.Runs specified on the plans shall be galvanized steel pipe rated for at least 250 psi. B.Angle valves for the hose connections shall be a Powhatan 18-157, or approved equal, with a cast finish and 2-1/2-inch male hose threads. Provide end cap and chain. C.Automatic dip ball valve shall be Elkhart model 702 or equivalent. 2.02 FIRE HOSE AND EXTINGUISHER CABINET Fire hose and extinguisher cabinets shall be salvaged and reused. If they or damaged or cannot be salvaged for another reason, they may be replaced with the approval of the Owner/Engineer per the specifications below. A.Fire hose and extinguisher cabinets shall be marine-grade, made from fiberglass, aluminum, or stainless steel sheet metal. Cabinets shall be supplied or painted emergency red. B.Cabinets shall be sized to mount on the railing and not extend higher than the railing. Minimum 6” ground clearance is required. Gene Coulon Memorial Beach Park – North Water Walk Improvements 21 13 00 City of Renton FIRE SUPPRESSION SYSTEMS Project No. CAG-22-014 Page 2 of 3 July 18, 2022 21 13 00 - 2 Cabinets may be single-door, or double-door with separate compartments for hose reel and fire extinguisher. Cabinets shall be solid door with break-glass panel and internal trip handle, sealed to prevent rainwater intrusion. A hole shall be provided in the bottom plate for supply piping. C.Cabinets shall be mounted to the railings at the locations shown on the Drawings using stainless steel U-bolts with nuts inside the cabinets. A minimum of 4 U-bolts, shall be provided at each cabinet, sized for capacity by manufacturer’s recommendations. D.Cabinets shall be clearly labeled on the sides and front “FIRE” in minimum 3” white letters. Existing signs shall be salvaged and reinstalled on the front doors: “Emergency Use Only, Fire Extinguisher, Fire Hose”. E.Each cabinet shall contain: 1. Minimum 100 ft of minimum 1½ inch 250 psi rated fire hose, spooled or folded on a hanger. 2. Gate valve connecting piping to hose, accessible in one of the lower corners of the cabinet. 3. Minimum 20 lb ABC dry chemical fire extinguisher. PART 3 - EXECUTION 3.01 GENERAL A.Contractor shall preserve and protect all existing utilities and other facilities including but not limited to: electrical, water and sewer utilities, surface or storm drainage, or survey monuments. The Contractor shall immediately repair or replace utilities or other facilities damaged during construction. The Contractor shall support and protect all existing utility conduits, pipes, or service lines where they cross or are near active work. 1.The Contractor shall give at least 72 hours’ notice to the Owner prior to: i.Needing water or sewer main line locates; ii.Interruption of water service in any area; or iii.Use of water from any fire hydrant. B.Contractor and Fabricator to verify all fit-ups prior to order. 3.02 INSTALLATION A.Pipes shall be installed in accordance with the manufacturer’s printed specifications and instructions, and in conformance with AWWA C151 and NSF/ANSI 61. B.The pipes shall be handled carefully to prevent damage to the pipe, pipe lining, or coating. Pipe and fittings shall be loaded and unloaded using hoists and slings to avoid shock or damage, and under no circumstances shall they be dropped, skidded, or rolled. If any part of the coating or lining is damaged, repair thereof shall be made in a manner satisfactory to the Engineer at the Contractor’s expense. All pipe and fittings shall be inspected for defects. Damaged pipe will be rejected and the Contractor shall immediately place all damaged pipe apart from the undamaged and shall remove the damaged pipe from the site within 24 hours. C.Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw or by special pipe cutter. D.All pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed and smoothed to assure a good connection. E.The fire pipes shall be attached to the North Water Walk as shown on the plans. F.To prevent foreign material from entering the pipe and fittings during handling and installation, the open end of the pipe shall be protected by a water-tight plug at all times, except when jointing the next section of pipe. G.Under no circumstances shall pipe deflections, either horizontal or vertical, exceed the manufacturer’s printed recommendations. Where deflections would exceed the manufacturer’s recommendations, fittings shall be used. H.Vertical deflections to avoid obstructions that exceed allowable pipe joint deflections shall be accomplished by the use of fittings and joint restraints conforming to the plans. Additional fittings to those indicated on the plans will be required to accomplish these vertical deflections. I.All joints within 50 feet of tees, or bends greater than, or equal to 45 degrees, shall be restrained. J.Water service shall only be interrupted to the North Water Walk while construction activities are underway. Contractor shall maintain Gene Coulon Memorial Beach Park – North Water Walk Improvements 21 13 00 City of Renton FIRE SUPPRESSION SYSTEMS Project No. CAG-22-014 Page 3 of 3 July 18, 2022 21 13 00 - 3 fire extinguishers and pumped water supply at the construction area while fire suppression system is not present. Alert Fire Department when service will be interrupted and anticipated duration. K.Interruption of water services, disconnected or interrupted as a part of this Project, shall be limited to four (4) hours and shall be done outside of adjacent businesses’ operating hours. Notification of the Owner, park staff, tenants, Fire Department, Mercer Island Police, Renton Police and other safety officers affected by any water service interruptions shall be made a minimum of 24 hours in advance of the interruption of service. L.The Contractor shall maintain continuous water service at a volume and pressure to match existing, to all structures, with either existing, temporary or new piping, except as provided in this Section. 3.03 FLUSHING A.Open bore flushing is required of all installed water pipes to remove any foreign matter. The Contractor shall furnish, install and remove all pumps, fittings and pipes necessary to perform the flushing and shall dispose of all water and debris flushed from the water pipe. Flushing through fire hydrants, reduced outlets or fittings shall not be permitted unless specifically authorized in writing by the Engineer. The Contractor shall notify the Owner/Engineer, in writing, 48 hours in advance of any flushing operation. 3.04 HYDROSTATIC TESTING A.Hydrostatic testing will be conducted in the presence of the Engineer on newly installed water pipes after “Open Bore” flushing, in accordance with the requirements of AWWA C600 and as stated hereafter. B.Furnish pumps, test gages, plugs, saddles, corporation stops, miscellaneous hose, piping, and other equipment necessary to fill pipeline with water and complete hydrostatic test. Furnish 4-1/2-inch minimum diameter test gage having 0 to 300 psi range with 1/4 of 1 percent accuracy accompanied with certifications of accuracy from a laboratory approved by the Engineer. C.Prior to testing, fill pipeline with water and allow to stand under pressure a sufficient length of time to allow escape of air. D.Test pipelines and connecting piping in sections between temporary caps or valves. Testing against closed valves is permitted, provided pressure differential across valve does not exceed rated working pressure of valve. E.Test fire service piping at 250 psi. Vent air in pipe prior to test. F.Test by pressurizing main to required pressure, stop pump for 15 minutes, then pressurize main to test pressure again. Observe section being tested to detect visible leakage. Accurately determine water quantity required to restore pressure by pumping through positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. Test acceptability will be determined as follows: Quantity of water lost from main shall not exceed number of gallons per hour as determined by the following: Pipe Size Allowable Leakage (Gal./Hr./1000 Ft.) 1-1/2 inch 0.20 2 inch 0.20 4 inch 0.20 6 inch 0.25 There shall not be appreciable or abrupt loss in pressure during 15-minute test period. G.After test is complete, each valve will be acceptable if there is no immediate loss of pressure on gage when pressure is applied to valve being checked. Verify that pressure differential across valve does not exceed rated test pressure of valve. H.Correct visible leakage detected regardless of allowable leakage specified above. If tested section fails to meet pressure test successfully as specified, locate and repair defects and retest pipeline at no cost to Owner. I.Prior to notifying Engineer to witness pressure test, equipment shall be set up completely, ready for operation, and have tested successfully to ensure that pipe is in satisfactory condition. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 00 00 City of Renton GENERAL ELECTRICAL REQUIREMENTS Project No. CAG-22-014 Page 1 of 5 July 18, 2022 26 00 00 - 1 SECTION 26 00 00 – GENERAL ELECTRICAL REQUIREMENTS GENERAL DESCRIPTION OF WORK This Section includes the following: Supporting devices for electrical components. Electrical identification. Electrical demolition. Cutting and patching for electrical construction. Touchup painting. RELATED SECTIONS Section 09 96 26 – Coatings. REFERENCES Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUBMITTALS Field Test Reports: Indicate and interpret test results for compliance with performance requirements. For each type of raceway, wire, splice kits, fittings, etc., indicated. Include clearly marked manufacturers technical data. DEFINITIONS EMT: Electrical metallic tubing. FMC: Flexible metal conduit. IMC: Intermediate metal conduit. LFMC: Liquidtight flexible metal conduit. RNC: Rigid nonmetallic conduit. RECORD DRAWINGS Maintain continuously updated redline drawings during progress of the project. Show all changes from the contract documents. Provide detail dimensions for locations of conduit concealed by concrete or earthwork. QUALITY ASSURANCE Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 00 00 City of Renton GENERAL ELECTRICAL REQUIREMENTS Project No. CAG-22-014 Page 2 of 5 July 18, 2022 26 00 00 - 2 Comply with NFPA 70. COORDINATION Coordinate chases, slots, inserts, sleeves, and openings with general construction work and arrange in structure during progress of construction to facilitate the electrical installations that follow. Set inserts and sleeves in poured-in-place concrete, masonry work, and other structural components as they are constructed. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Where electrical identification devices are applied to field-finished surfaces, coordinate installation of identification devices with completion of finished surface. Provide temporary power to the construction site. Coordinate requirements with all trades. Furnish support structures – scaffolding, rigging, etc. - necessary to complete the project. Remove structures prior to completion of the project. WARRANTY Contractor shall warrant entire system for a minimum period of two years. This warranty shall include all installed components under Division 26. Note: the warranty period for other systems may be longer; see other sections of these specifications. PRODUCTS SUPPORTING DEVICES Metal Items for Use Outdoors: 316 stainless steel. Slotted-Steel Channel Supports: Flange edges turned toward web, and 9/16-inch- (14-mm-) diameter slotted holes at a maximum of 2 inches (50 mm) o.c., in webs. Expansion Anchors: Carbon-steel wedge or sleeve type. Toggle Bolts: All-steel springhead type. ELECTRICAL IDENTIFICATION Identification Devices: A single type of identification product for each application category. Use colors prescribed by ANSI A13.1, NFPA 70, and these Specifications. Raceway and Cable Labels: Comply with ANSI A13.1, Table 3, for minimum size of letters for legend and minimum length of color field for each raceway and cable size. Type: Preprinted, flexible, self-adhesive, vinyl. Legend is overlaminated with a clear, weather- and chemical- resistant coating. Color: Black letters on orange background. Legend: Indicate panel, circuit, and voltage. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 00 00 City of Renton GENERAL ELECTRICAL REQUIREMENTS Project No. CAG-22-014 Page 3 of 5 July 18, 2022 26 00 00 - 3 Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self-adhesive vinyl tape, not less than 1 inch wide by 3 mils thick (25 mm wide by 0.08 mm thick). Underground Warning Tape: Permanent, bright-colored, continuous-printed, vinyl tape with the following features: Not less than 6 inches wide by 4 mils thick (150 mm wide by 0.102 mm thick). Compounded for permanent direct-burial service. Embedded continuous metallic strip or core. Printed legend that indicates type of underground line. Engraved-Plastic Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched or drilled for mechanical fasteners 1/16-inch (1.6-mm) minimum thickness for signs up to 20 sq. in. (129 sq. cm) and 1/8-inch (3.2-mm) minimum thickness for larger sizes. Engraved legend in black letters on white background. Warning and Caution Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch (1-mm), galvanized-steel backing, with colors, legend, and size appropriate to the application. 1/4-inch (6-mm) grommets in corners for mounting. Fasteners for Nameplates and Signs: Self-tapping, stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. EXECUTION ELECTRICAL EQUIPMENT INSTALLATION Headroom Maintenance: If mounting heights or other location criteria is not indicated, arrange and install components and equipment to provide the maximum possible headroom. Materials and Components: Install level, plumb, and parallel and perpendicular to other structural systems and components, unless otherwise indicated. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. Right of Way: Give to raceways and piping systems installed at a required slope. ELECTRICAL SUPPORTING DEVICE APPLICATION Damp Locations and Outdoors: stainless steel materials. Dry Locations: Steel materials. Support Clamps for PVC Raceways: Click-type clamp system. Selection of Supports: Comply with manufacturer's written instructions. Strength of Supports: Adequate to carry present and future loads, times a safety factor of at least four; minimum of 200-lb (90-kg) design load. SUPPORT INSTALLATION Install support devices to securely and permanently fasten and support electrical components. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 00 00 City of Renton GENERAL ELECTRICAL REQUIREMENTS Project No. CAG-22-014 Page 4 of 5 July 18, 2022 26 00 00 - 4 IDENTIFICATION MATERIALS AND DEVICES Install at locations for most convenient viewing without interference with operation and maintenance of equipment. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated in the Contract Documents or required by codes and standards. Use consistent designations throughout Project. Self-Adhesive Identification Products: Clean surfaces before applying. Install continuous underground plastic markers during trench backfilling, for exterior underground power, control, signal, and communication lines located directly above power and communication lines. Locate 6 to 8 inches (150 to 200 mm) below finished grade. If width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches (400 mm), overall, use a single line marker. Install warning, caution, and instruction signs where required to comply with 29 CFR, Chapter XVII, Part 1910.145, and where needed to ensure safe operation and maintenance of electrical systems and of items to which they connect. Install engraved plastic-laminated instruction signs with approved legend where instructions are needed for system or equipment operation. Install metal-backed butyrate signs for outdoor items. DEMOLITION Protect existing electrical equipment and installations indicated to remain. If damaged or disturbed in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. Accessible Work: Remove exposed electrical equipment and installations, indicated to be demolished, in their entirety. Abandoned Work: Cut and remove buried raceway and wiring, indicated to be abandoned in place, 2 inches (50 mm) below the surface of adjacent construction. Cap raceways and patch surface to match existing finish. Remove demolished material from Project site. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation. CUTTING AND PATCHING Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces required to permit electrical installations. Perform cutting by skilled mechanics of trades involved. Repair and refinish disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. Install new fireproofing where existing firestopping has been disturbed. Repair and refinish materials and other surfaces by skilled mechanics of trades involved. FIELD QUALITY CONTROL Inspect installed components for damage and faulty work, including the following: Raceways. Wire and connectors. Supporting devices for electrical components. Electrical identification. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 00 00 City of Renton GENERAL ELECTRICAL REQUIREMENTS Project No. CAG-22-014 Page 5 of 5 July 18, 2022 26 00 00 - 5 Electrical demolition. Cutting and patching for electrical construction. Touchup painting. REFINISHING AND TOUCHUP PAINTING Refinish and touch up paint. Paint materials and application requirements are specified in Division 9 Section 09 96 26 – Painting. Clean damaged and disturbed areas and apply primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. CLEANING AND PROTECTION On completion of installation, including outlets, fittings, and devices, inspect exposed finish. Remove burrs, dirt, paint spots, and construction debris. Protect equipment and installations and maintain conditions to ensure that coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 19 City of Renton CONDUCTORS AND CABLES Project No. CAG-22-014 Page 1 of 3 July 18, 2022 26 05 19 - 1 SECTION 26 05 19 – CONDUCTORS AND CABLES GENERAL DESCRIPTION OF WORK This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less. RELATED SECTIONS Section 26 00 00 – Basic Electrical Materials and Methods. REFERENCES Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifi- cation Sections, apply to this Section. SUBMITTALS Product Data: For each type of product indicated. Field Quality-Control Test Reports: From Contractor. QUALITY ASSURANCE Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the Inter- National Electrical Testing Association and that is acceptable to authorities having jurisdiction. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Comply with NFPA 70. PRODUCTS MANUFACTURERS Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorpo- rated into the Work include, but are not limited to, the manufacturers specified. CONDUCTORS AND CABLES Available Manufacturers: American Insulated Wire Corp.; a Leviton Company. General Cable Corporation. Southwire Company. Refer to Part 3 "Conductor and Insulation Applications" Article for insulation type, cable construction, and ratings. Conductor Material: Copper complying with NEMA WC 5 or 7; solid conductor for No. 10 AWG and smaller, stranded for No. 8 AWG and larger. Conductor Insulation Types: Type THW or THHN-THWN; XHHW complying with NEMA WC 5 or 7. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 19 City of Renton CONDUCTORS AND CABLES Project No. CAG-22-014 Page 2 of 3 July 18, 2022 26 05 19 - 2 CONNECTORS AND SPLICES Available Manufacturers: AMP Incorporated/Tyco International. Hubbell/Anderson. O-Z/Gedney; EGS Electrical Group LLC. 3M Company; Electrical Products Division. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. EXECUTION CONDUCTOR AND INSULATION APPLICATIONS Interior dry location Feeders and Branch Circuits: Type THHN-THWN, single conductors in raceway. Underground or outside Feeders and Branch Circuits: Type XHHW, single conductors in raceway for feeders and under- ground branch circuits; Type THHN-THWN, single conductors in raceway for indoor branch circuits (#10 and smaller). INSTALLATION Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conduc- tor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips that will not damage cables or race- way. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. Support cables according to Division 26 Section 26 00 00 - Basic Electrical Materials and Methods. Identify and color-code conductors and cables according to Division 26 Section 26 00 00 - Basic Electrical Materials and Methods. CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufactur- er's torque values are not indicated, use those specified in UL 486A and UL 486B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than un-spliced conductors. Splices below grade shall utilize epoxy resin encapsulated or gel type splice kits. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches (300 mm) of slack. FIELD QUALITY CONTROL Testing: Perform the following field quality-control testing: After installing conductors and cables and before electrical circuitry has been energized, test for compliance with requirements. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 19 City of Renton CONDUCTORS AND CABLES Project No. CAG-22-014 Page 3 of 3 July 18, 2022 26 05 19 - 3 Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters. Test Reports: Prepare a written report to record the following: Test procedures used. Test results that comply with requirements. Test results that do not comply with requirements and corrective action taken to achieve compliance with re- quirements. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 26 City of Renton GROUNDING AND BONDING Project No. CAG-22-014 Page 1 of 4 July 18, 2022 26 05 26 - 1 SECTION 26 05 26 – GROUNDING AND BONDING GENERAL DESCRIPTION OF WORK This Section includes grounding of electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections. RELATED SECTIONS Section 26 05 19 - Conductors and Cables. REFERENCES ASTM IEEE UL Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUBMITTALS Product Data: For each type of product indicated. Product Data: For the following: Ground rods. Field Test Reports: Submit written test reports to include the following: Test procedures used. Test results that comply with requirements. Results of failed tests and corrective action taken to achieve test results that comply with requirements. QUALITY ASSURANCE Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Comply with UL 467. PRODUCTS MANUFACTURERS Manufacturers: Subject to compliance with requirements, provide products by one of the following: Grounding Conductors, Cables, Connectors, and Rods: Apache Grounding/Erico Inc. Chance/Hubbell. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 26 City of Renton GROUNDING AND BONDING Project No. CAG-22-014 Page 2 of 4 July 18, 2022 26 05 26 - 2 Erico Inc.; Electrical Products Group. Framatome Connectors/Burndy Electrical. ILSCO. Kearney/Cooper Power Systems. Korns: C. C. Korns Co.; Division of Robroy Industries. O-Z/Gedney Co.; a business of the EGS Electrical Group. Raco, Inc.; Division of Hubbell. Thomas & Betts, Electrical. GROUNDING CONDUCTORS For insulated conductors, comply with Division 26 Section 26 05 19 - Conductors and Cables. Equipment Grounding Conductors: Insulated with green-colored insulation. Grounding Electrode Conductors: Stranded cable. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. Bare Copper Conductors: Comply with the following: Solid Conductors: ASTM B 3. Assembly of Stranded Conductors: ASTM B 8. Tinned Conductors: ASTM B 33. Copper Bonding Conductors: As follows: Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG copper conductor, 1/4 inch (6.4 mm) in diameter. Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor. Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 1-5/8 inches (42 mm) wide and 1/16 inch (1.5 mm) thick. Tinned Bonding Jumper: Tinned-copper tape, braided copper conductors, terminated with copper ferrules; 1-5/8 inches (42 mm) wide and 1/16 inch (1.5 mm) thick. CONNECTOR PRODUCTS Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. Bolted Connectors: Bolted-pressure-type connectors, or compression type. Welded Connectors: Exothermic-welded types, in kit form, and selected per manufacturer's written instructions. EXECUTION APPLICATION Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 26 City of Renton GROUNDING AND BONDING Project No. CAG-22-014 Page 3 of 4 July 18, 2022 26 05 26 - 3 In raceways, use insulated equipment grounding conductors. Exothermic-Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. Equipment Grounding Conductor Terminations: Use bolted pressure clamps. EQUIPMENT GROUNDING CONDUCTORS Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. Install equipment grounding conductors in all feeders and circuits. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. Metal Poles Supporting Outdoor Lighting Fixtures: Provide a grounding electrode in addition to installing a separate equipment grounding conductor with supply branch-circuit conductors. INSTALLATION Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic-welded connectors for outdoor locations, unless a disconnect- type connection is required; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. Install one test well for each service at the ground rod electrically closest to the service entrance. Set top of well flush with finished grade or floor. CONNECTIONS General: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. Make connections with clean, bare metal at points of contact. