Loading...
HomeMy WebLinkAboutPermit 6783 - City of Tukwila / Parks and Recreation - Foster Park - Picnic Shelter and Retaining Wall6783 91-344 foster park 13919 53rd avenue south picnic shelter retaining wall Permit 6783 - Foster Park TYPE OF CONST.: v _ N UBC EDITION (year) 19 SETBACKS: N._ S— E— W— FIRE PROTECTION: r---% Sprinklers Li Q Detectors 0 N/A UTILITY PERMITS REQUIRED? E Yes 0 No ( p th u ro b i lio gi Wortcs) ZONING: WA. ST. CONTRACTOR'S LICENSE # JLRIN**137CJ EXP. DATE 10 BAR/LAND USE CONDITIONS? 0 Yes 0 No C ONDITIONS (other than those noted on or attached to permit/plans) ADDRESS 222 East 26th Street, Suite 202, Tacoma, WA ZIP 98421 PROPERTY OW ER City of Tukwila PH' 433 ADDRESS 6200 Southcenter Boulevard, Tukwila, WA 98188 CONTRACTOR J L R, Inc. PHONE 884 ADDRESS P.O. Box H, Vaughn, WA ZIP 98394 WA. ST. CONTRACTOR'S LICENSE # JLRIN**137CJ EXP. DATE 10 ARCHITECT Bruce Dees Associates PHONE 627 ADDRESS 222 East 26th Street, Suite 202, Tacoma, WA ZIP 98421 CITY OF TUKWILA Dept. of Community Development-Building Divisio 6300 Southcenter Boulevard, Tukwila WA 98188 (206) 431-3670 BUILDING PERMIT NO. DATE ISSUED: SITE ADDRESS PROJECT NAME/TENANT APPROVED FOR ISSUANCE BY: SIGNATURE: PRINT NAME: CERTIFICATE OF OCCUPANCY NO. 13919 53 Av S TYPE OF L) New Building 0 Addition WORK: CD Rack Storage 0 Reroof DESCRIBE WORK TO BE DONE: Construct -11/001-e_ PittiliVil I (POST WITH INSPECTION CARD AND PLANS IN A CONSPICUOUS LOCATION) DESCRIPTION AMOUNT ' - BUILDING PERMIT FEE gm i 1 4 BUILDING SURCHARGE SUITE # BUILDING OFFICIAL DATE: 91 COMPANY: DATE ISSUED: DATE: RCPT# I PLAN CHECK NO.: 91-344 PROJECT INFORMATION VALUE OF CONSTRUCTION - $ 992 Retaining wall Foster Park : ASSESSOR ACCOUNT # 99288? U Tenant Improvement (commercialrli Demolition (building) U Grading/Fill 0 Remodel (residential) 0 Other: a new picnic shelter and retaining wall. CODE COMPLIANCE • . , • •. • - • USE ••• • ELODRI SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD TOTAL SQUARE FEET TOTAL OCC, LOAD I hereby certify that I have read and examined this permit and know the same to be true and correct. All provisions of lay and ordinances governing this work will be complied with, whether specified herein or not. The granting of this permit does not presume to give authority to violate or cancel the provisions of any other state or local laws regulating construction or the performance of work. I am authorized to sign for and obtain this building permit. .„„„. This permit shall become null and void if the work is not commenced ' in 4:0 days froth the date issuance, or if the work is suspended or abandoned for a period of 180 days from the last inspection. 'PERMIT NO. CONTACTED DATE READY DATE NOTIFIED BY: (init.) PERMIT EXPIRES _ 2nd NOTIFICATION BY: (init.) AMOUNT OWING 3RD NOTIFICATION BY: (Init.) PLAN CHECK NUMBER q t 3'/-1 INSTRUCTIONS TO STAFF • Contacts with applicants or requests for information should be summarized in writing by staff so that any time the status of the project may be ascertained. • Plan corrections shall be completed and approved prior to sending on to the next department. • Any conditions or requirements for the permit shall be noted on the plans or summarized concisely in the form of a formal letter or memo, which will be attached to the permit. • Please fill out your section of the tracking chart completely. Where information requested is not applicable, so note by using "N /A ". BUILDING SQUARE FOOTAGE/OCCUPANCY INFORMATION (to be filled out by Plan Checker) TOTJA ................ ................. SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD SQUARE FEET OCC. LOAD TOTAL SQUARE FEET DEPARTMENTAL REVIEW "X" in box indicates which departments need to review the project. BUILDING - initial review FIRE PLANNING PUBLIC WORKS 0 OTHER CR BUILDING - final review REVIEW COMPLETED PROJECT NAME SITE ADDRESS PHGVE. 1 31 ROU1 D zO Apopq/ INIT: 9 / `firs -a1 INI• INIT: INIT: BUILDtNGOERMIT APPLICATION TRACKING Fc PXK SUITE NO. 1 3 5 114 5 P'V R CONSULTANT: Date Sent - FIRE PROTECTION: Sprinklers FIRE DEPT. LETTER DATED: REFERENCE FILE NOS.: ' — — S I'.a S- I Yes MINIMUM SETBACKS: N- cf / . 6/ , TYPE OF CONSTRUCTION: INIT. VII EME UTILITY PERMITS REQUIRED? PUBLIC WORKS LETTER DATED: Date Approved - ) Detectors ) N/A INSPECTOR: S72 ZONING: BAR/LAND USE CONDITIONS? E- UBC EDITION (year): 1956 TOTAL OCC LOAD w - u - I R . is- a L—. CITY OF TUKWILA Department of Community Development - Building 6300 Southcenter Boulevard, Tukwila WA 98188 (206) 431 -3670 APPLICATION MUST BE FILLED OUT COMPLETELY SITE ADDRESS N% j � - (� v� SUITE # Southwest corner of 53rd Ave. S. and S. 139th Street. PROJECT NAME/TENANT Foster Park Addition VALUE OF CONSTRUCTION - $ 5,000,00 ASSESSOR ACCOUNT # O'OC)3O On Ia t (01 040 0 ( oh TYPE OF ® New Building WORK: 0 Rack Storage DESCRIBE WORK TO BE DONE: Construction of a new open air picnic shelter. U Addition U Tenant Improvement (commercial) U Demolition (building) 0 Reroof 0 Remodel (residential) 0 Other BUILDING USE (office, warehouse, etc.) Picnicking. NATURE OF BUSINESS: Recreation WILL THERE BE A CHANGE IN USE? L2 No U Yes IF YES, EXPLAIN: SQUARE FOOTAGE - Building: e. f Tenant Space: NSA Area of Construction: 4 acres total par site WILL THERE BE STORAGE OR USE OF FLAMMABLE, COMBUSTIBLE OR HAZARDOUS MATERIALS IN THE BUILDING? ® No 0 Yes IF YES, EXPLAIN: PROPERTY OWNER city of Tukwila ADDRESS 6200 Southcenter Boulevard, Tukwila, WA CONTRACTOR I , frt, kracL ADDRESS WA. ST. CONTRACTOR'S LICENSE # ARCHITECT Bruce Dees & Associates I H EREBY CERTI TI TR UE AND CORRECT BUILDING OWNER OR AUTHORIZED AGENT DATE APPLICATION ACCEPTED d y` 7 d's ADDRESS 222 East 26th Street, Suite 202, Tacara, WA SIGNATURE PRINT NAPV& tS READ At f EXAMI THI. I ,l;l CH ORIZED TQ . APPLY.FCJR City of Tukwila ADDRESS 6200 Southcenter Boulevard CONTACT PERSON Don Williams, Director of Recreation BU!LDIN PERM!T APPLICATION Division • • • -rn • ob DP, ._ #. BUILDING``PERMIT >FEE:'< PLAN CHECK FEE ?:: <; < ;;' >'> BUILDING`:SURCHARGE OTHER: AMOUt4 is : PHONE APPLICATION SUBMITTAL In order to ensure that your application is accepted for plan review, please make sure to fill out the application completely and follow the plan submittal checklist on the reverse side of this form. Handouts are available at the Building counter which provide more detailed information on application and plan submittal requirements. Application and plans must be complete in order to be accepted for plan review. VALUATION OF CONSTRUCTION Valuation for new construction and additions are calculated by the Department of Community Development prior to application submittal. Contact the Permit Coordinator at 431 -3670 prior to submitting application. In all cases, a valuation amount should be entered by the