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. Make aluminum-to-galvanized steel connections with tin-plated copper jumpers and mechanical clamps. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. Exothermic-Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 26 City of Renton GROUNDING AND BONDING Project No. CAG-22-014 Page 4 of 4 July 18, 2022 26 05 26 - 4 Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. Compression-Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. FIELD QUALITY CONTROL Testing: Perform the following field quality-control testing: After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements. Test completed grounding system at each location where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall-of-potential method according to IEEE 81. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 33 City of Renton RACEWAYS AND BOXES Project No. CAG-22-014 Page 1 of 4 July 18, 2022 26 05 33 - 1 SECTION 26 05 33 – RACEWAYS AND BOXES GENERAL DESCRIPTION OF WORK Section Includes: Metal conduits, tubing, and fittings. Nonmetal conduits, tubing, and fittings. Surface raceways. Boxes, enclosures, and cabinets. RELATED SECTIONS Section 26 00 00 – Electrical General Requirements REFERENCES Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifi- cation Sections, apply to this Section. SUBMITTALS Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. DEFINITIONS GRC: Galvanized rigid steel conduit. PRODUCTS METAL CONDUITS, TUBING, AND FITTINGS Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. GRC: Comply with ANSI C80.1 and UL 6. EMT: Comply with ANSI C80.3 and UL 797. FMC: Comply with UL 1; zinc-coated steel. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. Fittings for EMT: i. Material: Steel. ii. Type: compression. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 33 City of Renton RACEWAYS AND BOXES Project No. CAG-22-014 Page 2 of 4 July 18, 2022 26 05 33 - 2 Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental condi- tions where installed, and including flexible external bonding jumper. NONMETALLIC CONDUITS AND FITTINGS Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. RNC: Type EPC-80-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. Solvents and Adhesives: As recommended by conduit manufacturer. SURFACE RACEWAYS Listing and Labeling: Surface raceways shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. BOXES, ENCLOSURES, AND CABINETS General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be corrosion resistant and listed for use in wet locations. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, Type FD, with gasketed cover. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, with gasketed cover. Box extensions used to accommodate new finishes shall be of same material as box. Gangable boxes are prohibited. Enclosures: Comply with UL 50 and NEMA 250 with continuous-hinge cover with flush latch unless otherwise indicated. Exterior enclosures: NEMA Type 4X. 316 stainless steel or powder coated 304 stainless steel/marine grade aluminum. Interior Panels: NEMA Type 12. Enclosures larger than 12” x 12” x 6”d in any dimension: (i) Hinged door in front cover with flush latch and concealed hinge. EXECUTION RACEWAY APPLICATION Outdoors: Apply raceway products as specified below unless otherwise indicated: Exposed Conduit: GRC. Concealed Conduit, Above-grade: GRC. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Mo- tor-Driven Equipment): LFMC. Boxes and Enclosures, Abovegrade: NEMA 250, Type 4X. Minimum Raceway Size: 3/4-inch (21-mm) trade size, except when specifically noted otherwise. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 33 City of Renton RACEWAYS AND BOXES Project No. CAG-22-014 Page 3 of 4 July 18, 2022 26 05 33 - 3 Raceway Fittings: Compatible with raceways and suitable for use and location. Rigid Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. EMT: Use compression fittings. Comply with NEMA FB 2.10. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. Install surface raceways only where indicated on Drawings. INSTALLATION Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. Complete raceway installation before starting conductor installation. Arrange stub-ups so curved portions of bends are not visible above finished slab. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches (300 mm) of changes in direction. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to construction features and/or building lines. Support conduit within 12 inches ((300 mm)) of enclosures to which attached. Raceways Embedded in Slabs: Run conduit larger than 1-inch (27-mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maxi- mum 10-foot (3-m) intervals. Arrange raceways to keep a minimum of 2 inches (50 mm) of concrete cover in all directions. Do not embed threadless fittings in concrete unless specifically approved by engineer for each specific location. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm) trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. Gene Coulon Memorial Beach Park – North Water Walk Improvements 26 05 33 City of Renton RACEWAYS AND BOXES Project No. CAG-22-014 Page 4 of 4 July 18, 2022 26 05 33 - 4 Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb (90-kg) ten- sile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Comply with manufacturer's written instructions for solvent welding RNC and fittings. Expansion-Joint Fittings: Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds 25 feet (7.6 m). Install in each run of above- ground RNC conduit that is located where environmental temperature change may exceed 100 deg F (55 deg C) and that has straight-run length that exceeds 100 feet (30 m). Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. In- stall fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. Install expansion fittings at all locations where conduits cross building or structure expansion joints. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufactur- er's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated. Recessed Boxes in Masonry Walls: Install box flush with surface of wall. Prepare surfaces to provide a flat surface for a watertight connection between box and cover plate or supported equipment and box. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Locate boxes so that cover or plate will not span different finishes. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. PROTECTION Protect coatings, finishes, and cabinets from damage and deterioration. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 84 00 City of Renton IRRIGATION Project No. CAG-22-014 Page 1 of 6 July 18, 2022 32 84 00 - 1 SECTION 32 84 00 – IRRIGATION GENERAL 1.01 GENERAL A. Furnish and install an extension to an existing automatically-controlled, underground irrigation system and associated equipment, labor, and materials as indicated. B. This Section also includes the Guarantee of the irrigation system during the planting Guarantee Period of one (1) year duration to ensure the health and establishment of plant materials. Refer to Section 32 90 00 Planting. 1.02 EXISTING IRRIGATION SYSTEM A. Prior to beginning construction, the Contractor and Owner’s Representative must meet on site to test and document the working order and condition of the existing irrigation system. B. Coordinate existing underground automatic irrigation system with new irrigation. Repair all damage to existing irrigation system caused by construction, and return existing irrigation system to a fully operational preconstruction condition at no additional cost to Owner. Existing irrigation “As-Built” Drawings are available from Owner. 1.03 SCOPE OF WORK A. Furnish and install an extension to an existing underground automatic irrigation system to provide efficient and even irrigation with head-to-head coverage of all new planting areas shown on the Contract Drawings. Irrigation system must have no overspray into Lake Washington and be complete and ready for operation. B. The work included in this Specification (whether mentioned or not) must consist of all tools, materials, tests, permits and other related items necessary for the installation and operation of the irrigation system. Included must be all labor necessary for installation, including trenching, plumbing, back-filling, adjustments, and all other items of labor necessary for a satisfactory operating system. C. Irrigation piping layout is schematic. Locate piping in lawn and planting areas. Avoid conflicts with plant materials, signs, and drainage systems. D. Any item of labor, material or equipment not specified or shown in detail, but incidental to or necessary for the complete installation and proper operation of the system, must be furnished by the Contractor without additional cost to the Owner. 1.04 RELATED WORK A. Related work in other sections of these Specifications includes but is not limited to: 1. Specification 32 90 00 – PLANTING, for plant material, landscape Guarantee Period, and planting accessories. 1.05 QUALIFICATIONS OF INSTALLER A. Contractor must be a bonded irrigation contractor. The sprinkler irrigation system must be installed by an experienced irrigation mechanic, Certified Irrigation Technician, or Journeyman Plumber. 1.06 VERIFICATION A. Before proceeding with any work, inspect the site, carefully check all grades and verify all dimensions and conditions affecting the work in order to proceed safely. Changes or alterations to the system to meet actual conditions must be made at no additional cost to the Owner. B. Report to the Owner’s Representative all deviation and/or conflicts between Drawings, Specifications and site conditions. Extra work arising from failure to do so must be completed at the Contractor's expense. C. Prior to the start of any work, verify available static water pressure (PSI) and gallons per minute (GPM) at point-of-connection to water service. Submit written verification of available PSI to Owner’s Representative prior to beginning work. Any replacement, Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 84 00 City of Renton IRRIGATION Project No. CAG-22-014 Page 2 of 6 July 18, 2022 32 84 00 - 2 relocation or additional materials required as a failure to check (PSI) must be completed at the Contractor’s expense. 1.07 CHANGE ORDERS AND SUBSTITUTIONS A. Do no work for extra compensation without prior written approval of the Owner in the form of a Change Order. B. The intent of the Contract Drawings and Specifications is to provide an extension to an existing integrated irrigation system. 1.08 PERMITS, CODES AND REGULATIONS A. Apply for and pay for all necessary permits and fees as required by Local Authority and prevailing ordinances and/or codes. B. Keep fully informed and must comply with all existing laws, codes, ordinances, and regulations which in any way affect the conduct of the work. 1.09 INTERPRETATION OF THE CONTRACT DRAWINGS A. Irrigation Drawings are diagrammatic and are not intended to show exact location of such items as piping, valves, and other equipment. Locate these items as closely as possible or as per related details to sign post, timber barrier, and permanent natural features. B. Pipe lines shown parallel on the Contract Drawings may be placed in a common trench. Sprinkler heads placement may be adjusted during installation in order to avoid spray blockage. C. Trenching that may potentially disturb root systems of existing trees and shrubs is to be brought to the attention of the Owner’s Representative before proceeding. 1.10 PROTECTION OF WORK, PROPERTY AND PERSONS A. Take all necessary precautions to protect work in progress, all property, persons, utilities, walks, curbs, and pavement from any damage that might be incurred arising from this Contract. Repair to the satisfaction of the Owner, at Contractor's expense, any damage to the above and existing landscape. 1.11 CONDUCT OF WORK A. Continuously maintain a competent superintendent or foreman during progress of the work, with the authority to act in all matters pertaining to the work. The Contractor must give personal attention to the fulfillment of the contact and must keep the work under control. B. Confine operations to the working areas allotted by the Owner, including material and equipment storage. C. Progressively clean the work site of debris and rubbish as the work proceeds. Keep streets, parking areas, sidewalks and site clean, free from debris and affected drains open and free flowing at all times. D. Locate and identify all underground utilities prior to digging and/or driving stakes. E. Repair to the satisfaction of the Owner any damage to existing utilities. Existing known utilities have been shown on the Engineering and/or Survey Drawings and will be made available from the Owner and/or Utility Companies. It will be the Contractor's responsibility to verify utility locations on the ground with a pipe-finder or by other means. Contact Utility Locate at 1- 800-424-5555 in advance of any digging to have existing utilities located and marked on-site. The Contractor must be responsible for the protection of existing known utilities. Should the ditching intercept and damage any existing utilities, all further work within said area must stop until the Owner is advised and the Owner can review a repair method and schedule. F. Provide barricades and safety guards, and any other structures or improvements necessary for the complete protection of the public. G. The Contractor must bear sole responsibility for damage to and/or water leaks on the Owner’s property and any property located outside of the project site, which is caused by the Contractor’s negligence during construction of the project. The Contractor must also bear sole responsibility for any pollution of rivers, streams, groundwater or other waters that may occur as a result of construction operations. The Contractor must replace, repair and pay for all damages caused by his/her negligence to the satisfaction of the Owner prior to final payment. Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 84 00 City of Renton IRRIGATION Project No. CAG-22-014 Page 3 of 6 July 18, 2022 32 84 00 - 3 H. During the installation of the new irrigation system extension, if underground utilities are encountered that prohibit installation of the irrigation extension, notify the Owner’s Representative. Do not proceed with until a written resolution has been reached between the Owner’s Representative and the Contractor. 1.12 GUARANTEE A. Guarantee the irrigation system for all workmanship and material for a period of one (1) year, coinciding with planting Guarantee Period. Repair and/or replace defective irrigation equipment as determined by the Owner for the duration of the guarantee period. Repairs and/or replacements must be made in the same manner as specified for the original irrigation system and must be completed at no cost to the Owner. B. Should any trouble develop within one (1) year which, in the opinion of the Owner, is due to inferior or faulty material and/or workmanship, the trouble must be corrected, without delay, to the satisfaction of the Owner and at the Contractor's expense. C. Any settling of backfilled trenches must be repaired by the Contractor at the Contractor's expense, including but not limited to sodded lawn, and/or planted areas. 1.13 MAINTENANCE A. It is expressly understood the Owner will be responsible for the maintenance of the irrigation system. 1.14 TESTS A. Pre-test for Coverage Test prior to the Owner’s Representative's review of said tests to confirm that the irrigation system will meet the requirements of the specified test. B. Once pre-test is completed and acceptable results are confirmed by the Contractor, tests must be witnessed by the Owner’s Representative. The Contractor must give at least 48 hours advance notice of test. 1.15 SUBMITTALS A. Irrigation Material Documentation 1. Submit 1 set of samples and/or manufacturer's "Catalog Cuts" of all material as noted in Specifications. Failure to do so may result in non-acceptance of materials already used or hauled to the site. Any removal or delays incurred will be at the expense of the Contractor. All samples submitted for approval must be unaltered and of quantity sufficient to allow for proper inspection and review. B. Manufacturer’s Instruction / Maintenance / Operation Information: 1. The Contractor must provide the following, in PDF format. a. List of authorized distributers and service representatives for each item of equipment used, including names, addresses and phone numbers. b. Parts list with specifications numbers for each item installed. C. Irrigation Design Drawings: See General Section herein. D. As-Built Drawings: See As-Built Drawing Section herein. E. Written documentation of existing static water pressure (PSI) and flow (GPM). 1.16 AS-BUILT DRAWINGS A. The Contractor must be responsible for maintaining a current and accurate record of all equipment installed and record any deviations to the plans (all deviations to the plans must be approved by the Owners Representative). All ball valve locations must be dimensioned on As-Built drawings. Upon completion of the system and prior to acceptance, the Contractor must provide the Owner’s Representative with a neat and clean reproducible hard copy set of As-Built drawings. The contractor must also provide the As-Built drawings as a scanned PDF. Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 84 00 City of Renton IRRIGATION Project No. CAG-22-014 Page 4 of 6 July 18, 2022 32 84 00 - 4 PRODUCTS 2.01 GENERAL A. All materials and equipment must be new and of the best quality. All items of equipment or material must be as specified or approved equal. B. All PVC piping to be installed on top of finish grade shall be painted flat black. Paint shall cover primer and joint compound, and care taken not to paint soils, mulch, or surrounding vegetation. 2.02 PLASTIC PIPE AND FITTINGS A. PVC pipe upstream and downstream of the control valves must be Schedule 40 complying with ASTM D1785. B. All glued and threaded fittings for lateral lines must conform to the requirements of ASTM D2466 Schedule 40 PVC. All fittings must be of the solvent weld type except where risers, valves, etc. require threaded transition fittings. C. All threaded fittings for mainlines must conform to requirements of ASTM D2464 Schedule 80 PVC. All glued fittings for mainline must conform to requirements of ASTM D2466. D. All pipe must be marked with manufacturer's name, class of pipe and NSF seal. Pipe must bear no evidence of interior or exterior extrusion marks. Pipe walls must be uniform, smooth and glossy. Pipe may be pre-belled or with individual solvent-weld couplings. E. All threaded fittings for mainlines must conform to requirements of ASTM D2464 Schedule 80 PVC. All glued fittings for mainlines must conform to the requirements of ASTM D2466, Schedule 40 PVC. F. PVC Threaded Nipples: Schedule 80, complying with ASTM D1785. G. All pipe must be delivered in at least 20 foot lengths. H. All PVC pipe and fittings must conform to the following minimums: 1. Tensile strength 78F 5,000 psi 2. Izod impact strength (notched) 0.65 ft. lb./in. 3. Modulus of elasticity 300,000 psi 4. Compressive strength 8,500 psi 5. Flexural strength 10,000 psi 2.03 PVC PIPE JOINT COMPOUND AND PRIMER A. Joint compound: Slow drying, heavy-duty PVC solvent cement type. B. Primer: Tinted, compatible with joint compound. 2.04 SPRAY HEADS A. Must be of the type, manufacturer and size shown on the Contract Drawings or approved equal. 2.05 MANUAL BALL VALVE A. Manual ball valve shall be Schedule 40 PVC, SxS, sized to match lateral line. 2.06 VALVE BOXES A. Unless otherwise specified, the ball valve must be enclosed in Carson Industries with locking lid or approved equal. Valve box lid shall be green in color. B. Size valve boxes as required to provide approximately 3 inches clear between valve box and valve on all sides. Provide and install valve box extensions as required. 2.07 BACKFILL MATERIALS A. Sand (backfill soils around PVC pipe): 1. Fine granular material naturally produced by rock disintegration and free from organic material, loam, clay and other Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 84 00 City of Renton IRRIGATION Project No. CAG-22-014 Page 5 of 6 July 18, 2022 32 84 00 - 5 deleterious substances. B. Native Material (backfill soil around PVC pipe): 1. Soil native to project site free of wood and other deleterious materials and rocks over one inch diameter. 2.08 OTHER SUPPLIES A. All Ell’s, T’s and miscellaneous fittings shall be Schedule 40 PVC. EXECUTION 3.01 EXISTING SYSTEM PROTECTION A. Protect and maintain existing irrigation system during the entire construction period. All interruptions to existing irrigation water service must be approved by Owner prior to periodic shutdowns. Repair and/or replace any damage to existing system. All new pipe and fittings are subject to visual inspection for leaks prior to backfill. 3.02 TRENCHING A. The contractor will save and maintain any sod from the trenches and replace it after system installation. Sod must not be displaced for more than 72 hours. Survival of the sod must be warranted as specified. B. Trenches must allow for minimum 12 inches of cover over lateral lines where undergrounded. Excavate no wider at any point than is necessary to lay pipe or install equipment. Excavate with vertical sides. C. All trenches must be straight and not have abrupt changes in grade. Trenching that may potentially disturb root systems of existing trees must be brought to the attention of the Owner’s Representative before proceeding with work. D. The trench bottoms and bedding material surrounding all pipes must be free of rocks greater than one inch in diameter and all sharp-edged objects. Bed and surround all pipe with Backfill Material as specified in these Specifications. E. Pulling of pipe is not permitted unless otherwise reviewed by Owner’s Representative and approved by the Owner. 3.03 INSTALLATION A. PVC Pipe and Fittings: 1. Due to the nature of PVC pipe and fittings, the Contractor must exercise care in handling, loading, unloading and storing to avoid damage. Any pipe that has been dented or damaged must be discarded until such damage has been cut out and the pipe is rejoined with a coupling. 2. PVC pipe ends must be cut to 90 degrees to the pipe length and cleaned of all cutting burrs prior to cementing. Use approved reaming tool. Pipe ends must be wiped clean with a rag lightly wetted with PVC thinner. Cement must be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe. Pipe must be inserted into the fitting and given a quarter turn to seat the cement. Excessive use of cement is not permitted. Pipe will be tested as indicated elsewhere in these specifications. 3. Backfilling must be completed when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short time before backfill or by backfilling in the early part of the morning before the heat of the day. 4. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. 5. Great care must be taken to insure that the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. 6. All threaded joints must have Teflon tape installed per manufacturer recommendations. B. Irrigation heads (MP Stake kit with MP Rotor) 1. Install per detail shown on the Contract Drawings. C. Manual Ball Valve 1. Install per detail shown on the Contract Drawings. D. Backfilling: 1. In refilling trenches, the bedding around the pipe and fittings must be approved “Backfill Materials” and must be well tamped. If necessary, provide suitable imported backfill. Trenches must be thoroughly compacted and water-settled. Trenches must be Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 84 00 City of Renton IRRIGATION Project No. CAG-22-014 Page 6 of 6 July 18, 2022 32 84 00 - 6 backfilled uniform with the surrounding grade, raked to a slight mound, then rolled with a 250 pound roller, or compact with a vibrator. 2. All roots, rocks and surplus excavation must be removed from the site unless otherwise directed. 3. Before backfilling, all underground components must remain exposed so that they can be viewed during testing. Leave all joints exposed; then complete backfilling after flushing, inspection and preparation of "As-Built Drawings". The location, inspecting and testing provisions of these specifications will be strictly adhered to. If, for any reason, any part of the sprinkler system is backfilled before approved location, testing, or inspection is authorized by Owner’s Representative, it must be completely uncovered and exposed until approved for backfilling by the Owner’s Representative. 3.04 COVERAGE TESTING A. Before acceptance of the sprinkler system, the Contractor, in the presence of the Owner’s Representative, must perform an irrigation water "Coverage Test" to determine if the water coverage and operation of the irrigation circuit is complete and satisfactory. If any part of the circuit is inadequate, it must be repaired or replaced at the Contractor's expense and the test repeated until accepted. The Contractor must give 48 hours written notice to the Owner’s Representative prior to the field review. B. The Contractor must also adjust and balance sprinkler heads for optimum and uniform coverage without excessive fogging or overthrow on to signage, or fencing; adjust all sprinkler head heights and set all valve boxes to proper grade prior to final review by Owner’s Representative. 3.05 COMPLETE CIRCUIT FUNCTIONALITY TEST (PUNCH LIST) A. Upon approved completion of the Coverage Test, trenching and installation of all equipment, the Contractor must request a Complete System Functionality Test of the entire irrigation circuit including: backfilling, irrigation heads, ball valve, valve boxes, and all other equipment. B. From this inspection, a punch list must be prepared by the Owner’s Representative and presented to the Contractor for completion. The Owner’s Representative must give a date for completion of the punch list, not to exceed 10 working days. 3.06 CLEAN-UP A. Clean and remove all debris from work areas including paving, curbs, catch basins, manholes and planting areas, etc. caused by the Contractor’s work on this project prior to watering. All hard surfaced areas must be washed clean. Daily clean up must be required on all areas used for circulation, parking, or other daily use. 3.07 SYSTEM FAMILIARIZATION 1. Upon acceptance of the system by the Owner, the Contractor must provide the Owner necessary keys and/or other tools necessary to operate/drain/activate the system and spend sufficient time with the Owner to insure that the system operation/maintenance/winterizing can continue after the departure of the Contractor. The Contractor will be liable for all damages or losses resulting from failure to comply with the provisions of this paragraph. END OF SECTION Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 1 of 12 July 18, 2022 32 90 00 - 1 SECTION 32 90 00 - PLANTING PART 1 GENERAL 1.01 SUMMARY Install landscaping using the materials as shown in the Contract Drawings and/or as specified in the Specifications. Install landscape to grades and conform to areas as shown in the Contract Drawings. The location of work must include all areas within the limits of clearing and grading and all areas outside of the limits which are disturbed in the course of construction activities. Restore all landscape areas impacted by construction to existing or improved conditions. Confine operations to the working areas allotted by the Owner for operations, including material and equipment storage. 1.02 SCOPE OF WORK Furnish all materials, equipment, labor and related items necessary to complete the work shown in the Contract Drawings and/or as specified in the Specifications. The work included in this section (whether mentioned or not) consists of all labor, tools, materials, tests, permits and other related items necessary for the provision and installation of all plant materials in a first quality workmanlike manner. Coordinate the layout and installation of plant materials with the installation of the irrigation system to ensure complete and full irrigation coverage of the planted areas. This section includes a Guarantee Period of one (1) year duration from Physical Completion to ensure the health and establishment of plant materials. 1.03 REFERENCES This specification section incorporates by reference the latest revisions of the following documents. 1. American Nursery & Landscape Association/American National Standards Institute (ANSI): Z60.1, American Standard for Nursery Stock (ASNS). 2. International Society of Arboriculture Best Management Practice Series. 3. Tree Care Industry Association (TCIA): Standards for Tree Care Operations ANSI A300, Latest Edition. 4. Washington State Department of Transportation Standard Specification, latest edition. In case of conflict between the requirements of this specification section and the listed documents, the requirements of the contract specification sections must prevail. All standards must include the latest additions and amendments as of the date of advertisement for bids. 1.04 RELATED WORK Related work in other sections of these Specifications includes but is not limited to: 1. Specification 32 84 00 –IRRIGATION, for underground sprinkler and drip irrigation systems. 1.05 DEFINITIONS Nomenclature for plants and varieties must be in accordance with the current edition of: 1. Hortus Third, The Staff of the L. H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York, or 2. Flora of the Pacific Northwest, Hitchcock and Chronquist, University of Washington Press, 1998, or 3. PLANTS Database Website, as published and maintained by the United States Department of Agriculture, Natural Resources Conservation Service, (http://plants.usda.gov/). The term "Contractor" as used in this Specification section must refer to the Landscape Contractor. Trees and shrubs will hereinafter be collectively referred to as, “plants” or “plant material.” Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 2 of 12 July 18, 2022 32 90 00 - 2 1.06 PERMITS, CODES, AND REGULATIONS Obtain and pay for all necessary permits and fees as required by the Local Authority and prevailing ordinances and/or codes. Keep fully informed and comply with all existing laws, codes, ordinances and regulations that in any way affect the conduct of the work as drawn and specified. If the Contractor observes that a conflict exists between permit requirements and the work outlined in the contract documents, the Contractor must promptly notify the Owner’s Representative in writing including a description of any necessary changes and changes to the contract price resulting from changes in the work. Wherever references are made to standards or codes in accordance with which work is to be performed or tested, the edition or revision of the standards and codes current on the effective date of this contract must apply, unless otherwise expressly set forth. In case of conflict among any referenced standards or codes or among any referenced standards and codes and the specifications, the more restrictive standard must apply or Owner’s Representative will determine which must govern. 1.07 QUALITY ASSURANCE All work must be performed by a licensed and bonded Contractor registered in the State of Washington and must be qualified for landscaping work through certification by the Washington Association of Landscape Professionals (WALP) or by the Washington State Nursery and Landscape Association (WSNLA). Contractor must be experienced in landscape work of best-accepted trade practices and have equipment and personnel adequate to perform the work specified. Contractor must be familiar and comply with “American Standard for Nursery Stock” (ANSI Z60.1) published by the American Nursery & Landscape Association. The Contractor must continuously maintain a competent superintendent or foreman during the progress of the work, with the authority to act for the Contractor in all matters pertaining to the landscape work. That individual, who must direct the work, must be thoroughly familiar with the types of materials being installed and the proper methods for their installation. The Contractor must progressively clean the work site of debris and rubbish as the landscape work proceeds. Site Inspections will be made by the Owner Representative. 1. Request Owner Representative inspections at least 48 hours in advance of the time inspection is required. 2. Inspections for the following critical path items are required: a. Preconstruction meeting prior to start of landscape work. b. During soil preparation and soil installation activities c. Inspection of plant materials before planting. d. Layout of plant material. e. Tree planting and proper staking. f. For Substantial Completion of all work (development of physical punch list items). g. For Physical Completion of all work (physical punch list items satisfactorily completed). 1.08 SUBMITTALS Plant Material Documentation: 1. Within 30 calendar days after award of a Contract, submit written documentation to the Owner’s Representative that all specified plant materials have been ordered or procured. 2. List plant suppliers’ names, addresses, and phone numbers and list respective growing or storage locations with addresses. 3. Submit color photographs of representative specimens of each type of tree and shrub on the plant list from the respective nursery. Photos must be minimum 300 DPI digital *.jpg format, taken from an angle that depicts the size and condition of the typical plant to be furnished. Photos will show foliage, form, rootball, and trunk conditions. A scale rod or other measuring devise must be included in the photograph. 4. Approval of plant material documentation must not be considered as final acceptance of the plant material itself. Soil Tests 1. Submit Soil Test Reports for: a. Planting Soil. Submit suppliers and catalogue cutsheets for planting accessories Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 3 of 12 July 18, 2022 32 90 00 - 3 1. Tree stakes 2. Temporary plant protection fencing 3. Beaver fencing 4. Habitat area sign a. Submittal to include full sized PDF proof for review and approval. 5. Root barrier Substitutions 1. No substitution of plant material, species, size, grade, or variety, will be permitted. 2. Should at any time, the procured nursery stock is lost or compromised due to weather or other natural occurrences, notify the Owner’s Representative immediately of the need to locate new material. 1.09 PROJECT CONDITIONS Inspect the site before proceeding with any work, carefully check all grades, elevations, service and utility locations, irrigation system components, and verify all dimensions and conditions affecting the work. Any discrepancies, conflicts, or deviations between the Contract Drawings, Specifications, and site conditions must be immediately communicated to the Owner in writing for clarification. Work done after discovery, unless authorized by the Owner’s Representative and extra work arising from failure to notify the Owner is at the Contractor’s risk and expense. Existing known utilities have been shown in the Contract Drawings and additional information will be made available from the Owner or the Utility Companies. Verify, locate, and protect all known underground and above-ground utilities prior to digging or other earthwork activities. Promptly notify the Owner’s Representative of any conflict between proposed work and obstruction(s). Failure to follow this procedure places upon the Contractor the responsibility and expense of making any and all repairs for damage from work therefrom. Underground Obstructions 1. In the event that undisclosed rock, concrete, crushed rock, boulders, gravel, soils contaminated with toxic substances, hardpan, or other underground obstructions are encountered in the subgrade, alternate planting locations may be selected by the Owner’s Representative. 2. Where alternate planting locations are not accepted, the obstruction must be removed to a depth of not less than 3 feet below the bottom of root balls of plant material, when plants are properly set at the required finished grade. Alternately, other solutions to the problem will be reviewed with the Owner. 3. Work required to resolve the problem, such as removal of such underground obstructions will be as a unit price basis and agreed upon by a Change Order prior to commencement of work. Confine work to designated areas. Minimize disturbance to adjacent existing plants during new tree and shrub installation. Protect lawn areas traversed during landscape installation activities from damage. Do not disturb existing vegetation outside project limits and protect all plant materials within project limits not designated to be removed, unless approved by the Owner’s Representative prior to construction. Do not permit material storage under or around new or existing trees and vegetation. 1.10 PROTECTION OF WORK, PROPERTY, AND PERSONS Take all necessary precautions to protect work in progress, all property, persons, walks, curbs, structures, utilities, pavement, and buildings from any damage that might be incurred arising from this Contract. The Contractor must pay for any damage incurred by failure to take precautions at the Contractor's expense. Protect all paved surfaces from staining or clogging by planting soil and mulch. Do not remove protection until after initial acceptance of all work. Protect lawn areas from compaction, ruts, or any detrimental impacts resulting from work described in specifications and contract drawings. Contractor is responsible for protection of landscaping work from theft and vandalism until final acceptance of work in whole or in part. 1.11 MAINTENANCE PRIOR TO PHYSICAL COMPLETION Begin maintenance immediately after each plant is planted. Water, mulch, weed, cultivate, and otherwise maintain and protect Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 4 of 12 July 18, 2022 32 90 00 - 4 plants and landscape work on a regular basis (at least weekly) until Physical Completion. Tighten and repair tree ties and stakes as required. Correct defective work as soon as possible after it becomes apparent and weather and season permit. Reset settled plants to proper grade and position, remove and replace dead plant material, and restore lawn areas and/or finish grade conditions. Maintain mulch in planting beds at required compacted depths indicated in Contract Drawings. Upon completion of landscape work and prior to receipt of certificate of Physical Completion, remove excess soil and debris from the site and repair all damage resulting from construction operations. Do no pruning without approval of the Owner’s Representative. 1.12 LANDSCAPE MAINTENANCE DURING GUARANTEE PERIOD The Owner will be responsible, during the Guarantee Period, for normal establishment and maintenance of the project landscape. 1.13 GUARANTEE PERIOD The Guarantee Period must not begin until: 1. All landscape items on the list of items to be completed or corrected have been resolved. 2. All planting is alive, healthy, growing and installed as specified. 3. The landscape work is deemed Physically Complete. Guarantee Period must be 365 calendar days after the Physical Completion date of the landscape, including irrigation work, to ensure healthy, vigorous growth and establishment of plant material and will end with Final Acceptance. Guarantee the work of this specification section against all defects of materials and workmanship, and plant material is established, remains alive, and is in a healthy, vigorous condition. Plant Replacement at the end of the Guarantee Period 1. The Contractor must be responsible for providing enough plants for replacement of unacceptable plant material at the end of the Guarantee Period. Unacceptable plant material includes trees, shrubs and sod areas that have died, been damaged, are missing, or that are, in the opinion of the Owner in unhealthy or unsightly condition, or that have lost their natural shape and symmetry due to dead branches, excessive and unnecessary pruning, incorrect staking, excessive defoliation. 2. Any plant material that is 25% or more dead or disfigured must be considered dead and must be replaced at no charge. A tree must be considered dead when the main leader has died back or when 25% of the canopy is dead. 3. All plants are subject to one (1) replacement per item at the end of the Guarantee Period. This includes dead plants, missing plants (theft), and plants stolen or damaged by the acts of others (vandalism). Replace dead, damaged, or missing plants with the same species, caliper, and/or equal size as the plants they replace, unless the Owner determines a substitute species plant of equal value may be provided. 4. Plant material replacements made by the Contractor must be completed during the spring (March 15 to May 15) or autumn planting periods (Sept 20 to Nov 15) unless otherwise approved by Owner’s Representative. Plant material replacement and lawn repair must be subject to the same conditions and must be made in the same manner as specified for the original planting and must be done at no extra cost to the Owner. 5. After each replacement, the Contractor must submit a marked planting plan showing the exact location of each item replaced and the date when the replacement was made. Guarantee all replaced material during the Guarantee Period for an additional 365 calendar days from the date of replacement. The guarantee must be applicable to any growing conditions through which plants of like kind could be expected to survive and any deformity or cause of death which could be attributed to, or affected by, the physiological condition of the plant must be deemed replaceable cause. However, this would not apply to plant losses due to: 1. Extreme weather conditions such as wildfires, floods, freezing rain, wind storms (with recorded wind speeds greater than 60 MPH), drought, winter kill caused by extreme cold and severe winter conditions not typical of the project location, or abnormal rains, as determined by the National Weather Service. 2. Acts of vandalism by the Owner or direct negligence on the part of the Owner. Final Acceptance 1. Acceptance of Plant Material. Final Acceptance of all planting work described in this Specification section, with the exclusion of possible replacements of plant materials under the Guarantee, must be made by the Owner’s Representative to Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 5 of 12 July 18, 2022 32 90 00 - 5 determine 100% completion of the Contract work as specified herein. 2. Final Acceptance of the landscaping will be provided in writing by the Owner at the end of the Guarantee Period. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT Provide all materials and equipment as required to complete the work as shown on the Contract Drawings and/or as described in the Specifications. 2.02 IMPORTED SITE SOIL Supply of all soil components required for the performance of this Contract and determine the volume of soil required to fulfill Contract obligations. Soil Mixes 1. Planting Soil mix must consist of sandy loam soil, sand and compost. Approved planting soils and suppliers are: 2. Winter Mix from Cedar Grove Compost, (425) 432-2395. 3. Winter/Supreme Mix from Pacific Topsoils Inc, (425) 337-2700. 4. Or approved equal. All soil mixes must be thoroughly blended off site. Compost, Sandy Loam, and Sand must be as specified herein. Soil Test Reports for each soil mix must be as specified herein. All soil mixes must be free of pests, toxic substances and other undesirable material harmful or detrimental to ornamental plant growth. Soil mixes must not contain any viable seeds, roots, or rhizomes capable of sprouting any State-listed noxious weeds or invasive root propagating plants including but not limited to horsetail, English ivy, clematis, knotweed, etc. Soil found to contain these prohibited viable plant materials must be removed and replaced at the Contractor’s expense. 2.03 SOIL COMPONENTS General 1. Submit planting soil supplier’s certification of sand, sandy loam, and compost, as applicable for Owner’s Representative’s review and acceptance prior to use on project site. 2. Certification tests must be dated within ninety (90) days of proposed installation of soil on the project site. Compost 1. Compost must be Fine Compost and comply with the requirements of Washington State Department of Transportation Standard Specification 9-14.5(8). 2. The compost must be tested within 90 calendar days of proposed use. 3. Compost sources must be submitted to the Owner’s Representative for review and approval prior to use on the project site. Approved sources: a. Cedar Grove Compost; Maple Valley, WA; (425) 432-2395. b. Pacific Topsoils Inc; Everett, WA (425) 337-2700. Sand 1. Sand must be “Washed Building Sand” and meet the following analysis: Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 6 of 12 July 18, 2022 32 90 00 - 6 Size 1/4” & 3/8” #4 & #6 #10 #18% #20% #40 #100 #200 Sieve ASTM E-11 ASTM E-11 ASTM E-11 ASTM E-11 ASTM E-11 ASTM E-11 ASTM E-11 ASTM E-11 Percent Passing 100 95 – 100 65 – 75 35 – 50 < 30 < 20 2 – 10 1 – 5 2. Permissible Chemical Ranges: a. Salinity (milliohms per centimeter of saturation extract @ 25°C) Nil – 3.0 b. Boron (saturation extract concentration) Nil – 1.0ppm c. Sodium (sodium absorption ratio – SAR) Nil – 6.0 Sandy Loam 1. Sandy Loam must be topsoil as defined by the United States Department of Agriculture Classification system and the requirements as described herein. 2. Sandy Loam must consist of loose, moderately well-drained, and friable soil. And be free of stones, debris, and/or similar objects. Sandy Loam should be fertile and free-flowing (pulverized). 3. Sandy Loam must be free of pests, toxic substances and other undesirable material harmful or detrimental to ornamental plant growth. Planting Soil must not contain any viable seeds, roots, or rhizomes capable of sprouting any State-listed noxious weeds or invasive root propagating plants including but not limited to horsetail, English ivy, clematis, knotweed, etc. Soil found to contain these prohibited viable plant materials must be removed and replaced at the Contractor’s expense. 4. Sandy Loam must have a pH between 5.0 to 7.0 and organic matter percentage of 2% min. – 10% max. (by weight). Drainage must be a minimum of 1.5 inches per hour. Permeability or hydraulic conductivity testing must be performed on accordance with ASTM D 2434, Standard Test Method for Permeability of Granular Soils. Assume a relative compaction of 85% of modified maximum dry density (ASTM D 1557). Particle Size must meet the following sieve requirements: Sieve Size 1” ½” #10 Percent Passing 100 % > 90% > 70% 2.04 MULCH Hog Fuel Mulch must be coarse shredded wood derived from the mechanical grinding of whole trees or portions of trees. It may contain wood, wood fiber, branches, and leaves, but must not contain visible amounts of soil. It must be free of weeds and weed seeds, including plants on the King County Noxious Weed list and must be free of invasive plant portions capable of resprouting, including but not limited to horsetail, English ivy, clematis, Japanese knotweed, etc. It must not contain more than 1/2% by weight of manufactured inert material (plastic, concrete, ceramics, metal, etc.). 1. Particles must not be longer than eight inches. 2. Acceptable substitutes, subject to the Owner Representative’s approval, include shredded woody material left from tree trimmings, meeting the above size and inert material requirements, derived from composting operation screening (“overs”), or derived from recycling of clean dimensional lumber (e.g., pallets or framing lumber) that has passed through a metal removal process to meet the 1/2% manufactured inert standard above. 2.05 PLANT MATERIAL Have plant material available at the project site for review during scheduled site visits to secure approval of plant materials. Owner reserves the right to reject any or all plant material at any time until final review and acceptance. Remove rejected plants immediately from the site. All plant material furnished by the Contractor must conform to the requirements of the current issue of “American Standard for Nursery Stock” (ASNS) and in addition, must comply with the following provisions: 1. Each species of plant delivered to the project must be accurately labeled with a securely attached, waterproof tag bearing Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 7 of 12 July 18, 2022 32 90 00 - 7 the legible designation of the common name and full scientific name and size of plant. Include the nomenclature for hybrid, variety, or cultivar. Whether or not labeled, any plants, which do not conform to the Plant Schedule and/or Contract Drawings, must be replaced immediately with plants that conform to specifications. 2. All plant material must meet State and Federal requirements with respect to plant health and absence of diseases and insect infestation. 3. All plant material must be nursery grown stock that has been held in a nursery for at least one year. 4. All plant material specified must be first-class representatives of their normal species or varieties in healthy growing condition with normal well-developed branch system and vigorous root systems. a. They must be free from disease and insect infestation, disfiguring knots, sun-scalds, abrasions of the bark, broken tops, broken branches, torn roots, and any other objectionable features. b. Plants, which have suffered damage as the result of girdling of the roots, stem, or a major branch; have deformities of the stem or major branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury, or condition which renders the plant unsuitable for its intended use, will be rejected. 5. Large plants cut back to meet specified sizes will be rejected. Plants must not have cuts or pruning wounds over 3/4-inch diameter that are not satisfactorily callusing over. 6. Plant material must not have weeds at the tops of rootballs or any foreign plant growth. 7. Root balls of all plant materials must be solidly held together by a fibrous root system and must be composed only of the soil in which the plant has been actually growing. The ball must be securely wrapped with non-treated, jute burlap, or other packing material that is not injurious to the plant’s life. 8. Provide the number of plants shown on the Plant Schedule in Contract Drawings. 