applicant. This figure will be reviewed and is subject to possible revision by the Building Division to comply with current fee schedules. BUILDING OWNER / AUTHORIZED AGENT If the applicant is other than the owner, registered architect/engineer, or contractor licensed by the State of Washington, a notarized letter from the property owner authorizing the agent to submit this permit application and obtain the permit will be required as part of this submittal. EXPIRATION OF PLAN REVIEW Applications for which no permit is issued within 180 days following the date of application shall expire by limitations: The building official may extend the time for action by the applicant for a period not exceeding 180 days upon written request by the applicant as defined in Section 304(d) of the Uniform Building Code (current edition). No application shall be extended more than once. if you have any questions about our process or plan submittal requirements, please contact the Department of Community Development Building Division at 431 -3670. EXP. DATE DATE APPLICATION EXPIRES -1PHONE (206) 433 -1843 PHONE (206) 627 -7947 ZIP 98188 ZIP ZIP 98421 DATE 8 7s- PHONE (206) 433 -1843 CITY /ZIPTukwila, 98188 PHONE (206) 433 -1843 i�a COMMERCIAL NEW COMMERCIAL fl Completed building permit opplicetion(one for each Ej Assessor Account Number : •:::: . • " .:‘ Two lots (2) of the foIIowun • • • : Speoilloatiops •••••:••••••••• •• • • . , • . StrOctural :Calculations stomped by ..e enginoer • :•:- SoilS•Ireport s tamped by a Washing ED Topographical •• E Energy' calculabons stamped by engineer or architect • Worting'draWings, stamped by a.Washington.4tete I architoot,:w.hich . . • : ..„,•:::, : :O Site' plan: • ••••''' .•...!:.Archltectural drawings • drawings Elevations .. ........... Complated.utility.permit applicaticia (one for enlira Sis(6)..sets of civil NOTE 8e Utility pormkappligaborr and 0001.43!.ior.. . . ........ ........ ........ ... . ...................... RACK STORAGE: • •••• • • • •• • ••••..-.•...•: E Completed building permit application . . . . . Assessor Account Number Two (2) sets of plans, which lndd� • Building floor plan showing • • • Entire space Exit doors rnensions of TenontlopapolOo ....... .......... . :.:• •.• :••••••.: . . . NOTE Include dimensions .oft!cke(pel0t,':,!rid;kertd' d.fix.#• on plw •••,• •••• • .. StruCtural calculations stamped bye Washington .•...PPilIPP9r.(rack..StOrega:trertd • . . ... • . . .• .•.' ........ . ............. " RESIDENTIAL • ••• NEW SINGI...E•fAlit11,.Y Completed building permit ap011catiost lone for each st . .:E Legal Assessor Account • .• : Nu •., ...•: . Ei Two sets (2) of working drawings, which •: • Site p lan "^"""""1 (On plan, show Closest. hydrant locatieti.:: .• • . Foundation plan : .001de access kr bull:Am, shcnving': • Root plan • „ andfarctiroraccessj"::::, Roof plan Bulking elevations (ail views) Building cross-section . • Structurai framing plans : • : Washington State Energy Code data • thiBMITTAL CHECKLIST E Completed utility permit application E Six (6) sets of site plans showing utilities NOTE: Building site plan and utility site plan may be combined::: Bet:: utility permit application and checklist (or specific submittal 17.clul Additional topographical and sails Information may be recifulredguc(9tre: site conditions. . ;,. .. . !:foopiplote of ecent (common wail) ter or plan of proposed tenant space • .e:.IIpI..with ... �rn .. ;beil $ E It • :.