9. Trees a. Trees must have been grown with sufficient spacing to allow for symmetrical branch development and full canopy which reflects the natural characteristics of the species. Tree trunks must not be noticeably imperfect in vertical alignment, have straight leaders, and there must be no “included bark” in the crotches between the trunk and side branches. b. Trees with multiple leaders must be rejected. c. Trees with a damaged or crooked leader, “Y” crotches, missing leaders, bark abrasions, sunscald, disfiguring knots, insect damage, or cuts of limbs over 3/4 inch in diameter that are not completely closed will be rejected. d. Evergreen trees must be furnished balled and burlapped (B&B) unless otherwise specified in the Contract. Broken or “made” root balls will not be accepted. e. No pruning wounds must be present with a diameter of more than one (1) inch and such wounds must show vigorous callous on all edges. Trees must not be pruned within 6 months prior to delivery. f. Provide tree root ball sizes complying with the latest edition of the ASNS. Cracked or mushroomed tree root balls are not acceptable. 10. Container-grown Stock: a. Plants grown in a pot or container must have been given a sufficient length of time for new fibrous root system to have developed to hold its soil together and keep the root mass firm and whole when removed from the container. b. Plants must not be loose in the container. c. Container stock must not be pot or root bound. d. Plants furnished in pots or other containers must be acclimated to outside conditions and equal to field grown stock. To acclimate plants to Northwest conditions, all plants used on the project must be grown continuously outdoors north of the 42nd Latitude (Oregon-California border) from not later than April 1 of the year prior to the time of planting. Tree Staking Materials 1. Tree stakes must be installed as shown on Contract Drawings. Stakes must be 8-foot long 2-inch diameter pressure-treated lodgepole pine wood stakes, with chamfered tops and 6-inch long conical points. a. Fastening must be webbed fabric tape, ½” – 1” wide, “Arbor Tie”. 2. Or approved equal. Temporary Plant Protection Fencing Materials 1. End posts shall be: a. Made from western red cedar. b. 6-inch diameter round posts or jumbo split rail post. c. Drilled for mortise and tenon assembly. d. Or approved equal. 2. Line posts shall be: Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 8 of 12 July 18, 2022 32 90 00 - 8 a. Made from western red cedar. b. 3-inch minimum diameter round posts or standard split rail. 3. Rails shall be: a. Made from western red cedar. b. 3-inch minimum diameter round posts or pony split rail. c. Or approved equal. 4. Crushed aggregate: a. Shall meet the requirements of WSDOT specification 9-03.9(4) for maintenance rock. b. Nails shall be: c. 10d galvanized steel common nail. Beaver Fencing Materials 1. Posts shall be: a. Steel T-post, between 4’ and 6’ in length b. Painted green c. 1.25” diameter d. Capped with Stake Safe caps, made from polyethylene, in either black or white color; e. Or approved equal. 2. Galvanized Mesh Fencing shall: a. Be 1”x3” welded wire fencing made from 14-gauge steel and coated in green vinyl. b. Or approved equal. 3. Zip Ties shall be: a. UV stabilized Nylon b. Extra Heavy Duty break strength rated; c. Or approved equal. Habitat Area Sign Materials 1. Sign shall be twelve inches wide by 18 inches tall and formed from aluminum with radiused edges. 2. Font shall be Arial or approved equal. 3. Sign shall be white with blue lettering and boarder; layout and text shall be per Contract Drawings. 4. Sign shall be made from sheet aluminum conforming to ASTM B209 alloy 6061-T6 or alloy 5052-H36 or H38 and be 0.063 inch thickness or greater. 5. Or approved equal 2.06 HERBICIDE AND PESTICIDE No use of herbicides or pesticides will be permitted in conjunction with this project work. PART 3 EXECUTION 3.01 GENERAL All areas as indicated in Contract Drawings must be finish graded and approved by the Owner’s Representative before commencement of planting. All grades must flow smoothly into each other and produce positive drainage. The Contractor is responsible for any adverse drainage conditions that may affect plant growth unless the Contractor contacts the Owner’s Representative immediately indicating any possible problem. Verify all grades with Owner’s Representative before commencement of planting. The Contractor must protect soil and provide adequate and proper care of all plant material (both retained and newly installed) and landscape work, including irrigation, done on the project from the time of installation to the end of the Guarantee Period. Care should be taken to avoid damage to existing shrubs and their roots. Where excavating for new planting is required within areas of existing planting areas to remain, excavate by hand to minimize damage to roots and perform as follows: 1. Use narrow tine spading forks and comb soil to expose roots. 2. If main lateral roots are immediately adjacent to location of new planting, the contractor must notify the Owner prior to any excavation. 3. Do not allow exposed roots to dry out. 4. Provide temporary minimum four (4) inch depth of mulch. Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 9 of 12 July 18, 2022 32 90 00 - 9 5. Maintain in moist condition until covered with planting soil or mulch. 3.02 SUBGRADE PREPARATION All planting area excavation must allow for planting soil, and mulch depths as indicated in Contract Drawings. Areas to receive plant material must be excavated, cleared and grubbed, to accommodate the Work prior to planting and to provide the optimum conditions for plant and tree growth. In areas indicated for excavation, remove and dispose of Japanese knotweed and associated root structures, and top 2 feet of soil. The Contractor shall excavate material directly into containers or bags without stockpiling material on the site. The Contractor shall take precautions to ensure that all plant materials including leaves, stems, seeds, roots, and rhizomes are placed and secured and completely removed from the site and disposed of in a legal land-fill. Vegetation and soils shall not be dragged, carried or otherwise transported across the site except in a covered and appropriately sealed container. At the completion of this work, tools shall be washed off-site, prior to being used on site again. General 1. Soil must not be placed, disked, rototilled, or worked when the ground or planting soil is frozen, excessively wet, there is ponding water, or, in the opinion of the Owner’s Representative, in a condition detrimental to the Work. Finish Grading 1. Establish a finish grade with the compacted depths of planting soil and amendments as shown on the Contract Drawings and a specified herein. After installing soils, drag to an even grade, remove debris and rocks larger than one (1) inch in diameter that appear at the surface, and then roll for firmness prior to planting. 2. Finish grade is defined as the top surface of soil prior to the installation of mulch and sod lawn unless otherwise noted in the Contract Drawings. 3. Finish grading must consist of placing, grading and lightly rolling soil, providing for surface drainage, cutting all necessary drainage swales and generally conforming to finish grades shown in the Contract Drawings and as directed by the Owner’s Representative. 4. Compact finish grade of planting and lawn areas to 85% of maximum dry density as determined by ASTM: D 1557. 5. After settling, finish grades in lawn areas must flush with adjacent lawn for a smooth and continuous grade. 6. After settling, finish grades in planting areas must be flush with adjacent planting beds for a smooth and continuous grade 7. All planting areas must be finish graded and accepted by the Owner’s Representative before commencement of planting, preferably before staking and layout. 3.03 TRANSPORT AND MOVING PLANT MATERIAL Plant material transported in enclosed vehicles must receive adequate ventilation. Plant material transported in open vehicles must be protected by suitable cover material such as tarpaulins. Pack and ship plant material in accordance with prevailing nursery industry standard practice for the type of plant being shipped, and protect at all times against drying sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related handling. Move all plants carefully. Exercise care in handling, loading, unloading, and storing of plant materials. Prevent damage to all plant materials. Do not drag plant material. 1. Trees must be handled by rootball only, not the trunks, stems, or tops. 2. Container grown plants must be handled by container only, not the stems or tops. Tie branches on trees and large shrubs as necessary. Use burlap bags to protect tree bark from rope chafing. No plant must be bound with rope or wire in a manner that could damage or break the branches. Plant material damaged in any way from transport and moving activities must be rejected, discarded and replaced with undamaged materials at no cost to Owner. 3.04 TEMPORARY STORAGE OF PLANT MATERIAL Plants that cannot be planted within 24 hours after arrival to the project site must be “heeled-in” in accordance with accepted horticultural practice and the following requirements: 1. Protect rootball of balled and burlapped with moist earth, sawdust, bark mulch, or other acceptable material and the material Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 10 of 12 July 18, 2022 32 90 00 - 10 must be kept continuously moist. Do not use straw or hay to retain moisture. 2. Protect plant materials at all times from mechanical damage, excessive wet conditions, drying out, and extreme weather including drying winds and direct sun. 3. The root system of all plants must not be permitted to dry out at any time. Set plants in shade and keep roots moist by covering with mulch, soil or other acceptable means of retaining moisture. 4. Foliage on plants may be sprayed with an anti-desiccant during drought and/or excessively hot periods. Anti-desiccant must be specifically formulated for species of plants it will be applied to. 3.05 PLANT LAYOUT: Plants must be placed at the spacing and locations as indicated in the Contract Drawings. Plant layout and staking (or otherwise marking the location of each plant) must be the responsibility of the Contractor. No work must start on the installation of plant material until plant layout and staking has been verified and approved by the Owner’s Representative. The Contractor must notify the Owner at least 5 working days in advance of projected completion of staking and allow 2 working days after the projected completion date for review and any adjustments of the layout by the Owner. No work must start on the installation of plant material until plant layout and staking has been verified and approved by the Owner’s Representative. 3.06 PLANT INSTALLATION: General 1. All plant material must be inspected and determined by the Owner’s Representative to be acceptable for planting, prior to installing. 2. Do not install plants in weather conditions detrimental to plant material. a. Do not plant during freezing weather, when the ground is frozen, or when ground is excessively wet. b. Do not install plants when ambient temperatures drop below 40°F or rise above 80°F. c. Do not install plants when wind velocity exceeds 25 MPH. d. Plants must not be installed in areas that are below finish grade. 3. For work performed during unacceptable and/or weather conditions detrimental to plant material, the Contractor may be required to provide the following services at no additional cost: a. Replacement of all work performed during unacceptable weather conditions. b. Additional watering and maintenance of the plant materials installed during the unacceptable weather conditions and responsibility for all additional costs incurred. 4. Perform planting during the period between September 1 and May 15. Planting at other times must only by done by written permission by the Owner’s Representative and only if an automatic irrigation system is available through the summer. 5. Soak all tree rootballs and container plants which have become dry prior to planting. 6. If groundwater is encountered upon excavation of planting holes, the Contractor must promptly notify the Owner. 7. Plants must be removed from containers in a manner that prevents damage to the root system. Containers may require vertical cuts down the full depth of the container to accommodate removal. All circling roots must be loosened to ensure natural directional growth after planting. 8. Dig pits or planting holes for plant material as indicated on Contract Drawings and consistent with good horticultural practice. The inside surfaces of all planting pits are to be rough, not smooth. If the Contractor encounters clay soil or any unusual condition which may be detrimental to the new planting, the Contractor must notify the Owner’s Representative immediately. Unsuitable material, if encountered, must be removed from the site and planting soil distributed to replace the unsuitable material as Extra Work in accordance with the Specification. Unsuitable material removal will be paid for as a Change Order in accordance with the Specifications. Trees 1. The Contractor must provide the Owner a minimum 4 working days advance notice of the trees to be planted. The Owner must be present to approve the planting method of the trees. The approved method must be consistently applied for all remaining planting of trees. 2. Before planting, completely remove all twine, burlap, wrapping material, fabric grow bags, and wire baskets and completely remove material from the planting hole. All containers must be removed from rootballs before planting. Containers may require vertical cuts down the full depth of the container to accommodate removal. For ball and burlap and container trees, roots showing at the edge of the root ball must be loosened without tearing. The rootball must be placed in the planting pit in Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 11 of 12 July 18, 2022 32 90 00 - 11 a manner that ensures the roots are properly spread for lateral directional growth. 3. Set trees in the planting pit to proper grade and alignment. Set trees upright, plumb, and faced to give the best appearance or relationship to each other or pedestrian areas. Set crown of rootball up to one (1) inch above the finish grade elevation, unless otherwise noted in the Contract Drawings. 4. Backfill must be carefully placed and compacted by water settling. When planting hole is 3/4 backfilled, apply water to water- settle the backfill and remove voids. After settling occurs, the Contractor must add enough soil to cover the roots but must not rework the soil. Do not use frozen or muddy mixtures for backfilling. No soil filling will be permitted against trunks or stems or above grafts on grafted trees. Shrubs 1. Plants supplied in containers must be kept moist at all times and must be removed from the container in a manner that prevents damage to the root system. The plants must not be removed from the container by pulling on the stem. 2. All plastic, burlap, ties, and other container material must be removed from the plant prior to planting. Containers may require vertical cuts down the full depth of the container to accommodate removal. a. Set shrub in the planting pit to proper grade and alignment. Set upright. Install plants so that top of rootball is flush with the finished grade after settlement. Check top of root ball for root flare. If root flare is not found, carefully scrape away excess soil until root flare is exposed. This level must be the top of the rootball and installed flush to the finished grade. b. Backfill must be firmly tamped or compacted without voids around the roots, then covered with mulch, and watered immediately after planting. Pruning and Staking 1. Pruning a. Pruning of trees must be performed at the nursery by the nurseryman and only to remove small or minor broken or damaged branches. Branches must be pruned at the branch collar. Neither stubs nor flush cuts will be acceptable. b. At the time of planting, pruning must only occur to remove minor broken or damaged twigs and branches. No trees or plants must be headed or pruned. No pruning must be allowed to new plant material that impacts a tree’s central leader, removes more than 5% of the foliage, or if foliage has not developed, more than 5% of the foliage buds, or significantly alters the natural form of the plant material being pruned. c. Pruning must be done in such a manner as to retain or to encourage the natural growth characteristics and proper form of the particular plant. Pruning must be done with a sharp tool to produce a clean cut without bruising or tearing the bark. All completed pruning cuts must be in the living wood where callous tissue can develop properly. d. Existing plant roots impacted by soil and plant installation activities shall have damaged roots cleanly cut with a sharp pruning instrument prior to backfill. Torn or frayed edges to the roots shall not be allowed to remain. 2. Staking and Fastening a. All trees must be staked at the time of planting as indicated on Contract Drawings. Each tree must be staked as indicated and tied to the stake with Webbed Fabric Tape to allow for trunk growth. b. Staking must be in a workmanlike operation. Damaged stakes must be promptly removed and replaced. c. Trees and shrubs found out of plumb by wind or other causes must be re-set by loosening the soil around the root system and re-plumbing the tree or shrub, and backfilling and compacting as necessary. Adjustment must not be made by pushing, pulling or restraining the trunk or stem. If, in the opinion of the Owner, damage to the root system has occurred as a result of re-setting a tree or shrub, the tree or shrub must be replaced by the Contractor. d. Tree stakes must be removed at the end of the Guarantee Period. Mulch planting areas with required mulch material at least 4 inches deep immediately after planting. Top dress the entire tree pit with the mulch depth tapered at the tree trunk to prevent contact at the trunk. Installation of mulch shall extend to the limits of soil excavation, see Contract Documents. Soil surface interface should be damp prior to application of mulch. Do not install hog fuel mulch on top of dry planting soil. 4 inch depth is measured after settling and/or compaction has occurred. Thoroughly water mulched areas. 3.07 PLANTING ACCESSORIES INSTALLATION Install tree stakes as indicated on Contract Drawings. Install temporary plant protection fencing as indicated on Contract Drawings. Install beaver fencing as indicated on Contract Drawings. Install habitat area sign as indicated on Contract Drawings. Gene Coulon Memorial Beach Park – North Water Walk Improvements 32 90 00 City of Renton PLANTING Project No. CAG-22-014 Page 12 of 12 July 18, 2022 32 90 00 - 12 Install root barrier as indicated on Contract Drawings. 3.08 CLEAN UP Perform cleaning during installation of the landscape work. Water, dirt, debris, and rubbish to be kept off of all paved areas and pathways. Wash clean all paved areas. Upon completion of landscape work, all excess materials, soil, debris, and equipment must be removed from the site. Repair any damage resulting from landscape work at Contractor’s expense. Planting areas immediately adjacent to timber edging shall be compacted and raked to accommodate the depth of mulch cover, with the mulch surface flush with the surface of adjacent improvement. Planting beds must have a fine, even grade around all plants. Remove all metal, wood, and concrete debris, protective wrappings and coverings, and shipping materials from the project site. Leave project in first quality condition. 3.09 SUBSTANTIAL AND PHYSICAL COMPLETION Inspection to determine Substantial and Physical Completion of planted areas will be made by the Owner’s Representative, upon the Contractor's request. Provide notification at least 5 working days before requested inspection date. 1. Planted areas will be accepted provided all requirements, have been complied with and plant materials are alive and in a healthy, vigorous condition. Upon Physical Completion, the Owner must assume all plant maintenance. 3.10 FINAL ACCEPTANCE Final acceptance of all landscaping work described in this Specification section, with the exclusion of possible replacements of plant materials at the end of the Guarantee Period, must be made by the Owner’s Representative and/or approved representative of the Owner to determine 100% completion and acceptance of the Contract work. This review must be made upon written request to the Owner’s Representative no less than 48 hours prior to the anticipated date of inspection. Should additional final acceptance review(s) be required by the Owner’s Representative due to the failure of the contractor to have the entire project landscape work ready for final acceptance, the contractor must pay to the Owner, any additional expenses by the Owner’s Representative the cost of expenses for each additional review. END OF SECTION GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS BID PHASE ADDENDUM A 09 August 2022 Addendum A - Page 1 of 1 ADDENDUM – A TO THE CONTRACT DOCUMENTS FOR City of Renton GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Project Issued: July 25, 2022 Addendum A Issued: August 9, 2022 Bid Opening Date: August 18 , 2022 To: All Holders of Bid/Contract Documents: This addendum forms part of the Contract Documents and modifies the original Plans and Specifications, for which proposals are due on the date and time above. Acknowledge receipt of this addendum on “Addenda Received” of the Bid Documents in the Contract Documents. Failure to do so might subject the bidder to disqualification. This addendum shall clarify the Contract Documents as follows: Item No. 1 – Pre -Bid Conference Notes Item No. 2 - Bidder Questions & Responses Memorandum #1 Item No. 3 – Specification 06 61 00 FRP Grating Specification 06 61 00 2.03 D shall be amended to read: Resin system: The resin system used in the manufacture of the grating shall be ISOFR or VEFR. Manufacturer may be required to submit corrosion data from tests performed on actual grating products in standard chemical environments. Corrosion resistance data of the base resin from the manufacturer is not a true indicator of grating corrosion resistance and shall not be accepted. Item No. 4 – Specification 05 70 00 Aluminum Float System Specification 05 70 00 1.04.C.4.b shall be amended to read: Live Load: The live load shall be a uniform 60 psf on all surfaces of the floats. Calculation of freeboard shall be permitted to use a 25 psf live load. 8/9/2022 DATE: August 2, 2022 TO: Potential Bidders FROM: Betsy Severtsen, RLA, ASLA/Capital Projects Coordinator SUBJECT: Gene Coulon Memorial Park North Water Walk Improvements, CAG-22-014, Pre-Bid Conference Notes 1. Link to Audio and Video Recordings of Pre-Bid Conference a. https://fileshare.rentonwa.gov:8443/?ShareToken=6B24F348968672BA3939260 C6BFE1F0CD0BBB96B 2. Attendees a. City of Renton – Betsy Severtsen, Capital Projects Coordinator b. City of Renton – Alan J. Wyatt, Capital Projects Manager c. PND Engineers – Colin Kuester, Senior Engineer d. Eric Muller – Pacific Piles and Marine e. Eric Ramirez – American Construction f. Ed Hagedorn – Stellar J Corp. g. Jack Ecklund and Hans Breivik – Quigg Brothers 3. Project Site Overview a. Gene Coulon Memorial Beach Park – Renton’s regional park, located on Lake Washington. b. The North Water Walk is about 40 years old. First phase of structural work occurred on the Ivar’s Deck structure adjacent to the North Water Walk. c. Intent for project: renovate +40-year-old structure and bring into compliance with Washington DNR Lease Requirements (light-penetrating decking, removal of treated wood). 4. Schedule a. Release of Bid Documents: July 25, 2022 b. Pre-Bid Conference: August 2, 2022, 8:30 AM c. Questions Due: August 11, 2022, 5:00 PM i. Submit questions via email to bsevertsen@rentonwa.gov d. Bids Due: August 18, 2022, prior to 2:00 PM i. City of Renton, City Clerk. Lobby, City Hall, 1055 S. Grady Way, Renton e. Bid Opening: August 18, 2022, at 3:00 PM i. Refer to ZOOM link in ADVERTISEMENT FOR BIDS f. Notice to Proceed (Anticipated): October 3, 2022 g. Mobilization on-site: October 10, 2022 Parks and Recreation Department Parks Planning & Natural Resources Division h. In-Water Work Windows: November 16-December 31 and July 16-July 31 i. Substantial Completion Date: September 1, 2023 j. Final Acceptance: 30 days from Substantial Completion Date 5. General Project Requirements a. Bid Submittal Checklist – 00 42 10, provides details on requirements/timing for form submittals b. Bid Proposal Form – City of Renton Bid Form i. Acknowledge Receipt of Addenda ii. Complete Bid Form in entirety and all Supplemental Forms. iii. Subcontractor Listing iv. Alternate c. Proposal Bid Bond d. Bidder’s Qualification Statement e. Performance Bond Required f. City of Renton Business License g. Statement of Intent to Pay Prevailing Wages h. Certificate of Liability Insurance i. Certificate of Compliance with Wage Payment Statues j. Agreement – City of Renton Standard Agreement k. General Conditions – City of Renton Standard General Conditions l. Product Substitution Request 01 40 10 – Substitution requests allowed up to 10 days prior to bid opening. Approved substitutions will be listed on an addenda 6. Project Description and Scope of Work – PND Engineers a. General b. Demolition c. Structural d. Utilities e. Electrical f. Landscape/Irrigation 7. Special Conditions/Construction Access a. Work Hours i. Monday – Friday 7:00 am to 8:00 pm ii. Saturday 9:00 am to 8:00 pm, only with approval of Owner iii. Sunday – no work iv. City recognized Holidays – no work b. Site Access: barge and small-boat/float access c. Contractor Staging Area d. Special Material Testing/Inspections i. Special Material Testing & Inspection Firm provided by Owner. ii. Contractor shall coordinate and schedule all special testing and inspections 8/9/2022 8. Questions and Answers: a. Question: Is it correct that the only items considered in-water work are the pile jackets and pile cap repairs? i. Answer: Yes, the pile and pile cap work are those that apply to the in- water work windows specified in the permits (November 16-December 31 and July 16-July 31). However all of the other permit conditions apply to the rest of the work, including no material may fall in the lake. b. Question: In regard to the Ordinary High Water versus the Ordinary Low Water levels, what are the dates where this changes? i. Answer: The Cover Sheet of the drawings includes the lake levels, note the datums (Army Corps has their own). If you visit the Army Corp Lake Washington water levels website, it provides a summary of the approximate lake levels under the Lake Washington Summary Hydrograph page, see https://www.nwd- wc.usace.army.mil/nws/hh/www/ c. Question: Out of the materials that you mentioned that could be substitutions: Denso and the composite, correct? i. Answer: Correct. d. Question: Does the composite only apply to tables and benches or is this the same material as walers? i. Answer: The walers are a recycled plastic lumber (RPL) material, not composite. These materials are in the specification. Please see the earlier phase work (Ivar’s Deck) for examples of the RPL. The composite material is a separate material. e. Submit all other questions via email to bsevertsen@rentonwa.gov by August 11, 2022, 5:00 PM End of Meeting The above information is reflecting the Pre-Bid Conference meeting agenda items, notes, questions, and attendees as provided in the information provided in the Pre-Bid Conference ZOOM meeting of August 2, 2022. Please notify Betsy Severtsen, City of Renton, of any discrepancies within 24 hours of receipt. Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Bidder Questions and Response PARKS and RECREATION DEPARTMENT M E M O R A N D U M #1 DATE: August 9, 2022 TO: Bidders CC: Colin Kuester, PND Engineers FROM: Betsy Severtsen, Capital Projects Coordinator SUBJECT: Gene Coulon Memorial Park North Water Walk Improvements – Bidder Questions & Responses (CAG-22-014) 1. Bidder’s Question: • What was Phase 1 of the project? Response: • The structure with Ivar’s restaurant that is adjacent to the North Water Walk was an earlier phase of this project. 2. Bidder’s Question: • Please reference specification section 09 96 26 and sheet E0.01. Note 2 under the Luminaire Schedule requires the existing Light Poles to be painted using one of the coating processes required in specification 09 96 26. Please clarify which coating process shall be used to paint the Light Poles and Fixtures. Response: • Section 09 96 26 2.06 G specifies that light poles and fixtures shall be painted. Section 09 96 26 2.02 A defines painted. 3. Bidder’s Question: • Please reference sheet E2.00. Please provide the size of the conduit and conductors starting at the Pilot House and continuing under the west dock, ending at the S12 light pole near the West Picnic area. Response: • Conduit shall be 1.5” unless otherwise noted. 4. Bidder’s Question: • Could you please clarify what the In-Water Work Window means? 1) Is this just relating the diving needed for the pile wrap. Or 2) Does it include work on the water? Bidders Questions – Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Page 2 of 3 August 9, 2022 Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Bidder Questions and Response Response: • In-Water Work Window” refers to the permit requirements to perform work below the Ordinary High Water Level (OHW/OHWL) during certain dates on the calendar. OHW is referenced on the cover sheet of the drawings and Provision 2 of the WDFW Hydraulic Project Approval defines the dates. It includes work on the piles and pile caps as OHW is at an elevation part way up the pile caps. Note, however, that the repair work to caps is projected to be in the dry because the Corps-controlled lake level is typically low in November and December. HPA Provision 2 does not apply to the deck replacement work as it is above OHW, nor does it apply to vessels, barges, and floats used to perform work above the OHW. 5. Bidder’s Question: • Is it possible to list who attended the Pre-Bid Zoom meeting? Response: • Pre-bid meeting minutes, including attendance, will be distributed to all planholders via Addendum A. 6. Bidder’s Question: • Text RFI #1 - Drawing sheet S3.02 shows a dead load freeboard for the floating docks of 15". The specifications section 05 70 00 Aluminum Float System, section 1.04, C, 4, b requires a 60psf live load for the aluminum floating docks. To have a 60psf live load the dead load will have to be much higher. Please revise the live load requirement to industry standard 20psf - 25 psf live load. Can you do that? Response: • Specification will be revised to require 60 psf for structural capacity of framing and 25 psf for freeboard calculation. 7. Bidder’s Question: • RFI #2 - Specification section 05 70 00 Aluminum Float System, section 2.03 Grating A., requires Fibergrate SI60 1-1/2" pultruded fiberglass grating. That is very expensive deck. It is more common today to specify Fibergrate Ecograte 62 ADA compliant (see attached sheet), molded grating that is 1" deep. Will you consider that deck to be an approved equal as long as it is gray color to match the Ivars deck? Response: Bidders Questions – Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Page 3 of 3 August 9, 2022 Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Bidder Questions and Response • Ecograte 62 will not be considered as an alternate. Owner requires clips not visible on the surface and Ecograte 62 does not have I-shaped bars that can be clamped from within. 8. Bidder’s Question: • Would Retro Wrap HD2 be an acceptable substitution for the specified Denso Seashield Series 2000HD pile wrap material. Response: • The substitution request was rejected. Retro Wrap does not include a paste/primer or tape wrap that will fill and conform to lightly pitted surface of piles. Substitutions shall maintain these system components. End of Bidder's Questions & Responses Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 61 00 City of Renton FRP GRATING Project No. CAG-22-014 Page 1 of 3 May 25, 2022 06 61 00 - 1 SECTION 06 61 00 – FRP GRATING PART 1 GENERAL 1.01 SUMMARY A.Scope of Work: The Contractor shall furnish, fabricate (where necessary), and install all fiberglass reinforced plastic (FRP) items, with all appurtenances, accessories and incidentals necessary to produce a complete, operable and serviceable installation as shown on the Contract Drawings and as specified herein, and in accordance with the requirements of the Contract Documents. B.Related Requirements: 1.Section 05 12 00 – Structural Steel Framing 2.Section 05 50 00 – Metal Fabrications 1.02 DEFINITIONS A.The publications listed below (latest revision applicable) form a part of this specification to the extent referenced herein. The publications are referred to within the text by the designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) Test Methods: ASTM D635 Rate of Burning and/or Extent and Time of Burning of Self Supporting Plastics in a Horizontal Position ASTM D732 Shear Strength of Plastics by Punch Tool ASTM E84 Surface Burning Characteristics of Building Materials 1.03 SUBMITTALS A.The Contractor shall furnish shop drawings of all fabricated gratings and accessories in accordance with the provisions of this Section. B.The Contractor shall furnish manufacturer's shop drawings clearly showing material sizes, types, styles, part or catalog numbers, complete details for the fabrication of and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, clip angles, member sizes, and connection details. C.The Contractor shall submit the manufacturer’s published literature including structural design data, structural properties data, grating load/deflection tables, corrosion resistance tables, certificates of compliance, test reports as applicable, concrete anchor systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents. D.The Contractor shall submit sample pieces of each item specified herein, including hold-down hardware, for acceptance by the Owner/Engineer as to quality and color. Sample pieces shall be manufactured by the method to be used in the Work. 1.04 QUALITY ASSURANCE A.All items to be provided under this Section shall be furnished only by manufacturers having a minimum of ten (10) years’ experience in the design and manufacture of similar products and systems. Additionally, if requested, a record of at least five (5) previous, separate, similar successful installations in the last five (5) years shall be provided. B.Manufacturer shall offer a 5 year limited warranty on all FRP products against defects in materials and workmanship. C.Manufacturer shall be certified to the ISO 9001 standard, most current. D.Manufacturer shall provide proof of certification from at least two other quality assurance programs for its facilities or products (DNV, ABS, USCG, AARR). 1.05 PRODUCT DELIVERY AND STORAGE A.Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. Adhesives, resins and their catalysts and hardeners shall be crated or boxed separately and noted as such to facilitate their movement to a dry indoor storage facility. B.Storage of Products: All materials shall be carefully handled to prevent them from abrasion, cracking, chipping, twisting, other deformations, and other types of damage. Store items in an enclosed area and free from contact with soil and water. Store adhesives, resins and their catalysts and hardeners in dry indoor storage facilities between 70 and 85 degrees Fahrenheit (21 to 29 degrees REVISED - ADDENDUM A Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 61 00 City of Renton FRP GRATING Project No. CAG-22-014 Page 2 of 3 May 25, 2022 06 61 00 - 2 Celsius) until they are required. PART 2 PRODUCTS 2.01 MANUFACTURER A.Pultruded grating shall be Fibregrate SI60 1 1/2" inch pultruded fiberglass grating to match adjacent Ivar’s deck, or Engineer-approved equivalent. 2.02 GENERAL A.All FRP items furnished under this Section shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions as specified in the Contract Documents. B.Fiberglass reinforcement shall be a combination of continuous roving, continuous strand mat, and surfacing veil in sufficient quantities as needed by the application and/or physical properties required. C.Resins shall be vinyl ester with chemical formulations as necessary to provide the corrosion resistance, strength and other physical properties as required. D.All finished surfaces of FRP items and fabrications shall be smooth, resin rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. E.All grating shall be further protected from ultraviolet (UV) light with 1) integral UV inhibitors in the resin and 2) a synthetic surfacing veil to help produce a resin rich surface. F.All FRP products shall have a tested flame spread rating of 25 or less per ASTM E 84 Tunnel Test. Gratings shall not burn past the 25 mm reference mark and will be classified HB per ASTM D635. G.All grating clips shall be manufactured of Type 316SS (stainless steel). 2.03 GRATING A.Manufacture: Grating components shall be high strength and high stiffness pultruded elements having a maximum of 70% and a minimum of 60% glass content (by weight) of continuous roving and continuous strand mat fiberglass reinforcements. The finished surface of the product shall be provided with a surfacing veil to provide a resin rich surface which improves corrosion resistance and resistance to ultraviolet degradation. Bearing bars shall be interlocked and epoxied in place with a two piece cross rod system to provide a mechanical and chemical lock. Cross rods should be below the walking surface of the grating. B.Non slip surfacing: Grating shall be provided with a quartz grit (aluminum oxide) bonded and baked to the top surface of the finished grating product. C.Fire rating: Grating shall be fire retardant with a tested flame spread rating of 25 or less when tested in accordance with ASTM E 84. Manufacturer may be required to provide certification of ASTM E84 test on grating panels from an independent testing laboratory. Test data shall be from full scale testing of actual production grating, of the same type and material supplied on the project. Test data performed only on the base resin shall not be acceptable. D.Resin system: The resin system used in the manufacture of the grating shall be ISOFR or VEFR. Manufacturer may be required to submit corrosion data from tests performed on actual grating products in standard chemical environments. Corrosion resistance data of the base resin from the manufacturer is not a true indicator of grating corrosion resistance and shall not be accepted. E.Color: Gray to match Ivar’s Deck grating, submit sample to Owner/Engineer for verification. F.Depth: 1-1/2" deep load bars with a tolerance of plus or minus 1/32". G.Mesh Configuration: Spacing shall be such as to create at a minimum 60% open area meeting the opening requirements of ADA. H.Load/Deflection: Grating shall meet manufacturers published safe recommended loadings with deflection not to exceed the following: 1. Uniform distributed load over a 48" span: 100 pounds per square foot, with a maximum deflection of 0.20". 2.04 GRATING FABRICATION A.Measurements: Grating supplied shall meet the minimum dimensional requirements as shown or specified. The Contractor shall provide and/or verify measurements in field for work fabricated to fit field conditions as required by grating manufacturer to complete REVISED - ADDENDUM A Gene Coulon Memorial Beach Park – North Water Walk Improvements 06 61 00 City of Renton FRP GRATING Project No. CAG-22-014 Page 3 of 3 May 25, 2022 06 61 00 - 3 the work. Determine correct size and locations of required holes or cutouts from field dimensions before grating fabrication. B.Layout: Each grating section shall be readily removable, except where indicated on drawings. Manufacturer to provide openings and holes where located on the contract drawings. Grating support shall be provided at openings in the grating by contractor. C.Sealing: All shop fabricated grating cuts shall be coated with vinyl ester resin to provide maximum corrosion resistance. All field fabricated grating cuts shall be coated similarly by the contractor in accordance with the manufacturer's instructions. D.Hardware: Type 316 stainless steel hold down clips shall be provided and spaced at a maximum of four feet apart at a minimum of four locations per piece of grating, or as recommended by the manufacturer. Provide two clips per hold down location as shown in the project drawings. PART 3 EXECUTION 3.01 INSPECTION A.Shop inspection shall be at the discretion of the Owner and shall be at Owner's expense. The fabricator shall give ample notice to Contractor prior to the beginning of any fabrication work so that inspection may be provided. The grating shall be as free, as commercially possible, from visual defects such as foreign inclusions, delamination, blisters, resin burns, air bubbles and pits. 3.02 INSTALLATION A.Contractor shall install gratings in accordance with manufacturer’s assembly drawings. Lock grating panels securely in place with hold down fasteners as specified herein. Field cut and drill fiberglass reinforced plastic products with carbide or diamond tipped bits and blades. Seal cut or drilled surfaces in accordance with manufacturer's instructions. Follow manufacturer's instructions when cutting or drilling fiberglass products or using resin products; provide adequate ventilation. B.All grating edges either cut or drilled shall be supported for minimum bearing length as shown on the drawings. C.Clips shall be installed as noted on the Drawings, including the use of two clips at each connection point to pinch and secure a single bar. END OF SECTION REVISED - ADDENDUM A Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 1 of 4 May 25, 2022 05 70 00 - 1 SECTION 05 70 00 – ALUMINUM FLOAT SYSTEM PART 1 - GENERAL 1.01 SUMMARY A.The Aluminum Float System is a product to be designed, fabricated, and installed by the Contractor. B.Aluminum Float System shall include all materials, delivery, submittals, equipment, and labor necessary for fabricating, constructing, and installing, and finishing the Float System as shown on the Plans. C.The Plans depict the minimum requirements for the float dimensions, bullrails, grating, layout, furnishings, etc. Float designer shall select a framing system, floatation arrangement, etc. that meet the requirements below and in the Drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A.Section 05 50 00 – Metal Fabrications 1.03 REFERENCES A.ASTM (American Society for Testing and Materials) Specifications. 1.ASTM B209 – Standard Specifications for Aluminum and Aluminum-Alloy Sheet and Plate. 2.ASTM B210 – Standard Specifications for Aluminum and Aluminum-Alloy Drawn Seamless Tube. 3.ASTM B221 – Standard Specifications for Aluminum and Aluminum-Alloy Bar, Rod, Wire, Profiles and Tubes. 4.ASTM B241 – Standard Specifications for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Tube. 5.ASTM B308 – Standard Specifications for Aluminum and Aluminum-Alloy 6061-T6 Standard Structural Profiles. B.The Aluminum Association (AA) – Aluminum Design Manual: Specifications and Guidelines for Aluminum Structures. C.AWS D1.2 Structural Welding Code - Aluminum. 1.04 SUBMITTALS A.Shop Drawings: Contractor shall submit a framing plan for review by the Engineer/Owner. The shop drawings shall include a layout plan, profile and cross sections. The plan shall show the dimensions of the framing and member sizes; flotation material, locations, and fastening; and deck grating, hinges, fit up and weld details and all other details required to furnish the float system as specified and shown in the plans. Contractor shall verify existing float average freeboard prior to demolition. B.Review and approval of submittals by the Owner shall not relieve the Contractor of full responsibility for accuracy of dimensions and details. The Owner’s review and approval of a submittal shall not relieve the Contractor from responsibility for errors or omissions in the submittal. C.Float Calculations: Contractor shall submit design calculations, prepared by an engineer, substantiating that the float design meets the following design criteria. Float calculations shall be stamped and signed by a qualified engineer per Section 1.5. 1.Freeboard Criteria: The design average freeboard under dead load only shall match existing float average freeboard within a tolerance of plus 1” and minus ½”. The average freeboard shall be based on the freeboard at the four corner points of any float unit. Structural frame members shall be a minimum of 4 inches above the water under dead load for the life of the float system. When a 400-pound load is applied along the float centerline, 2 feet from the outer end, there shall be no more than 4 inches loss of freeboard at the end of the dock. 2.List: The steady state condition of the float, without live load, shall not exceed a cross slope 1 inch in 12 feet. 3.Structural Criteria: The float system shall be designed to withstand minimum uniformly-distributed environmental and impact loads acting on the above-water profile of the floats. The float system shall be designed for lifting and handling during installation. 4. Loads: a.Dead Load: The dead load shall consist of the float system frame, fascia boards, hinges, attachment hardware, gangways, benches, tables, and all other equipment permanently attached to the float. b.Live Load: The live load shall be a uniform 60 psf on all surfaces of the floats. Calculation of freeboard shall be permitted to use a 25 psf live load. c.Impact Load: The impact load shall be the equivalent of a 14-foot long small craft, weighing 1,000 lbs, approaching the dock at a 10 degree angle at a velocity of 1 foot per second. d.Environmental Loads: The design wind shall be 110 mph, 3-second gust, exposure category C, from any direction. The REVISED - ADDENDUM A Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 2 of 4 May 25, 2022 05 70 00 - 2 design wave height for the floats is 1.5 feet with a wave period of 2.2 seconds. 5.Load Cases: a.Load cases shall include, but are not limited to: i.Case 1: Dead Load + Uniform Live Load ii.Case 2: Dead Load + Point Live Load iii.Case 3: Dead Load + Wind Load iv.Case 4: Dead Load + 0.75 Wind Load + Wave Load v.Case 5: Dead Load + Impact b.The above load cases shall be applied at a minimum, plus any others, as determined by the float design engineer of record. 6.Grating shall cover 100% of the float surface area. Flotation devices footprint shall not exceed 50% of the total float surface area. D.Material submittals shall, at a minimum, include the following: 1.Aluminum materials 2.Grating and fasteners 3.Polytub floatation 4.Plastic lumber for fascia boards E.Manufacturer’s Resume: Contractor to submit manufacturers resume stating qualifications per Section 1.05, below, and documenting work experience. F.Welding Procedures G.Welder Certification: Certify welders employed in the work, verifying AWS qualification within the previous 12 months. H.Detailed description of float handling, transport and delivery procedures. 1.05 QUALIFICATIONS A.The float system shall be fabricated by a manufacturer that has a minimum of five consecutive years of experience in fabricating and installing similar float systems, on bodies of water in Washington, Oregon or Idaho. B.The engineer for the float system shall be a professional engineer registered in the State of Washington. The engineer shall have at least ten years of work experience in the design of float structures. C.Welders of the float system shall be certified in accordance with AWS D1.2 for aluminum welding, and current qualifications shall be submitted for each welder. PART 2 - PRODUCT 2.01 FRAMING A.All structural members, including tubes, plates, angles and pipe, shall be marine grade aluminum alloy 6061-T6, per ASTM B221. B.Aluminum pipe and round bar shall be 6063-T6. C. Non-conductive isolators shall be used for separation of dissimilar metals. 2.02 FLOATATION TUBS A.Flotation tubs (Polytubs) shall be Premier Materials Technology (Manufactured by ACE Roto-Mold) (800-262-2275) or Engineer- approved equivalent. B.Polytub encasement shall provide 100% protection to all surfaces of the flotation material and allow zero water to enter the unit and shall be 100% virgin grade linear low density polyethylene, black in color, with a nominal wall thickness of 0.150 inches and a minimum wall thickness of 0.125 inches. The encasement shall meet the ASTM 1998D-04 Falling Dart Test to assure the material quality and molding process. The encasement shall have the following minimum characteristics: 1.Density per ASTM D-1505:0.937 g/cc 2.Tensile strength per ASTM D-638:2750 psi 3.Flexural modulus per ASTM D-790:109,000 psi C.Polytub floatation material shall be 100% virgin grade polystyrene, expanded in-place inside the encasement, with a density of 0.8 to REVISED - ADDENDUM A Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 3 of 4 May 25, 2022 05 70 00 - 3 0.937 g/cc based on ASTM D-1505. Floatation material shall not sink or contaminate the water if the encasement is punctured. Material shall meet the Seven Day Hunt Absorption Test of less than 3.0 lbs per cubic foot water absorption in seven days per the test requirements. D.Units shall be secured to the structural frame with minimum ¾” diameter through bolts. Each unit shall have a minimum of six molded mounting slots with 1.50-inch thick mounting flanges. E.The Polytub manufacturer shall furnish test results for each size furnished showing wall thickness, water absorption, falling dart test, and certified buoyancy rating. The manufacturer shall provide a minimum of 15 year warranty with the first 10 years non-prorated. 2.03 GRATING A.Grating used on floats shall be Fibregrate SI60 1 1/2" inch pultruded fiberglass grating, or approved equivalent, meeting the following requirements. 1.Open area of grating shall be at least 60%. A sample shall be submitted for approval. 2.Spacing between load bars shall meet ADA guidelines and be no larger than ½ inch. 3.Grating shall have a coarse grit coating, and be gray to match existing grating at Ivar’s Deck. Surface shall not have indications of delamination at end of warranty period. A sample shall be submitted for approval. 4.The Grating manufacturer shall provide a minimum of 15 year warranty with the first 10 years non-prorated. 