•sviiI*44!!1:‘Ya egress •• • • showing wall conitfllc*lan and method of attachment for oor and oeiUng ••,tili*jitl"i".*P:*i:bt ..".. l NOTE #enyutiThyivtkJs application and pIans 17.i4qPIT4. mtQuUNty permit isesWf Account Numb ... met, mabxial being removed. and l,..r08004.0000 NOTE A certification letter is requited pnor to final Inspection and sn- ...... .... . ..... .................. ... ................ ...... ............. . . fl o Asseesor Account Number Two pIanswtitchlncluc . 11' di lOcelkiitotentenstsAtate tta dis [2oetes nna/satelthe dish and method of attachment stomped by J04^44S. IX PERMITS 9 ' * s • TO PWD DATE PLA' APPROVED PERMIT NUMBER APPROVED PLAN /LETTER DATE ISSUED 11 U 1 i 1 I J Channelization/Striping /Signing Curb Cut/Access /Sidewalk Fire Loop /Hydrant Flood Zone Control t Grade /Fill Hauling Landscape Irrigation Moving an Oversized Load Sanitary Side Sewer Sewer Main Extension (private) Sewer Main Extension (public) Storm Drainage Water Main Extension (private) Water Main Extension (public) X Water Meter (exempt) size: Q 1 I No.: I El a t Only WIYit C I ,61 a _ q - 30 - a, c1 X Water Meter (permanent) size: c- I 1 No.: I tv P- 15 o a► k Water Meter (temporary) size: Qt. 11 No.: I WmTT- I -41 9-50-g" Other: Other: RECEIVED TYPE OF REVIEW 9 ' * s • TO PWD DATE PLA' APPROVED DATE RESIB. REQUESTED COMMENTS 15'0 11 U 1 i 1 I J %-1 5-cI 1 ROUTING PERMITS REQUIRED UTILITY PrtJJEGT TRACKING CHECKLIST CONDITIONS OF PERMIT ISSUANCE OR FINAL SIGN -OFF OF PROJECT 1 fikREVY 11H CERTIFY ;THAT :I HAVE :READ > THIS APPLICATION AND KNOW ;THE :SAME TO BE TRUE AND ;CORRECT. Applicant/Authorized �� A i - gent Sgnat: r��, �,cz.,,...a -� Contact Person (rint name)• Don Williams, Director of Recreation Print Name: City of Tukwila Address: 6200 Southcenter Boulevard Date: �S =9 Phone* 433 -1843 Tukwila, WA 98188 Phone: (206) 433 -1843 D at Application Accepted: Ct�7_ Ct ! Date Application Expires: , g cm' OF TUUKKWJLA Central Permit System - Engineering Division PLAN CHECK 6300 S Blvd., Tukwila, WA 98188 N UMBER' 1� J � Phone: "" I .�s��i PROJECT Site Address: Southwest corner of 53rd Ave. S. and S. 139th Street INFORMATION Name of Pro ect: Foster Park Addition Property Owner: City of Tukwila Street 6200 Southcenter Boulevard Engineer: Bruce Dees & Associates Street Address: 222 East 26th Street, Suite Contractor: 41.. 7s Street Address: King County Assessor Account Number: PERMITS > .`" 0 Channelization/Striping /Signing REQUESTED :> ❑ Curb Cut/Access/Sidewalk 0 Fire Loop/Hydr. (main to vault) - No.: Sizes: O Flood Zone Control J531 Grade/Fill cubic yards ❑ Hauling 0 Landscape Irrigation ❑ Moving an Oversized Load 181 Sanitary Side Sewer - No.: 1 ❑ Sewer Main Extension Private ❑ Public ❑ ;:WATER METER::: DEP. :'REFUND /BILLING `::MONTHLI SERVICEi BILLINGS TO Name: Street Name: c�rl`:S � -. • Street 1,2 Water ®• Sewer ® Metro ❑ Standby ';DESCRIPTION OF ❑ SI le -Famil Residential ❑ Multiple - Family Dwelling ❑ Hotel No. of Units: ❑ Motel CommerciaVlndustrial © New Building restroan/3750 Remodel/ Square footage of original building space: MISCELLANEOUS::; Square INFORMATION ;! ? Footage: picnic shelter /560 Addition Square footage of additional building space: King County Assessor's valuation of existing structures: $ Valuation of work to be done: $ ❑ Office ❑ Retail UTILITY PERMi gi APPLICATION ❑ Duplex Phone No.: (206) 433.4843 City /State/ZIp: Tukwila, WA 98188 Phone No.: (206) 627 -7947 202 City /State/Zip: Tacoma, WA 98421 ❑ Tri•lex ❑ Warehouse ❑ Manufacturin anammosonusrnmer ❑ Apartments ❑ Condominiums ❑ Church Phone No.: City/State/Zip: Phone No.: ❑ Storm Drain ❑ Street Use ❑ Water Main Extension Private ❑ Public ❑ 1�1 Water Meter / Exempt: - No.: Deduct Jg► Water Only ❑ t ❑ Water Meter / Permanent - No.: — Sizes• ❑ Water Meter/ Temporary:- No.:.