2.04 HINGE CONNECTIONS A.Hinge connections shall move freely, without binding, and shall be designed to resist all loads, including torsion and fatigue loads. B.Any steel components shall be isolated from the aluminum frame. 2.05 PLASTIC FASCIA BOARDS A.Fascia board edging shall be plastic lumber HDPE per section 06 60 00 of these specifications. B.Mounting shall accommodate thermal expansion using slotted holes at each connection, recessed bolt heads, and double nuts, and shall be sized efficiently to minimize damage from impact. C.Fascia board shall be continuous around the float perimeter except at hinges and brace connections. Individual segments shall be no more than 8 ft in length, and with ½” gaps between segments. 2.06 STAINLESS FASTENERS A.Stainless steel fasteners shall be 316 stainless steel, unless otherwise noted. B.Stainless washers shall be used under bolt head and nut and shall be 316 stainless steel C.All nuts used on stainless steel bolts shall be Nylock nut and shall be compatible with 316 stainless steel. PART 3 - EXECUTION 3.01 GENERAL A.Aluminum Float System shall be shop fabricated in an approved facility that provides a controlled environment suitable for manufacture of quality welded aluminum products. The shop shall provide adequate work space, equipment and protection from detrimental environmental conditions. B.Welders shall be certified in accordance with AWS D1.2 for aluminum welding, and current qualifications shall be submitted for each welder. C.The Contractor shall furnish the Owner/Engineer with 30 day notice of the beginning of the work at the shop so that special fabrication inspections may be scheduled by the Owner. 3.02 FABRICATION A.The complete aluminum float assembly shall be constructed as shown on the plans. Any materials damaged during transport and delivery and/or during handling and fabrication operations shall be repaired or replaced by the fabricator, at the discretion of the Engineer, and at no additional cost to the Owner. B.Fabricate and assemble components in a shop, to greatest extent possible. Workmanship and finish shall be equal to the best industry REVISED - ADDENDUM A Gene Coulon Memorial Beach Park – North Water Walk Improvements 05 70 00 City of Renton ALUMINUM FLOAT SYSTEM Project No. CAG-22-014 Page 4 of 4 May 25, 2022 05 70 00 - 4 standards and in accordance with the requirements of AWS, AISC, and The Aluminum Association, as applicable. C.All aluminum welding shall be according to AWS D1.2, as applicable. D.Aluminum Fabrication: Edges shall be cut true, smooth and free of burrs. Flame cutting is not permitted. Corner edges shall be ground smooth. Holes shall be drilled or punched. Weld spatter and flash marks shall be removed and ground smooth. Mill stamps and markings shall be removed from all exposed surfaces. E.No drilling and tapping of bolt-up connections shall be permitted. Through bolting with sufficient hardware is acceptable. 3.03 TRANSPORT AND DELIVERY A.The Contractor shall assume full responsibility for any damages or losses resulting from the handling or transport of the aluminum float system during loading, shipping, transport and delivery to the project site as well as the subsequent handling required on site for installation. B.Damage that occurs during transport and delivery and/or during other handling operations prior to final acceptance shall be repaired or replaced by the Contractor at the discretion of the Engineer and at no additional cost to the Owner. 3.04 FLOAT INSTALLATION COORDINATION A.The Contractor shall coordinate the fabrication of the float system and the installation so that the float system operates as intended. In the event the float system does not function as intended, the Contractor shall make the necessary alterations to ensure proper function, at no additional cost to the Owner. B.The Contractor shall take care in handling of floats to avoid damage during transport, storage, assembly, and installation. Storage of flotation units shall be on level surfaces, and shall not be stacked. The supplier shall use the appropriate dunnage to protect the floats while stored on site. Floats shall be protected against damage from any cause. Any damaged units shall be rejected and removed from the site, and replaced at no additional cost. C.Float system shall be assembled such that all float components, connections, gangways, transitions, deck surfaces, fascia boards, and all other accoutrements necessary for a fully functioning float system as shown in the Plans and described in the technical specifications. END OF SECTION REVISED - ADDENDUM A GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS BID PHASE ADDENDUM B 15 August 2022 Addendum B - Page 1 of 2 ADDENDUM – B TO THE CONTRACT DOCUMENTS FOR City of Renton GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS Project Issued: July 25, 2022 Addendum A Issued: August 9, 2022 Addendum B Issued: August 15, 2022 Bid Opening Date: August 18 , 2022 To: All Holders of Bid/Contract Documents: This addendum forms part of the Contract Documents and modifies the original Plans and Specifications, for which proposals are due on the date and time above. Acknowledge receipt of this addendum on “Addenda Received” of the Bid Documents in the Contract Documents. Failure to do so might subject the bidder to disqualification. This addendum shall clarify the Contract Documents as follows: Item No. 1 - Bidder Questions & Responses Memorandum #2 Item No. 2 – Sheet S2.05 North Water Walk Pile Wrap Section and Details At the north end of the North Water Walk, Bent 36 on shore includes galvanized z-bracing which was not noted in the original bid plan set. This is in addition to Bents 34 and 35, which are much taller and include z-bracing over water. The changes necessary to include this detail at Bent 36 have been made to Sheet S2.05 and are attached. Item No. 3 – Appendix E As-Built Drawings 1. Replace attached Structural drawings from the Contract 2 Record Drawing pages, these scans are more legible. 2. Add attached Topographic Survey plans from April 15, 2021. Item No. 4 – New Appendix F – Structural Condition Assessment Report Add Appendix F: Structural Condition Assessment Report summarizing assessment conducted in 2020. The Dive videos (Report’s Appendix E) are labeled by bent and can be downloaded through the following FTP links: https://fileshare.rentonwa.gov:8443/?ShareToken=7862998EB713105E01F2A766FF309E1510 2633A7 https://fileshare.rentonwa.gov:8443/?ShareToken=DE0AB13C13B563DC2F104707209F80375 16096B5 GENE COULON MEMORIAL PARK NORTH WATER WALK IMPROVEMENTS BID PHASE ADDENDUM B 15 August 2022 Addendum B - Page 2 of 2 https://fileshare.rentonwa.gov:8443/?ShareToken=3553035A126B8473D90039485A0D265399 9DB581 https://fileshare.rentonwa.gov:8443/?ShareToken=18CECB9D61552187B9BAD314547CFC9D 950F2B94 https://fileshare.rentonwa.gov:8443/?ShareToken=463704DCD8A127F0329FE72B5983286128 38F005 Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Bidder Questions and Response PARKS and RECREATION DEPARTMENT M E M O R A N D U M #2 DATE: August 15, 2022 TO: Bidders CC: Colin Kuester, PND Engineers FROM: Betsy Severtsen, Capital Projects Coordinator SUBJECT: Gene Coulon Memorial Park North Water Walk Improvements – Bidder Questions & Responses (CAG-22-014) 1. Bidder’s Question: • The provided as-built drawing do not include precast plank schedule indicating sizes of hollow precast deck planks and weights. Please provide as-built precast member details including the precast pile cap details. Response: • Precise details of precast deck panels are unknown. As-Built sheets S21-S28 show the North Water Walk and show overall dimensions of the panels and caps, including the caps in some detail. Much of this detail is reproduced in the Demolition section of the design drawings as well. The panels are labeled “12” P/C Panel” on the drawings without much more detail. It is assumed that they were a standard detail specified in the contract documents of 1981, which have been lost to time. For demolition and weight-calculating purposes, it is known that they are hollow core and that they are partially filled with CIP concrete at the caps per the as-built and Demolition drawings. 2. Bidder’s Question: • Under the permit it requires debris boom or turbidity curtain. What depth is required? Response: • Provision 17 of the HPA requires installing a turbidity curtain or containment boom in a manner that surrounds the construction area for the duration of the project, and that is all that is specified. 3. Bidder’s Question: • Can the contract duration be extended into the available in water work from November 16th, 2023, to December 31st, 2023? Considering contract award date, pile sleave submittals and procurement of the pile sleeves and shipping they will likely not arrive until after the in-water work window starts in November of this year. Bidders Questions – Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Page 2 of 2 August 15, 2022 Gene Coulon Memorial Park North Water Walk Improvements: CAG-22-014 Bidder Questions and Response Response: • Owner and engineer were concerned about this timeline and have verified with specified sleeve supplier that sleeve materials can be delivered within 3 weeks of order placement. Engineer and owner will make every effort to expedite review of submittals immediately upon NTP. As a last resort, the summer 2023 in-water work window is available to complete work that is not completed in the fall 2022 window. 4. Bidder’s Question: • Please provide additional information regarding the Christmas light stands in order to estimate the level of effort more accurately. Approximately how many are there, and what do they look like. Response: • All the Holiday light brackets and chords are removed annually after their use in December. The Contractor will not need to salvage or reinstall these items. 5. Bidder’s Question: • Please confirm that all special inspections will be covered by the owner, or advice if differently. Response: • The owner will employ and pay for independent testing/special inspection for items indicated under the Structural General Notes in the drawings. The Contractor is responsible for providing all other testing and inspection per 00 72 00 Section 5.15. Please see Section 01 40 00 Quality Requirements for Contractor responsibilities (e.g., scheduling, Owner/Engineer notification, etc.) in regard to Special Inspections. 6. Bidder’s Question: • A note is frequently encountered throughout the design drawing stating all steel welds to be 5/16 fillet all around. Please confirm this is intended for shop welds as there are no field weld indicated Response: • Yes, all joined edges shall be seal welded with a 5/16” fillet unless otherwise noted. Some welds are expected to have to be field welds and are labeled as such (S1.09, for example). Other welds are anticipated to be shop welds but may be submitted as field welds if there is benefit to the project. It is expected that field welds will be minimized to the greatest extent possible. End of Bidder's Questions & Responses VF t . x Pr qiO z m F, 5 :1, -ii 1 F —1 -o 0 >1 co) rn -4 r 0 zi tw -1 C 3 — = z A LAKE WASHINGTON(PARCEL 052305 HYDR)LEGENDGENE COULON PARKMEMORIAL BEACH PARKAPPROX I M A T E S H O R E LI N E BUILDINGPARCEL 334450-0775GENE COULONMEMORIAL PARKDOCK / PIERSCALE:GENERAL NOTES1. THE SOLE PURPOSE OF THIS SURVEY IS TO PRODUCED A MAP OF GENE COULON PARK - DOCK / PIER INRENTON, WASHINGTON, FOR PN&D ENGINEERING, INC., AS ILLUSTRATED HEREON.2. THIS SURVEY WAS BASED ON A RTK VRS SURVEY (USING TOPCON HYPER SR) IN COMBINATION WITH ACONVENTIONAL SURVEY (USING TOPCON DS-203, A 3-SECOND TOTAL STATION). THIS NETWORK MEETS OREXCEEDS THE ACCURACY STANDARDS SET BY WAC 332-130-090.3. ALL MONUMENTS WERE OCCUPIED OR OBSERVED DURING THE MONTH OF JUNE & JULY OF 2017.4. ALL MEASURING INSTRUMENTS AND EQUIPMENT USED FOR THIS SURVEY WERE MAINTAINED IN ADJUSTMENTACCORDING TO MANUFACTURER'S SPECIFICATIONS.5. ALL HORIZONTAL COORDINATES ARE BASED ON WASHINGTON STATE PLANE COORDINATE SYSTEM, NORTHZONE, EXPRESSED IN US SURVEY FEET. PROVIDED TO APS SURVEY & MAPPING, INC. IN A DRAWING BY PACEENGINEERING, PREPARED ON MAY 05, 2013.6. ALL VERTICAL ELEVATIONS ARE BASED ON A DRAWING BY PACE ENGINEERING, PREPARED IN MAY 05. 2013.THE DATUM IS PROBABLY IN NAVD88/2009.7. TO GO TO LAKE WASHINGTON SHIP CANAL DATUM, ADD 3.22'.TO GO FROM LAKE WASHINGTON SHIP CANAL DATUM TO NAVD88/2011, SUBTRACT 3.22'.SPECIAL SURVEY NOTETHIS SURVEY WAS PREPARED FOR THE EXCLUSIVE USE OF PN&D ENGINEERING, INC., AND DOES NOT EXTENDTO ANY UNNAMED PARTY WITHOUT EXPRESS RECERTIFICATION BY APS SURVEY & MAPPING AND/OR THEPROFESSIONAL LAND SURVEYOR NAMED HEREON, NAMING SAID PARTY.MATCH LINE(SEE SHEET 2 OF 2)GENE COULON MEMORIAL PARK DOCK / PIER OF CITY OF RENTONA PORTION OF THE SW1/4 OF SECTION 05, TOWNSHIP 23 NORTH, RANGE 05 EAST, W.M., IN KING COUNTY, WASHINGTON LEGENDGENE COULONMEMORIAL PARKDOCK / PIERGENE COULON PARKMEMORIAL BEACH PARKAPPROX I M A T E S H O R E L I N E BUILDIN GBUILDING BUILDINGLAKE WASHINGTON(PARCEL 052305 HYDR)SCALE:GENE COULON MEMORIAL PARK DOCK / PIER OF CITY OF RENTONA PORTION OF THE SW1/4 OF SECTION 05, TOWNSHIP 23 NORTH, RANGE 05 EAST, W.M., IN KING COUNTY, WASHINGTONGENERAL NOTES1. THE SOLE PURPOSE OF THIS SURVEY IS TO PRODUCED A MAP OF GENE COULON PARK - DOCK / PIER INRENTON, WASHINGTON, FOR PN&D ENGINEERING, INC., AS ILLUSTRATED HEREON.2. THIS SURVEY WAS BASED ON A RTK VRS SURVEY (USING TOPCON HYPER SR) IN COMBINATION WITH ACONVENTIONAL SURVEY (USING TOPCON DS-203, A 3-SECOND TOTAL STATION). THIS NETWORK MEETS OREXCEEDS THE ACCURACY STANDARDS SET BY WAC 332-130-090.3. ALL MONUMENTS WERE OCCUPIED OR OBSERVED DURING THE MONTH OF JUNE & JULY OF 2017.4. ALL MEASURING INSTRUMENTS AND EQUIPMENT USED FOR THIS SURVEY WERE MAINTAINED IN ADJUSTMENTACCORDING TO MANUFACTURER'S SPECIFICATIONS.5. ALL HORIZONTAL COORDINATES ARE BASED ON WASHINGTON STATE PLANE COORDINATE SYSTEM, NORTHZONE, EXPRESSED IN US SURVEY FEET. PROVIDED TO APS SURVEY & MAPPING, INC. IN A DRAWING BY PACEENGINEERING, PREPARED ON MAY 05, 2013.6. ALL VERTICAL ELEVATIONS ARE BASED ON A DRAWING BY PACE ENGINEERING, PREPARED IN MAY 05. 2013.THE DATUM IS PROBABLY IN NAVD88/2009.7. TO GO TO LAKE WASHINGTON SHIP CANAL DATUM, ADD 3.22'.TO GO FROM LAKE WASHINGTON SHIP CANAL DATUM TO NAVD88/2011, SUBTRACT 3.22'.SPECIAL SURVEY NOTETHIS SURVEY WAS PREPARED FOR THE EXCLUSIVE USE OF PN&D ENGINEERING, INC., AND DOES NOT EXTENDTO ANY UNNAMED PARTY WITHOUT EXPRESS RECERTIFICATION BY APS SURVEY & MAPPING AND/OR THEPROFESSIONAL LAND SURVEYOR NAMED HEREON, NAMING SAID PARTY.MATCH LINE(SEE SHEET 1 OF 2) APPENDIX F: STRUCTURAL CONDITION ASSESSMENT REPORT August 14, 2020 PREPARED FOR: THE CITY OF RENTON COMMUNITY SERVICES DEPARTMENT 1055 South Grady Way Renton, WA 98057 GENE COULON MEMORIAL BEACH PARK NORTH WATER WALK STRUCTURAL CONDITION ASSESSMENT REPORT 1736 Fourth Avenue S, Suite A | Seattle, WA 98134 | 206.624.1387 PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment i August 2020 Executive Summary PND Engineers, Inc. (PND) contracted to the City of Renton to provide a structural assessment of the current condition of the fixed-pier North Water Walk and each of two attached picnic floats, located in Gene Coulon Memorial Beach Park in Renton, Washington. The intent of this assessment is to identify any immediate repairs, address known concerns, and to evaluate/confirm the structural integrity of the North Water Walk’s substructure, as well as the two picnic floats attached to the water walk. The structural assessments were performed by PND and Global Diving and Salvage in January and February, 2020. This report contains descriptions of the facilities, assessment summaries, facility observations, and recommended repairs. The scope of the assessment includes only the North Water Walk’s pile caps and piles, and the two picnic floats attached to the water walk. The concrete deck members were not inspected because they will be replaced as part of scheduled facility upgrades. The assessments were performed in accordance with the American Society of Civil Engineers (ASCE) Manual for Waterfront Facilities Inspection and Assessment. This is an industry-accepted standard for use in assessing waterfront facilities. Structures were assessed from the underside utilizing qualified assessment personnel. Divers assessed the North Water Walk’s substructure from cap to mudline, as well as the below- water portions of the picnic floats. In general, all structural components are in fair condition, meaning they are serviceable in their current state but require maintenance to extend their design life. Deficiencies and recommended actions are detailed in this report. Please feel free to contact PND with any questions regarding these assessments. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment ii August 2020 REPORT CONTENTS Executive Summary ............................................................................................................................................................. i 1. Scope ............................................................................................................................................................................ 1 2. Site Description .......................................................................................................................................................... 1 3. Inspection Methodology ........................................................................................................................................... 2 3.1. Personnel ............................................................................................................................................................ 3 3.2. Dive Methodology ............................................................................................................................................ 3 3.3. Assessment Tiers .............................................................................................................................................. 3 3.4. Damage Ratings ................................................................................................................................................ 4 3.5. Condition Assessment Ratings ....................................................................................................................... 6 4. Observed Conditions ................................................................................................................................................ 7 4.1. Piles ..................................................................................................................................................................... 7 4.2. Concrete Pile Caps ........................................................................................................................................... 8 4.3. North and West Picnic Floats ........................................................................................................................ 9 4.4. Other .................................................................................................................................................................. 9 5. Pile Corrosion Analysis ............................................................................................................................................. 9 6. Recommended Repairs ........................................................................................................................................... 11 6.1. Piles ................................................................................................................................................................... 11 6.2. Concrete Pile Caps ......................................................................................................................................... 12 6.3. North and West Picnic Floats ...................................................................................................................... 12 6.4. Impacts of Repairs .......................................................................................................................................... 12 7. Photo Log ................................................................................................................................................................. 14 LIST OF TABLES Table 1. ASCE Manual damage ratings for steel elements ........................................................................................... 5 Table 2. Damage ratings for reinforced concrete elements ......................................................................................... 5 Table 3. Condition assessment ratings ............................................................................................................................ 6 Table 4. Average pile steel thickness ................................................................................................................................ 7 Table 5. Pile corrosion summary with depth .................................................................................................................. 8 Table 6. Pile corrosion summary with past comparison ............................................................................................... 9 LIST OF FIGURES Figure 1. Aerial view of park ............................................................................................................................................. 2 Figure 2. Site plan ............................................................................................................................................................... 2 Figure 3. Recorded pile wall thickness by year ............................................................................................................. 10 Figure 4. Recorded pile wall thickness by year, extrapolated ..................................................................................... 11 APPENDICES A. Site Plan B. Ultrasonic Thickness Readings C. Pile Inspection Notes D. Pile Cap Inspection Notes E. Dive Videos (provided separately) PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 1. Scope PND Engineers, Inc. (PND) contracted to the City of Renton Parks Planning & Natural Resources Division (PPNR) to conduct a structural assessment to identify any special conditions of three structures at Gene Coulon Memorial Beach Park: The North Water Walk and the connected North Picnic Float and West Picnic Float. The intent of the assessment is to confirm the condition of all steel piles, concrete pile caps, and the overall condition/integrity of the two picnic floats. Inspection of the concrete deck was not included because it is scheduled to be replaced by the City. Site investigations were performed to confirm the condition of each structure. PND coordinated underwater site investigations with our sub-consultant, Global Diving and Salvage (Global), to determine conditions of the structures below and near water. All structural assessments were performed following the industry- accepted American Society of Civil Engineers (ASCE) manual for Waterfront Facilities Inspection and Assessment (2015 Manual). Pile caps received Level I & II assessments, and Level I, II & III assessments were conducted on the steel piles. Descriptions of each level of assessment are described in the Inspection Methodology section below. Items that require maintenance or repairs were noted and are documented within this report. An assessment of pile wall thickness included background information from 2005, 2011, and 2017 assessments performed by PND. 2. Site Description All structures are located within Gene Coulon Memorial Beach Park in Renton, Washington. The park is located along Lake Washington Boulevard at the southern shore of Lake Washington, east of the Boeing Plant and Renton Municipal Airport. All of the structures are located in the central portion of the park. Figure 1 provides an overall view of the park, and Figure 2 provides an enlarged image of the area where assessments occurred. The North Water Walk is located at coordinates 47°30'25"N, 122°12'13"W. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Figure 1. Aerial view of park Figure 2. Site plan 3. Inspection Methodology Global observed the structures as part of a team led by PND for the design of rehabilitation of the North Water Walk and Picnic Floats. Assessments were performed in accordance with the 2015 American Society of Civil Engineers Manual for Waterfront Facilities Inspection and Assessment (ASCE Manual), which provides a tiered assessment methodology for the primary components of the structures. Utilization of this methodology provides a common method among inspectors to describe the overall conditions of the components. North Water Walk North Picnic Float West Picnic Float North Water Walk Gene Coulon Memorial Beach Park PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 PND previously performed visual assessments of the topsides of the structures in 2005, 2011, and 2017. The substructures and undersides of the superstructures were concurrently spot-checked by a diving subcontractor, including limited Level II and Level III inspections. 3.1. Personnel The current assessments were conducted by experienced personnel as detailed below: PND – Colin Kuester, P.E. Senior Engineer Licensed WA Professional Engineer NHI Certified Bridge Inspector PND – Andrew Murphy, E.I.T. Staff Engineer Registered Engineer-in-Training Global – Spencer Smith Project Manager Global – Erik Woltjen Diving Supervisor Global – Cale Hoffman Diver/Tender Global – Ian Fairbanks Diver/Tender 3.2. Dive Methodology and Safety Water depths, measured in feet of fresh water (FFW), ranged from approximately 4 FFW to 27 FFW. Visibility at the time of the dives was typically greater than 10 feet, except at the mudline. All diving conducted was within the no-decompression limits defined by the United States Navy Diving Manual Revision Six and Global’s own Manual of Safe Diving Practices (MSDP). The underwater work was completed utilizing a 3-person dive team working off of the dive support vessel “Munson”. The divers used surface-supplied shallow water air diving gear with full two-way communications and a laptop computer with video recording software. Kirby Morgan deep sea diving helmets and a 7 mm neoprene dry suit were utilized as life support and thermal protection for the diver. A helmet-mounted camera and light set up was used to view and document the dive inspections as well as capture the video for recording on the laptop video system. Hand-held small inspection tools were utilized to clean the piles for the Ultra-Sonic Thickness (UT) measurements. A Cygnus I Underwater UT meter was used with a 2.25 MHz - ½” Underwater Remote Probe to capture the UT readings. Global adheres to USCG, OSHA, ADCI and IMCA regulations. All of Global’s dive operation equipment meets OSHA requirements and Global’s own Manual of Safe Diving Practices. All of Global’s divers maintain current ‘fit to dive’ status and ADCI certification; all personnel physicals, ADCI certifications and training log, valid CPR/First Aid and O2 Provider certifications are available upon request. As a member of ISNetworld and PICS, a third-party auditor, Global’s safety policies and procedures are reviewed on an ongoing basis. For this project, all the crew members involved have logged over a combined 30 years of industry experience. This dive team is also trained in conducting underwater surveys in lieu of dry-dock to ABS, LR, and DNV-GL standards. 3.3. Assessment Tiers Below is a description of the tiered assessment methodology used to assess and describe the overall condition of the structures from the ASCE Manual. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 • Level I Assessment: Includes visual structural assessment of all visible parts of the structure. Findings are documented, recorded, and summarized in a report including general findings and specific individual member findings. • Level II Assessment: Includes a more detailed assessment. The objective is to identify and detect damaged or deteriorated areas that may be hidden by removing surface bio-fouling, coatings or corrosion. Inspection may also include striking with a hammer to detect hollow areas or voids without damaging the member. Assessments for this level typically include fewer areas, but are more detailed. This level of assessment typically focuses on areas of weakness, connections, attachment points, welds, or in the splash zone. • Level III Assessment: Includes a more detailed assessment. Like a Level II, even fewer areas, typically the areas of most concern, are assessed. This level includes nondestructive or minimally destructive testing to detect hidden damage. Often, Level III Assessments include coating thickness measurements, base material thickness measurements, and may be conducted utilizing UT, coring or boring, or physical sampling. Piles were given full Level I/II assessments, meaning that their full heights were examined visually and tactilely by striking with a hammer to test soundness. They were also given Level III assessments, ultrasonic thickness measurements, at four elevations for each pile: 1) below the cap, 2) at the waterline, 3) mid-water column, and 4) just above mudline. Thickness measurements were recorded at two or three points around the circumference at each elevation. Global’s divers intentionally chose to measure the points with what appeared to be the thickest corrosion scale at each elevation, providing a conservative view of the pile wall thicknesses. Caps were given full Level I/II assessments, meaning that their full surface areas were examined visually and tactilely. Level III assessments are not recommended by the ASCE Manual for concrete because any effort to examine the interior of the concrete results in destruction that is not easily repaired. 3.4. Damage Ratings Table 1 and Table 2 provide descriptions of the damage ratings as outlined in the ASCE Manual. These prescribe specific levels of corrosion, or section loss, to categorize the steel piles and concrete caps. Since the piles at the North Water Walk were originally 3/8” (0.375”) thick, the following ratings apply based on minimum steel thickness measurements: • Minor damage (up to 15% loss): 0.319” – 0.375” • Moderate damage (up to 30% loss): 0.263” – 0.319” • Major damage (over 30% loss): < 0.263” PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Table 1. ASCE Manual damage ratings for steel elements Rating Description No Defects • Protective coating or wrap intact • Light surface rust • No apparent loss of material Minor • Protective coating or wrap damaged and loss of thickness up to 15% of nominal at any location • Less than 50% of perimeter or circumference affected by corrosion at any elevation or cross section • Loss of thickness up to 15% of nominal at any location Moderate • Protective coating or wrap damaged and loss of thickness 15 to 30% of nominal at any location • More than 50% of perimeter or circumference affected by corrosion at any elevation or cross section • Loss of thickness 15 to 30% of nominal at any location Major • Protective coating or wrap damaged and loss of nominal thickness 30 to 50% at any location • Partial loss of flange edges or visible reduction of wall thickness on pipe piles • Loss of nominal thickness 30 to 50% at any location Severe • Protective coating or wrap damaged and loss of wall thickness exceeding 50% of nominal at any location • Structural bends or buckling, breakage and displacement at supports, loose or lost connections • Loss of wall thickness exceeding 50% of nominal at any location Table 2. Damage ratings for reinforced concrete elements Rating Description No Defects • Good original hard surface, hard material, sound Minor • Mechanical abrasion or impact spalls up to 1 in. in depth • Occasional corrosion stains or small pop-out corrosion spalls • General cracks up to 1/16 in: in width Moderate • Structural cracks up to 1/16 in. in width • Corrosion cracks up to 1/4 in. in width • Chemical deterioration: Random cracks up to 1/16 in. in width; “Soft” concrete and/or rounding of corners up to 1 in. deep • Mechanical abrasion or impact spalls greater than 1 in. in depth PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Major • Structural cracks 1/16 in to 1/4 in. in width and partial breakage (through section cracking with structural spalls) • Corrosion cracks wider than 1/4 in. and open or closed corrosion spalls (excluding pop- outs) • Multiple cracks and disintegration of surface layer due to chemical deterioration • Mechanical abrasion or impact spalls exposing the reinforcing Severe • Structural cracks wider than 1/4 in. or complete breakage • Complete loss of concrete cover due to corrosion of reinforcing steel with more than 30% of diameter loss for any main reinforcing bar • Loss of bearing and displacement at connections • Loss of concrete cover (exposed steel) due to chemical deterioration • Loss of more 30% of cross section due to any cause 3.5. Condition Assessment Ratings The condition assessment ratings in Table 3 are assigned in the ASCE Manual, and are used to assign a quick numerical and qualitative value to the overall condition of a member and recommend repairs if necessary. Condition ratings pertain specifically to the current noted state of each member, and therefore the ratings are independent of whether the damage was caused by deterioration over time, or a specific destructive event. Piles and caps were assigned one of these ratings by PND after Global completed inspection and reported the level of damage at particular points on each member. These ratings are reported in Section 4 below. Table 3. Condition assessment ratings Rating Description 6 Good No visible damage or only minor damage noted. Structural elements may show very minor deterioration, but no overstressing observed. No repairs are required. 5 Satisfactory Limited minor to moderate defects or deterioration observed but no overstressing observed. No repairs are required. 4 Fair All primary structural elements are sound but minor to moderate defects or deterioration observed. Localized areas of moderate to advanced deterioration may be present but do not significantly reduce the load-bearing capacity of the structure. Repairs are recommended, but the priority of the recommended repairs is low. 3 Poor Advanced deterioration or overstressing observed on widespread portions of the structure but does not significantly reduce the load-bearing capacity of the structure. Repairs may need to be carried out with moderate urgency. 2 Serious Advanced deterioration, overstressing, or breakage may have significantly affected the load-bearing capacity of primary structural components. Local failures are possible, and loading restrictions may be necessary. Repairs may need to be carried out on a high-priority basis with urgency. 1 Critical Very advanced deterioration, overstressing, or breakage has resulted in localized failure(s) of primary structural components. More widespread failures are possible or likely to occur, and load restrictions should be implemented as necessary. Repairs may need to be carried out on a very high-priority basis with strong urgency. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 4. Observed Conditions The following sections report conditions observed during the assessment. If applicable, the associated recommended repairs are detailed in Section 6. 4.1. Piles The piles supporting the North Water Walk are 12 3/4-inch outside diameter steel pipe piles with a 3/8” (0.375”) original wall thickness. All piles were struck with a hammer when inspected and were found to be concrete-filled to mudline. The piles are uncoated and have no cathodic protection system. Level III UT measurements were taken on bare metal after rust scale was scraped away. Note that thickness measurements were generally taken at local thin areas where the rust scale appeared thickest, meaning that these measurements represent a worst-case impression of pile thicknesses. A total of 99 piles were assessed and they were found to be in generally fair condition. This is based on the generally minor (< 15%), but sometimes moderate (< 30%) to major (> 30%), section loss due to corrosion. Piles are generally coated with a solid layer of corrosion around 100% of their circumference, with pitting and blistering typically noted. Recorded thicknesses of remaining steel are summarized in the tables below and generally fall between 80-90% of original thickness. According to the ASCE Manual for fair condition piles, repairs are recommended at the current time. Table 4 summarizes the average thickness for all the measurements taken on each pile regardless of depth, as well as damage and condition rating levels based on the thickness of section loss. All but six piles had average thicknesses of 0.30” or more, and since the thinnest areas on each pile were measured it is likely that these six piles also exceed 0.30” in average thickness when the whole surface area is considered. Thus, PND recommends conservatively using a thickness of 0.30” for analysis of the existing piles. Table 4. Average pile steel thickness Average Thickness No. of Piles 0.35” - 0.375” 0 0.34” - 0.35” 3 0.33” - 0.34” 5 0.32” - 0.33” 32 0.31” - 0.32” 39 0.30” - 0.31” 14 0.29” - 0.30” 6 < 0.29” 0 Table 5 summarizes the data recorded in this inspection by depth, which reveals consistent corrosion at all depths, with slightly more corrosion noted at the middle of the water column. Appendix B contains Global’s raw data for the thickness measurements. In the appendix, the data is noted in bold where moderate section loss has been noted, and red where major section loss has been noted. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Table 5. Pile corrosion summary with depth Location Number of Readings Obtained Average Thickness (in) Median Thickness (in) Minimum Recorded Thickness (in) % of Thickness Readings < 0.30” Cap 211 0.326 0.320 0.216 17% Water Line 206 0.319 0.318 0.216 6% Mid Pile 209 0.308 0.312 0.166 22% Mudline 204 0.322 0.316 0.262 3% All 830 0.319 0.316 0.166 12% Global noted the following individual issues with the piles in addition to the widespread corrosion. Their field notes for each pile are provided in Appendix C. Recommended repairs are provided in Section 6. • Pile 1-1B is not fully bearing on the concrete pile cap and it appears that it was cut off during construction below the level of the bottom of the cap (it was designed to extend into a pocket in the cap, then joined with concrete filling the pocket). There is also severe loss of concrete in the pocket. • Piles 10-3, 10-3B, and 25-2 were reported to have possibly non-bearing piles at the cap. Unlike Pile 1- 1B, these piles appear to have been cut off at the appropriate elevation during construction, but severe spalling of the concrete in the pocket has exposed the tops of the piles. 4.2. Concrete Pile Caps The North Water Walk’s superstructure consists of pre-cast concrete caps and pre-cast deck panels. The deck panels will be removed as part of planned reconstruction so they were not inspected. The caps are precast with pile pockets that were filled with cast-in-place concrete during construction. The caps were typically in fair to satisfactory condition. Spalling at the pile-to-cap connection, typically within the bounds of the original cast-in-place pile pocket, was noted on 88% of the connections. The degree of spalling ranged from minor to severe, and minor cracking was noted on six caps. Caps without spalling or cracking are rated to be in good condition. Global noted the following issues with the pile caps. Their field notes for each pile cap (by pile location) are provided in Appendix D, color-coded to match the list below. Recommended repairs are provided in Section 6. • Spalling at the pile-to-cap connection, typically within the bounds of the original cast-in-place pile pocket, was noted on 88% of the connections. Spalling damage ranged from minor to severe. • Pile Caps 10 and 25 were noted to have severe enough spalling of the pocket concrete that the tops of the piles could be seen. Possible non-bearing piles were reported but not verified. Pile Cap 1 had one non-bearing pile which was cut off below the bottom of the cap. • Pile Caps 13, 18, 19, 22, 24, and 25 were found to still have steel framing and plywood forms in place from concrete forming during construction. In these locations, the level of spalling of the pocket concrete is unknown. • Pile Caps 3, 5, 7, 9, 11, 19, and 22 were found to have minor cracking on the pile caps. • At Piles 7-1, 8-1, 8-3, 9-1, 9-3, 27-2, and 31-2, exposed rebar could be seen at the top of the pocket spalling. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 4.3. North and West Picnic Floats The exteriors of the North and West picnic floats were inspected on the underwater surfaces and they were found to be in fair to satisfactory condition with only minor visual damage noted. Light marine growth coats the underwater surfaces. Some minor spalling was found on the north float, including spalls of 1” and 5” lengths on the south chamfer and a spall 1” in length on the south face. The west float had one area of exposed steel on the west face without any spalling; it appears that this bar was touching the formwork when the float was cast. The floats were noted to list approximately 2” each, indicating that water intrusion of the interior floatation is likely. The floats are therefore rated in fair condition. 4.4. Other A small sunken vessel was discovered, half buried in the lake mud, between Bents 31 and 32. It was not noted to be causing any damage to adjacent piles. 5. Pile Corrosion Analysis Using the data acquired from the 2005, 2011, 2017, and 2020 structural assessments, a corrosion analysis was performed on the piles. The assessment was done to determine the approximate corrosion rate of the steel piles in inches per year. With this data, presented in Table 6, the corrosion rate can be extrapolated to estimate the pile steel thickness at any given year. Table 6. Pile corrosion summary with past comparison Pile Identification Location (El 0.0 ft = Water Line) Remaining Wall Thickness (in) Bent Pile 2005 2011 2017 2020 (minimum) 1 2 Waterline - 0.335 0.300 0.320 Mid Pile - 0.310 0.300 0.312 Mudline 0.328 0.335 0.320 0.302 3 2 Waterline 0.350 0.310 0.300 0.302 Mid Pile 0.308 0.320 0.300 0.314 Mudline 0.323 0.325 0.310 0.312 26 1 Waterline 0.347 0.295 0.290 0.308 Mid Pile 0.308 0.318 0.297 0.300 Mudline 0.323 0.308 0.310 0.308 26 2 Waterline 0.345 0.307 0.285 0.308 Mid Pile 0.327 0.312 0.310 0.304 Mudline 0.323 0.312 0.310 0.308 32 2 Waterline - 0.320 0.320 0.314 Mid Pile - 0.303 0.315 0.286 Mudline - 0.328 0.320 0.306 PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Figure 3 below shows measured pile thicknesses with respect to the year the thickness was measured. Note that there is significant “noise” in the data; there is no way of knowing which locations on each pile were measured at each inspection, so the exact same locations could not be measured from year to year. Nonetheless, a clear trend showing the steel thinning over time was able to confirmed. The data from each assessment (2005, 2011, 2017 and 2020) was averaged, and a linear trendline was fit to the average. As shown, the average corrosion rate is approximately 0.0015 in/year. With this rate, the wall thickness of the steel pile when installed in about 1982 can be back-estimated. Similarly, the average corrosion rate can estimate the deterioration of the steel piles into the future. Figure 4 below shows the estimated pile wall thickness at twenty-year increments starting in 1982. Extrapolating with the linear trendline that was fit to the data, the predicted wall thickness when the pile was installed in 1982 is near the original thickness 3/8”. This provides another data point in support of the trendline’s accuracy. After a preliminary structural analysis using a pile thickness of 0.30”, the piles can meet the current structural design criteria and codes. However, with the current corrosion rate, the piles need to be protected to inhibit further corrosion and extend the piles’ useful lives. It can be seen that if historic corrosion rates continue, the average steel thickness will be under 0.30” in less than 5 years. After that, the structural integrity will be in question during a design-level seismic event. If the pile corrosion is arrested and the average thickness kept above 0.30”, a design life of 30-40 years is expected as long as the corrosion protection system is properly maintained. Figure 3. Recorded pile wall thickness by year PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Figure 4. Recorded pile wall thickness by year, extrapolated 6. Recommended Repairs The following is a list of recommended repairs that should be made based on the findings of the structural assessment. 6.1. Piles 1. Surface Corrosion – The moderate deterioration that was found on all piles is normal, and is expected for the age of the piles. However, with the section loss due to corrosion, the piles are at theie design life span and the structure will be compromised if the corrosion is allowed to continue. The structure is still safe, but remediation to the piles will be required to extend the life of the structure. At a minimum, the following list of remediations should be made within 5 years: • A corrosion protection system should be installed on all piles within the water column to prevent further corrosion and section loss. A separate study and analysis are recommended to determine the most effective corrosion protection system. • If a cathodic system is chosen for pile protection, all piles should be either wrapped or coated with a corrosion-resistant material above the low-water line to seal out oxygen and prevent further corrosion where a cathodic protection system will not work. • Any further modification to the entire North Water Walk structure should consider a reduced pile thickness as design criteria. 2. Batter Pile at Bent 1 – The batter pile at Bent 1 appears to have been cut off below the pile cap during construction. It is possible that an extension of the concrete cap was constructed to encase PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 the top of the pile, but if that extension was ever present, it has now spalled away. To ensure an adequate connection to the pile cap, further design is required. At a minimum, this would entail design of a new connection detail between the pile and cap including a downward extension of the pile cap to encase the exposed top of the pile. This repair should be completed as soon as possible. 6.2. Concrete Pile Caps 1. Spalling Concrete at the Pile-to-Cap Connection – Concrete spalling was noted at 88% of the pile-to- cap connections. The most severe cases were noted at Bents 10 and 25, where the spalling extended up into the caps beyond the tops of the piles. At a minimum, the following list of repairs should be made to extend the life of the structure. • All formwork left in place should be removed to evaluate those concrete pockets for spalling or exposed steel. • Loose, deteriorated, or compromised concrete inside of the connection should be removed by mechanical means, and edges squared off to the greatest extent possible, prior to making any repair. • Exposed steel, including the surfaces of piles and reinforcing bar, inside of the connection should be cleaned by blasting or mechanical means to remove any rust scale, debris, or contamination. The steel should be sealed with a corrosion resistant material to inhibit further corrosion. • The areas of spalled concrete should be repaired per an approved repair procedure. At a minimum, the areas of spalled concrete should be replaced with grout or concrete. 2. Cracks in Pile Caps – Cracks that are classified larger than hairline should be repaired per an approved repair procedure such as epoxy injection. 6.3. North and West Picnic Floats Despite no major cracks or other damage found from the exterior, the floats are still listing and the interior foam is likely becoming waterlogged. Additional floatation can be added to level out the floats, but water will continue to find its way into the interior foam, requiring more floatation to be added periodically. This is typical of foam-filled concrete floats, as they have a 25-30-year design life. These floats are currently nearly 40 years old, and cracking, water intrusion, and concrete spalling will continue to increase. Additionally, the timber decking conceals the top concrete surface and cracks and damage are unknown. No deterioration was noted to the connections at the struts. As the City currently plans to replace these floats as part of over-water coverage reduction required by the DNR, it is recommended to continue with that plan and install new floats. 6.4. Impacts of Repairs The repairs detailed in this section would restore the structure to its originally constructed state and therefore would typically not require new construction permits. Contracts for repairs should stipulate that best environmental practices shall be followed, including prevention of foreign substances entering the lake water. A possible exception is the corrosion protection system, which would not be a replacement or restoration but a new addition to the project that may require agency review. However, since a major structural overhaul is currently being planned that requires permitting, it is recommended to include repairs and corrosion protection systems as part of the permitted work. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Ongoing maintenance is recommended after repairs, including inspections at regular 3-5-year intervals, including measurements of pile thicknesses. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 7. Photo Log Phots below are screenshots taken from Global’s dive videos. Photograph No. 1 Description: Typical scaling on piles. Photograph No. 2 Description: Typical blistering on piles. Photograph No. 3 Description: Typical pitting on piles. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Photograph No. 4 Description: Typical pile condition post-cleaning. Photograph No. 5 Description: Typical spalling at pile/cap connection. Photograph No. 6 Description: Minor cracking of Pile Cap 9. Similar cracks noted on Caps 3, 5, 7, and 11. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Photograph No. 7 Description: Typical pile cap crack repair at Pile Cap 19. Photograph No. 8 Description: Non-bearing batter pile at Pile Cap 1. Similar conditions noted at Bent 10, 25, and 31. Photograph No. 9 Description: Typical form work left in place on multiple caps. PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Photograph No. 10 Description: Spall on north float Photograph No. 11 Description: Exposed steel on west float Photograph No. 12 Description: Sunken vessel between Bents 31 and 32 PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Appendix A Site Plan PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Appendix B Ultrasonic Thickness Readings (by Global) Ultrasonic Thickness Readings W/O: 31292‐001 DATE: 1/21/20‐1/24/20 Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection Location: Renton, WA Note:Measurements in BOLD indicate between 15% and 30% section loss from 0.375", thickness between 0.263" and 0.318". Measurements in RED indicate greater than 30% section loss from 0.375", thickness less than 0.263". Bent 1 Pile 1B W 0.266''N 0.322'' E 0.268''W 0.324'' N 0.370'' E 0.320'' W 0.304''N 0.166''E 0.262''W 0.316''N 0.370'' E 0.312'' 1W0.272''S 0.366'' E 0.260''W 0.320'' S 0.216''E 0.316''W 0.266''S 0.312''E 0.310''W 0.368'' S 0.314''E 0.302'' 2 W 0.372'' N 0.370'' E 0.372'' W 0.320'' N 0.326'' E 0.364'' W 0.312''N 0.324'' E 0.316''W 0.306''N 0.312''E 0.314'' Bent 2 Pile 1 W 0.366'' N 0.368'' E 0.362'' W 0.320'' N 0.316''E 0.312''W 0.360'' N 0.292''E 0.302''W 0.304''N 0.362'' E 0.361'' 2 W 0.374'' N 0.266''E 0.260''W 0.260''N 0.312''E 0.316''W 0.302''N 0.318''E 0.312''W 0.316''N 0.312''E 0.310'' Bent 3 Pile 1B W 0.370'' N 0.366'' E 0.372'' W 0.322'' N 0.312''E 0.312''W 0.316''N 0.302''E 0.292''W 0.334'' N 0.296''E 0.324'' 1 W 0.320'' N 0.316''E 0.364'' W 0.320'' N 0.322'' E 0.312''W 0.310''N 0.316''E 0.362'' W 0.312''S 0.324'' E 0.374'' 2W0.316''S 0.316''E 0.374'' W 0.314''S 0.308''E 0.302''W 0.314''S 0.316''E 0.328'' W 0.320'' S 0.364'' E 0.312'' Bent 4 Pile 1W0.266''N 0.360'' E 0.316''W 0.314''N 0.316''E 0.318''W 0.324'' N 0.316''E 0.302''W 0.312''N 0.310''E 0.322'' 2 W 0.344'' N 0.368'' E 0.346'' W 0.312''N 0.316''E 0.340'' W 0.320'' N 0.302''E 0.310''W 0.318''N 0.316''E 0.312'' Bent 5 Pile 1B W 0.340'' N 0.342'' E 0.344'' W 0.326'' N 0.316''E 0.312''W 0.312''N 0.322'' E 0.318''W 0.310''N 0.312''E 0.316'' 1 W 0.324'' S 0.316''E 0.320'' W 0.324'' S 0.322'' E 0.320'' W 0.312''S 0.302''E 0.308''W 0.366'' N 0.318''E 0.324'' 2 W 0.344'' N 0.312''E 0.346'' W 0.312''N 0.316''E 0.324'' W 0.302''N 0.284''E 0.308''W 0.324'' N 0.320'' E 0.366'' Bent 6 Pile 1 E 0.366'' S 0.372''W 0.368'' N 0.362''E 0.362'' S 0.320''W 0.318''N 0.312'' 2E0.316''S 0.320''W 0.306''N 0.314''E 0.318''S 0.318''W 0.360'' N 0.362'' Bent 7 Pile 1B W 0.366'' N 0.320''E 0.320'' S 0.320''E 0.318''N 0.336''W 0.326'' S 0.310'' 1E0.316''S 0.310''W 0.316''N 0.312''E 0.322'' S 0.318''W 0.314''N 0.316'' 2 W 0.320'' N 0.316''E 0.316''S 0.314''W 0.282''N 0.316''E 0.308''S 0.308'' Bent 8 Pile 1E0.216''S 0.314''W 0.322'' N 0.336''E 0.316''S 0.318''W 0.312''N o.318 2 N 0.320'' S 0.308''W 0.332'' N 0.312''E 0.314''S 0.314''W 0.312''N 0.316'' 3 E 0.370'' S 0.368''W 0.320'' N 0.326''E 0.314''S 0.292''W 0.322'' N 0.312'' Bent 9 Pile 1 E 0.320'' S 0.320''W 0.340'' N 0.330''E 0.316''S 0.316''W 0.322'' N 0.358'' 2 E 0.320'' S 0.320''W 0.318''N 0.328''E 0.320'' S 0.316''W 0.312''N 0.314'' 3 E 0.366'' S 0.364''W 0.314''N 0.316''E 0.316''S 0.294''W 0.318''N 0.312'' Bent 10 Pile 1E0.310''S 0.318''W 0.324'' N 0.314''E 0.310''S 0.314''W 0.316''N 0.316'' 1B E 0.320'' S 0.318''W 0.306''N 0.320''E 0.326'' S 0.302''W 0.322'' N 0.328'' 2 E 0.366'' S 0.368''W 0.322'' N 0.312''E 0.314''S 0.262''W 0.314''N 0.310'' 2B E 0.316''S 0.318''W 0.316' N 0.324''E 0.316''S 0.316''W 0.318''N 0.312'' 3 E 0.366'' S 0.350''W 0.314''N 0.312''E 0.316''S 0.316''W 0.320'' N 0.314'' 3B W 0.368'' N 0.318''W 0.316''N 0.312''W 0.362'' N 0.308''W 0.320'' N 0.316'' Cap Water Line Mid Cap Water Line Mid Mud Line Mud Line Cap Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Mud Line Mud Line Mud Line Mud Line Water Line Mid Mud Line Mud Line Mud Line Mud Line Page 1 of 4 Ultrasonic Thickness Readings W/O: 31292‐001 DATE: 1/21/20‐1/24/20 Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection Location: Renton, WA Note:Measurements in BOLD indicate between 15% and 30% section loss from 0.375", thickness between 0.263" and 0.318". Measurements in RED indicate greater than 30% section loss from 0.375", thickness less than 0.263". Bent 11 Pile 1 W 0.368'' N 0.362'' W 0.318''N 0.312''W 0.326'' N 0.312''W 0.318''N 0.314'' 2 W 0.364'' N 0.366'' W 0.330'' N 0.312''W 0.324'' N 0.318''W 0.366'' N 0.316'' Bent 12 Pile 1 W 0.368'' N 0.366'' W 0.334'' N 0.338'' W 0.308''N 0.318''W 0.312''N 0.320'' 2E0.316''N 0.322'' E 0.326'' N 0.322'' E 0.322'' N 0.310''E 0.312''N 0.316'' 2B W 0.366'' N 0.352'' W 0.340'' N 0.334'' W 0.304''N 0.308''W 0.314''N 0.322'' Bent 13 Pile 1W0.314''N 0.320'' W 0.320'' N 0.312''W 0.308''N 0.320'' W 0.344'' N 0.318'' 2 W 0.322'' N 0.324'' W 0.338'' N 0.332'' W 0.304''N 0.308''W 0.322'' N 0.314'' Bent 14 Pile 1W0.280''N 0.310''W 0.330'' N 0.318''W 0.312''N 0.314''W 0.324'' N 0.318'' 2 E 0.322'' N 0.326'' E 0.334'' N 0.322'' E 0.308''N 0.312''E 0.326'' N 0.314'' 2B W 0.360'' N 0.356'' W 0.334'' N 0.328'' W 0.312''N 0.302''W 0.316''N 0.320'' Bent 15 Pile 1 W 0.322'' N 0.342'' W 0.362'' N 0.328'' W 0.308''N 0.312''W 0.314''N 0.320'' 2 W 0.324'' N 0.322''W 0.318''N 0.318''W 0.294''N 0.314''W 0.364'' N 0.310'' Bent 16 Pile 1W0.316''N 0.312''W 0.318''N 0.320''W 0.326'' N 0.320''W 0.318''N 0.322'' 2E0.302''N 0.324''E 0.326'' N 0.326''E 0.320'' N 0.298''E 0.318''N 0.338'' 2B W 0.290''N 0.324''W 0.320'' N 0.324''W 0.298''N 0.310''W 0.316''N 0.314'' Bent 17 Pile 1 W 0.322'' N 0.362''W 0.318''N 0.368''W 0.304''N 0.312''W 0.308''N 0.318'' 2 W 0.336'' N 0.316''W 0.314''N 0.328''W 0.314''N 0.312''W 0.320'' N 0.322'' Bent 18 Pile 1W0.302''N 0.322''W 0.320'' N 0.334''W 0.316''N 0.314''W 0.318''N 0.314'' 2 E 0.322'' S 0.308''W 0.314''N 0.320''E 0.308''S 0.320''W 0.318''N 0.316'' 2B W 0.316''N 0.316''E 0.318''S 0.314''E 0.316''N 0.312''W 0.316''S 0.320'' Bent 19 Pile 1B E 0.368'' S 0.368''W 0.312''N 0.314''E 0.290''S 0.302''W 0.312''N 0.316'' 1W0.266''N 0.316''E 0.322'' S 0.322''W 0.332'' N 0.328''E 0.316''S 0.368'' 2B E 0.320'' S 0.266''W 0.316''N 0.322''E 0.304''S 0.258''W 0.366'' N 0.362'' 2W0.316''N 0.314''E 0.318''S 0.310''W 0.358'' N 0.354''E 0.312''S 0.314'' 3B E 0.320'' S 0.364''W 0.318''N 0.364''E 0.266''S 0.280''W 0.364'' N 0.322'' 3W0.316''N 0.258''E 0.264''S 0.266''W 0.254''N 0.302''E 0.352'' S 0.364'' Bent 20 Pile 1 W 0.320'' N 0.314''W 0.326'' S 0.326''E 0.312''S 0.290''W 0.362'' N 0.312'' 2 W 0.334'' S 0.314''W 0.316''N 0.312''W 0.268''N 0.328''E 0.356'' N 0.318'' 3E0.276''S 0.320''W 0.324'' N 0.312''E 0.356'' N 0.294''S 0.326'' N 0.326'' Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Page 2 of 4 Ultrasonic Thickness Readings W/O: 31292‐001 DATE: 1/21/20‐1/24/20 Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection Location: Renton, WA Note:Measurements in BOLD indicate between 15% and 30% section loss from 0.375", thickness between 0.263" and 0.318". Measurements in RED indicate greater than 30% section loss from 0.375", thickness less than 0.263". Bent 21 Pile 1S0.316''N 0.366'' W 0.336'' S 0.266''E 0.280''S 0.294''S 0.312''N 0.312'' 2 E 0.321'' S 0.320'' W 0.334'' N 0.322'' W 0.278''E 0.302''S 0.316''N 0.304'' 2B W 0.314''S 0.366'' W 0.316''E 0.324'' W 0.298''S 0.284''E 0.308''W 0.298'' Bent 22 Pile 1W0.314''N 0.368'' S 0.322'' N 0.312''E 0.264''W 0.306''W 0.268''E 0.316'' 2W0.312''E 0.324'' W 0.322'' N 0.324'' W 0.304''S 0.316''W 0.312''S 0.312'' Bent 23 Pile 1W0.274''N 0.246''W 0.316''S 0.330'' E 0.286''W 0.316''W 0.312''S 0.318'' 2W0.268''S 0.320'' W 0.304''E 0.316''W 0.312''N 0.298''S 0.354'' N 0.314'' 2B W 0.318''S 0.296''N 0.324'' S 0.306''W 0.298''E 0.314''W 0.318''S 0.316'' Bent 24 Pile 1S0.262''N 0.320''W 0.358'' E 0.266''W 0.304''N 0.324''W 0.324'' N 0.308'' 2W0.278''E 0.268''W 0.314''S 0.312''E 0.324'' N 0.310''W 0.320'' E 0.308'' Bent 25 Pile 1E0.262''N 0.284''S 0.326'' N 0.370''W 0.302''N 0.304''W 0.306''N 0.320'' 1B N 0.266''S 0.282''W 0.288''S 0.318''N 0.268''S 0.286''W 0.306''S 0.312'' 2E0.266''N 0.324''S 0.312''N 0.324''W 0.286''E 0.308''W 0.320'' S 0.316'' 2B W 0.310''S 0.316''W 0.314''S 0.266''W 0.272''E 0.314''W 0.272''N 0.324'' Bent 26 Pile 1W0.276''E 0.266''N 0.328'' S 0.308''E 0.300''W 0.302''S 0.308''N 0.366'' 2 E 0.324'' S 0.334''E 0.308''S 0.366''E 0.324'' N 0.304''W 0.308''N 0.356'' 2B E 0.278''N 0.316''W 0.312''N 0.322''W 0.312''S 0.308''W 0.304''S 0.310'' Bent 27 Pile 1E0.268''S 0.266''W 0.318''N 0.324''E 0.302''N 0.312''E 0.322'' S 0.308'' 2W0.308''N 0.276''E 0.304''S 0.312''E 0.316''W 0.306''S 0.266''N 0.316'' Bent 28 Pile 1 E 0.360'' W 0.316''N 0.314''S 0.316''W 0.280''E 0.306''S 0.314''N 0.316'' 2 E 0.346'' W 0.310''N 0.312''S 0.316''S 0.298''N 0.316''W 0.314''E 0.316'' 2B E 0.310''W 0.316''E 0.316''S 0.304''W 0.320'' N 0.312''S 0.320'' N 0.316'' Bent 29 Pile 1E0.312''N 0.314''E 0.312''S 0.324''W 0.312''S 0.262''W 0.368'' N 0.312'' 2 E 0.344'' N 0.314''W 0.324'' S 0.318''W 0.268''N 0.314''E 0.308''S 0.310'' Bent 30 Pile 1 E 0.358'' S 0.294''W 0.320'' E 0.276''W 0.296''S 0.296''S 0.316''N 0.324'' 2W0.306''E 0.316''N 0.338'' S 0.298''W 0.304''E 0.308''S 0.312''N 0.308'' 2B E 0.300''W 0.244''E 0.316''N 0.308''W 0.292''N 0.298''W 0.322'' S 0.304'' Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Page 3 of 4 Ultrasonic Thickness Readings W/O: 31292‐001 DATE: 1/21/20‐1/24/20 Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection Location: Renton, WA Note:Measurements in BOLD indicate between 15% and 30% section loss from 0.375", thickness between 0.263" and 0.318". Measurements in RED indicate greater than 30% section loss from 0.375", thickness less than 0.263". Bent 31 Pile 1N0.316''S 0.320'' W 0.316''E 0.310''E 0.310''S 0.304''W 0.316''N 0.320'' 2E0.306''S 0.318''E 0.316''S 0.330'' W 0.222''N 0.262''S 0.320'' N 0.322'' Bent 32 Pile 1W0.284''E 0.316''N 0.334'' S 0.318''E 0.308''S 0.304''W 0.262''N 0.316'' 2E0.318''S 0.324''E 0.314''S 0.316''E 0.286''N 0.306''W 0.306''N 0.324'' 2B W 0.324'' N 0.322''E 0.308''S 0.314''W 0.306''N 0.284''E 0.326'' N 0.320'' Bent 33 Pile 1 W 0.344'' E 0.350''N 0.316''S 0.282''E 0.322'' W 0.296''S 0.308''N 0.321'' 2 E 0.356'' W 0.350''N 0.312''S 0.320''W 0.312''E 0.312''S 0.308''N 0.314'' Bent 34 Pile 1 E 0.345'' W 0.344''N 0.302''S 0.298''W 0.316''E 0.320''S 0.308''N 0.314'' 2 E 0.342'' W 0.350''N 0.308''S 0.310''W 0.314''E 0.304''S 0.304''N 0.316'' Bent 35 Pile 1 W 0.344'' S 0.340''S 0.330'' N 0.332'' N/A ‐ Very shallow water W 0.312''N 0.312'' 2 W 0.348'' S 0.348''S 0.326'' N 0.316''W 0.324'' N 0.314'' Bent 36 Pile 1 W 0.342'' S 0.348''N/A ‐ Bent above lake level S 0.348''E 0.348'' 2 W 0.344'' S 0.344''S 0.344''E 0.344'' Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Cap Water Line Mid Mud Line Mud Line Mud Line Mud Line Mud Line Mud Line Page 4 of 4 PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Appendix C Pile Inspection Notes (by Global) Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverPile 1 1B 15FFW SL MJ 956 N/A CH 50% NBR (No contact at cap), SV material loss, BLPile 1 1 15FFW SL MJ 1041 N/A CH SL MD TO, BL SP TOPile 1 2 15FFW SL MD 1058 N/A CH SL MD TO, Rust scale TO, Scale TO, BLPile 2 1 16FFW SL MD 1126 N/A CH Rust scale TO, SL MJ TO, BLPile 2 2 16FFW SL MD 1141 N/A CH SL MD TO,Scale TO, BLPile 3 1B 18FFW SL MD 1159 N/A CH SL MD TO, Scale TO, BLPile 3 1 18FFW SL MD 1221 N/A CH SV scale at mid, MD scale TO,SL MD TO, BLPile 3 2 18FFW SL MD 1236 N/A CH SL MD TO, Scale TO, BLPile 4 1 20FFW SL MD 1357 N/A IF SL MD TO, Scale TO, BLPile 4 2 20FFW SL MD 1414 N/A IF SL MD TO, Scale TO, BLPile 5 1B 21FFW SL MD 1430 N/A IF SL MD TO, Scale TO, BLPile 5 1 21FFW SL MD 1455 N/A IF SL MD TO, Scale TO, BL SP TOPile 5 2 21FFW SL MD 1511 N/A IF SL MD TO, Scale TO, BL SP TOPile 6 1 22FFW SL MN 1033 N/A CH SL MD TO, Scale TO, BL SP TOPile 6 2 22FFW SL MD 1041 N/A CH Scale TO, BL SP TO, SL MD TOPile 7 1B 25FFW SL MD 1055 N/A CH SL MD TO (less SL from Mid to ML), Scale TO, BL SP TOPile 7 1 25FFW SL MD 1105 N/A CH SL MD TO, BL SP TO, Scale TOPile 7 2 25FFW SL MD 1123 N/A CH Scale TO, BL SP TOPile 8 3 26FFW SL MD 1145 N/A CH Scale TO, BL SP TOPile 8 2 26FFW SL MD 1154 N/A CH SL MD TO, Scale MD TO, BL SP TOPile 8 1 26FFW SL MD 1207 N/A CH Rust scale TO, BL SP TOPile 9 1 26FFW SL MD 1220 N/A CH Scale TO, SL TO, BL SP TOPile 9 2 26FFW SL MD 1233 N/A CH Scale TO, SL TO, BL SP TOPile 9 3 26FFW SL MD 1245 N/A CH SL TO, BL SP TO, Scale TOPile 10 1 27FFW SL MD 1301 N/A CH Scale TO, SL MD TO, BL SP TOPile 10 1B 27FFW SL MD 1313 N/A CH Scale TO, SL MD TO, BL SP TOPile 10 2 27FFW SL MD 1325 N/A CH Scale TO, BL SP TO, SL MD TOLOCATIONDAMAGEREFERENCEKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 1 of 4 Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverLOCATIONDAMAGEREFERENCEPile 10 2B 27FFW SL MD 1338 N/A CH Scale TO, BL SP TO, SL MD TOPile 10 3 27FFW SL MD 1355 N/A CH Scale TO, BL SP TO, SL MD TO, Possible NBRPile 10 3B 28FFW SL MD 1407 N/A CH Scale TO, BL SP TO, SL MD TO, Possible NBRPile 11 2 25FFW SL MD 1515 N/A IF Scale TO, BL SP TO, SL MD TOPile 11 1 25FFW SL MD 1535 N/A IF Scale TO, BL SP TO, SL MD TOPile 12 2 25FFW SL MD 1621 N/A IF Scale TO, BL SP TO, SL MD TOPile 12 2B 25FFW SL MD 1630 N/A IF Scale TO, SL MD TO, BL SP TOPile 12 1 25FFW SL MD 1600 N/A IF Scale TO, BL SP TO,SL MD TOPile 13 1 25FFW SL MD 809 N/A IF Scale To, SL MD TO, BL SP TOPile 13 2 25FFW SL MD 824 N/A IF Scale TO, SL MD TO, BL SP TOPile 14 1 26FFW SL MD 842 N/A IF Scale To, SL MD TO, BL SP TOPile 14 2 26FFW SL MD 856 N/A IF Scale TO, SL MD TO, BL SP TOPile 14 2B 26FFW SL MD 907 N/A IF Scale TO, SL MD TO, BL SP TOPile 15 1 26FFW SL MD 924 N/A IF Scale To, SL MD TO, BL SP TOPile 15 2 26FFW SL MD 937 N/A IF Scale To, SL MD TO, BL SP TOPile 16 1 26FFW SL MD 958 N/A IF Scale TO,SL MD TO, BL SP TOPile 16 2 26FFW SL MD 1010 N/A IF Scale TO, SL MD TO, BL SP TOPile 16 2B 26FFW SL MD 1022 N/A IF Scale TO, SL MD TO, BL SP TOPile 17 1 26FFW SL MD 1100 N/A IF Scale TO, SL MD TO, BL SP TOPile 17 2 26FFW SL MD 1120 N/A IF Scale TO, SL MD TO, BL SP TOPile 18 1 26FFW SL MD 1137 N/A IF Scale TO, SL MD TO, BL SP TOPile 18 2 26FFW SL MD 1235 N/A CH Scale TO, SL MD TO, BL SP TOPile 18 2B 26FFW SL MD 1314 N/A CH Scale TO, SL MD TO, BL SP TOPile 19 1B 26FFW SL MD 1326 N/A Ch Scale TO, SL MD TO, BL SP TOPile 19 1 26FFW SL MD 1342 N/A CH Scale TO, SL MD TO, BL SP TOPile 19 2B 26FFW SL MD 1357 N/A CH SV scale TO, SL MD TO, BL SP TOPile 19 2 26FFW SL MD 1411 N/A CH SV scale TO, SL MD TO, BL SP TOKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 2 of 4 Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverLOCATIONDAMAGEREFERENCEPile 19 3B 26FFW SL MD 1432 N/A CH Scale TO, SL MD TO, BL SP TO, Pitting at MidPile 19 3 26FFW SL MD 1444 N/A CH Scale TO, SL MD TO, BL SP TO, Pitting at MidPile 20 1 26FFW SL MD 815 N/A IF Scale TO, SL MD TO, BL SP TOPile 20 2 26FFW SL MD 824 N/A IF Scale TO, SL MD TO, BL SP TOPile 20 3 26FFW SL MD 832 N/A IF Scale TO, SL MD TO, BL SP TOPile 21 1 26FFW SL MD 843 N/A IF Scale TO, SL MD TO, BL SP TOPile 21 2 26FFW SL MD 853 N/A IF Scale TO, SL MD TO, BL SP TOPile 21 2B 26FFW SL MD 903 N/A IF Scale TO, SL MD TO, BL SP TOPile 22 1 26FFW SL MD 920 N/A IF Scale TO, SL MD TO, BL SP TOPile 22 2 26FFW SL MD 932 N/A IF Scale TO, SL MD TO, BL SP TOPile 23 1 27FFW SL MD 1000 N/A IF Scale TO, SL MD TO, BL SP TOPile 23 2 27FFW SL MD 1022 N/A IF Scale TO, SL MD TO, BL SP TOPile 23 2B 27FFW SL MD 1030 N/A IF Scale TO, SL MD TO, BL SP TOPile 24 1 26FFW SL MD 1140 N/A IF Scale TO, SL MD TO, BL SP TOPile 24 2 26FFW SL MD 1146 N/A IF Scale TO, SL MD TO, BL SP TOPile 25 1B 27FFW SL MD 1043 N/A IF Scale TO, BL SP TO, SL MD TOPile 25 1 27FFW SL MD 1054 N/A IF Scale TO, BL SP TO, SL MD TOPile 25 2B 27FFW SL MD 1108 N/A IF BL SP TO, Scale TO, SL MD TOPile 25 2 27FFW SL MD 1115 N/A IF Possible NBR (can not touch connection), Scale TO, SL MD TO, BL SP TOPile 26 2B 26FFW SL MD 1231 N/A CH Scale TO, BL SP TO, SL MD TOPile 26 2 26FFW SL MD 1235 N/A CH Scale TO, BL SP TO, SL MD TOPile 26 1 26FFW SL MD 1340 N/A CH Scale TO, BL SP TO, SL MD TOPile 27 2 25FFW SL MD 1300 N/A CH Scale TO, SV scale at mid, SL MD TO, BL SP TOPile 27 1 25FFW SL MD 1304 N/A CH Scale TO, SL MD TO, BL SP TOPile 28 2B 20FFW SL MD 1308 N/A CH Scale TO, BL SP TO, SL MD TOPile 28 2 20FFW SL MD 1316 N/A CH Scale TO, BL SP TO, SL MD TOPile 28 1 20FFW SL MD 1319 N/A CH Scale TO, SL MD TO, BL SP TOKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 3 of 4 Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc.Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverLOCATIONDAMAGEREFERENCEPile 29 2 19FFW SL MD 1329 N/A CH SL MD TO, BL SP TO, Scale TOPile 29 1 19FFW SL MD 1335 N/A CH Scale TO, BL SP TO, SL MD TO, Deep pitting at MIDPile 30 2B 21FFW SL MD 1344 N/A CH Scale TO, BL SP TO, SL MD TOPile 30 2 21FFW SL MD 1350 N/A CH Scale TO, BL SP TO, SL MD TOPile 30 1 21FFW SL MD 1414 N/A CH Scale TO, BL SP TO, SL MD TOPile 31 2 24FFW SL MD 1423 N/A CH Scale TO, SL MD TO, BL SP TOPile 31 1 24FFW SL MD 1431 N/A CH Scale TO, SL MD TO, BL SP TOPile 32 2B 23FFW SL MD 1447 N/A CH Scale TO, BL SP TO, SL MD TOPile 32 2 23FFW SL MD 1500 N/A CH Scale TO, BL SP TO, SL MD TOPile 32 1 23FFW SL MD 1508 N/A CH Scale TO, BL SP TO, SL MD TOPile 33 2 21FFW SL MD 1516 N/A CH Scale TO, BL SP TO, SL MD TO, 4' of pile above W/LPile 33 1 21FFW SL MD 1519 N/A CH Sacle TO, BL SP TO, SL MD TO, 4' of pile above W/LPile 34 2 14FFW SL MD 1530 N/A CH Scale TO, Bl SP TO, SL MD TO, 8' of pile above W/LPile 34 1 14FFW SL MD 1535 N/A CH Scale TO, Bl SP TO, SL MD TO, 8' of pile above W/LPile 35 2 4FFW SL MD 1543 N/A CH Scale TO, BL SP TO, SL MD TO, 8' of pile above W/LPile 35 1 4FFW SL MD 1549 N/A CH Scale TO, BL SP TO, SL MD TO, 8' of pile above W/LPile 36 2 N/A SL MN 1600 N/A CH MN SL TO, Pile above W/LPile 36 1 N/A SL MN 1604 N/A CH MN SL TO, Pile above W/LKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 4 of 4 PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Appendix D Pile Cap Inspection Notes (by Global) Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc. Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverCap 1 1B N/A Spalling MJ 956 N/A CH 50% NBR (No contact at cap)Cap 1 1 N/A Spalling MN 1041 N/A CH Spall at capCap 1 2 N/A Spalling SV 1058 N/A CH SV spall at cap with SLCap 2 1 N/A None MN 1126 N/A CH Cap ok at insertCap 2 2 N/A None MN 1141 N/A CH Cap ok at insertCap 3 1B N/A Spalling MN 1159 N/A CH MN spalls at capCap 3 1 N/A Crack MN 1221 N/A CH Crack on capCap 3 2 N/A None MN 1236 N/A CH Cap okCap 4 1 N/A Spalling MD 1357 N/A IF Spall at cap inset 5" deepCap 4 2 N/A Spalling MD 1414 N/A IF Spall at cap inset west sideCap5 1B N/A Spalling MD 1430 N/A IF Spalling at cap inset 5" deepCap 5 1 N/A Spalling MD 1455 N/A IF Spalling at cap inset, crack on capCap 5 2 N/A Spalling MD 1511 N/A IF Spalling at cap insetCap 6 1 N/A Spalling MN 1033 N/A CH MN spalls at cap insetCap 6 2 N/A Spalling SV 1041 N/A CH SV spalling at cap insetCap 7 1B N/A Spalling MD 1055 N/A CH Spalling at cap insetCap 7 1 N/A Spalling SV 1105 N/A CH SV spall and exposed steel at cap, crack on capCap 7 2 N/A Spalling MD 1123 N/A CH Spalling at cap inset west side 5" deepCap 8 3 N/A Spalling SV 1145 N/A CH Spalling at cap inset and exposed steelCap8 2 N/A Spalling MD 1154 N/A CH Spalling MD at insetCap 8 1 N/A Spalling MD 1207 N/A CH Spalling at cap with exposed tie insCap 9 1 N/A Spalling MD 1220 N/A CH Inset looks bad, Tie in visibleCap 9 2 N/A Crack MN 1233 N/A CH Inset ok, crack on capCap 9 3 N/A Spalling MJ 1245 N/A CH MJ spalling at cap inset, Tie in exposed at insetCap 10 1 N/A Spalling MN 1301 N/A CH Spalling MNCap 10 1B N/A Spalling MJ 1313 N/A CH MJ spallingCap 10 2 N/A Spalling MN 1325 N/A CH Spalling at insetColor Code ReferenceLOCATIONDAMAGEREFERENCEKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 1 of 4 Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc. Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverColor Code ReferenceLOCATION DAMAGE REFERENCECap 10 2B N/A Spalling MD 1338 N/A CH Spalling at cap insetCap 10 3 N/A Spalling MD 1355 N/A CH Possible NBRCap 10 3B N/A Spalling MD 1407 N/A CH Possible NBRCap 11 2 N/A Spalling MD 1515 N/A IF Spalling at cap inset about 5" deepCap 11 1 N/A Spalling MN 1535 N/A IF Spalling at cap inset, crack on capCap 12 2 N/A Spalling SV 1621 N/A IF SV spalling at cap insetCap 12 2B N/A Spalling SV 1630 N/A IF SV Spalling at cap insetCap 12 1 N/A None MN 1600 N/A IF Cap looks goodCap 13 1 N/A Spalling MN 809 N/A IF MN spalling at cap insetCap 13 2 N/A Forms N/A 824 N/A IF Form in place at capCap 14 1 N/A Spalling MN 842 N/A IF MN spalling at cap insetCap 14 2 N/A Spalling SV 856 N/A IF SV Spalling at cap insetCap 14 2B N/A Spalling SV 907 N/A IF SV Spalling at cap insetCap15 1 N/A Spalling MN 924 N/A IF MN spalling at cap insetCap 15 2 N/A Spalling MN 937 N/A IF MN spalling at cap insetCap 16 1 N/A Spalling MD 958 N/A IF MD spalling at cap insetCap 16 2 N/A Spalling SV 1010 N/A IF SV Spalling at cap insetCap 16 2B N/A Spalling SV 1022 N/A IF SV Spalling at cap insetCap 17 1 N/A Spalling MN 1100 N/A IF MN spalling at cap insetCap 17 2 N/A Spalling MN 1120 N/A IF MN spalling at cap insetCap 18 1 N/A Spalling MN 1137 N/A IF No spalling at cap insetCap 18 2 N/A Forms N/A 1235 N/A CH Forms cover cap insetCap 18 2B N/A Forms N/A 1314 N/A CH Forms cover cap insetCap 19 1B N/A Spalling SV 1326 N/A Ch SV Spalling at cap insetCap 19 1 N/A Spalling SV 1342 N/A CH SV Spalling at cap insetCap 19 2B N/A Spalling SV 1357 N/A CH SV Spalling /Cracking at capCap 19 2 N/A Spalling SV 1411 N/A CH SV Spalling/Cracking at cap insetKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 2 of 4 Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc. Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverColor Code ReferenceLOCATION DAMAGE REFERENCECap 19 3B N/A Forms MN 1432 N/A CH Forms intactCap 19 3 N/A Forms MN 1444 N/A CH Forms intactCap 20 1 N/A Spalling MD 815 N/A IF MD spalling at cap insetCap 20 2 N/A Spalling MN 824 N/A IF Cap inset ok, MN SP spallsCap 20 3 N/A Spalling MD 832 N/A IF MD spalling at cap insetCap 21 1 N/A Spalling MN 843 N/A IF MN spalling at cap insetCap 21 2 N/A Spalling MN 853 N/A IF Forms and iron in placeCap 21 2B N/A Spalling MN 903 N/A IF Forms and iron in placeCap 22 1 N/A Spalling MN 920 N/A IF MN spalling at cap inset, crack on capCap 22 2 N/A Forms MN 932 N/A IF Inset covered by formCap 23 1 N/A Spalling MN 1000 N/A IF MN spalling at cap insetCap 23 2 N/A Spalling MN 1022 N/A IF MN spalling between 2 and 2BCap23 2B N/A Spalling MN 1030 N/A IF MN spalling between 2 and 2BCap 24 1 N/A Spalling MN 1140 N/A IF MN spalling at cap inset, formwork left in placeCap 24 2 N/A Spalling MN 1146 N/A IF MN spalling at cap insetCap 25 1B N/A Forms MN 1043 N/A IF Forms at inset, MN spalling betweenCap 25 1 N/A Spalling MN 1054 N/A IF MN spalling, Forms cover cap insetCap 25 2B N/A Spalling SV 1108 N/A IF SV spalling/DET at cap insetCap 25 2 N/A Spalling SV 1115 N/A IF Possible NBR (can not touch connection)Cap 26 2B N/A Spalling MN 1231 N/A CH MN spalling at cap insetCap 26 2 N/A Spalling MN 1235 N/A CH MN spalling at cap insetCap 26 1 N/A Spalling MN 1340 N/A CH MN spalling at cap insetCap27 2 N/A Spalling MD 1300 N/A CH MD spalling at cap inset, Tie in exposedCap 27 1 N/A Spalling MD 1304 N/A CH MD spalling at cap insetCap 28 2B N/A Spalling MJ 1308 N/A CH MJ spalling at cap insetCap 28 2 N/A Spalling MJ 1316 N/A CH MJ spalling at cap insetCap 28 1 N/A Spalling MN 1319 N/A CH MN spalling at cap insetKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 3 of 4 Pile Inspection ReportW/O: 31292‐001  DATE: 1/21/20 ‐ 1/24/20Customer: PND Engineers, Inc. Project: Gene Coulon Park Inspection                    Location: Renton, WANOTES:Structure Bent Pile Mudline Type Rating Time Tide DiverColor Code ReferenceLOCATION DAMAGE REFERENCECap 29 2 N/A Spalling MN 1329 N/A CH Cap inset intactCap 29 1 N/A Spalling MD 1335 N/A CH MD spalling at cap insetCap 30 2B N/A Spalling MN 1344 N/A CH MN Spalling at cap insetCap 30 2 N/A Spalling MN 1350 N/A CH MN Spalling at cap insetCap 30 1 N/A None MN 1414 N/A CH Cap inset looks goodCap 31 2 N/A Spalling SV 1423 N/A CH SV spalling at cap inset with exposed rebarCap 31 1 N/A Spalling MN 1431 N/A CH MN spalling at cap insetCap 32 2B N/A Spalling SV 1447 N/A CH SV spalling at cap insetCap 32 2 N/A Spalling SV 1500 N/A CH SV spalling at cap insetCap 32 1 N/A Spalling MD 1508 N/A CH MD spalling at cap insetCap 33 2 N/A None MN 1516 N/A CH Cap inset okCap 33 1 N/A Spalling MN 1519 N/A CH Spalling at NW cap insetCap34 2 N/A None MN 1530 N/A CH Cap okCap 34 1 N/A None MN 1535 N/A CH Cap okCap 35 2 N/A None MN 1543 N/A CH Cap okCap 35 1 N/A None MN 1549 N/A CH Cap okCap 36 2 N/A None MN 1600 N/A CH Cap okCap 36 1 N/A None MN 1604 N/A CH Cap okKEY: W/L=Water Line: MID=Mid Line: M/L=Mud line: MN=Minimal: MD=Moderate: MJ=Major: SV= Severe: MBR=Marine Boring Activity: NBR=Non‐Bearing: DET=Deterioration TO=Throughout: SP=Sporadic: SC=Surface Cracking: SPL=Splits: N=North: S=South: E=East: W=West: BATT=Batter: BL=Blisters: SL=Section Loss, FFW=Feet of Free WaterPage 4 of 4 PND No. 204013 Gene Coulon Memorial Beach Park Structural Condition Assessment August 2020 Appendix E Dive Videos (by Global, provided separately)