___.. Sizes• ❑ Other: City /State/Zip: Phone No.: y - 4.6 Cit /State/Zi • : l<, / ❑ Other: ❑ School/Colleae /Universit ❑ Hos'itai ® Other: Park 09/18/90 CITY OF TUKWILA Public Works Department 6300 Southcenter Boulevard, Tukwila, WA 98188 (206) 433 -0179 GRADING / FILL PERMIT QUESTIONNAIRE DO I NEED A GRADING /FILL PERMIT? If you are unsure if you need a grading permit, please fill out the following questionnaire and return it to the Tukwila Building Division. The staff will then determine if a permit is required. If you have any questions, please contact the Public Works Department at 433 -0179. PROJECT NAME: Foster Park Addition lGt PROJECT ADDRESS: Southwest corner of 53rd Ave. S. and S. 139th Street GRADING YES NO 1. Will the excavation be two (2) feet or more in depth? © r ❑ 2. Will the excavation create a cut slope greater than five (5) feet In height? © ❑ 3. Will the excavation create a slope steeper than one and one -half (1 -1/2) horizontal to one (1) vertical? ❑ El FILL Q 1. Is the slope of the natural terrain greater than five (5) horizontal to one (1) vertical? 2. Will the fill exceed 50 cubic yards? 3. Will the fill obstruct a drainage course? ❑ 4. Will the fill be three (3) feet or more In depth? 5. Is the fill intended to support structures? El 0 SIGNATURE 0iz..� --y PHONE NO (206) 433 -1843 PRINT NAME: Don Williams, Director of Rec. COMPANY City of Tukwila RMIT. REQUIR TE: :RETAIN THIS FORM FOR OUR RECORDS. toy I f a permit Is required, Include a copy In that the "al Februa 993 File: 91 -9126 Tukwila Building Department 6300 Southcenter Blvd. Tukwila, WA 98188 Attn: Dave Larson Project: Foster Park # 84 -PK19 S. 139th St. @ 5 4v . S. Permit Numb TESTING LABORATORY INC. This is to advise you that special inspections are completed on the above referenced project. The following inspections were required and copies of all inspection reports have already been forwarded to you. 1. In Place Density Testing 2. Reinforced Concrete All work : inspected conformed to Tukwila Building Department approved plans, specifications, Directors Rule, UBC and related codes and /or verbal or written instructions from the Engineer of Record. Our last report is dated May 28, 1992, number 2607. Sincerely, A.A.R. TESTING LABORATORY, INC. Frank Foster Field Supervisor cc: City of Tukwila -Scott Thomas DWBE Certified D2F4708231 Nationally Accredited Laboratory P.O. Box 2523 • Redmond, WA 98073 • (206) 881.5812 • FAX 881.5441 1 413 Fraser St., Bldg. H, Suite 103 . Bellingham, WA 98226 • (206) 671.6430 • FAX 671-6563 Project: /"'"C� �� /0�� �--- , Type ofinspectio Address: x.5'3. v... /3 111 e al : . Special Instructions: Date Wanted: 2 i"-/ 9 a P2mi Requester: Prone No.: 0. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes. COMMENTS: Inspector: Date; 67633 PERMIT N0: 431 -3670 ❑ Corrections required prior to approval. O $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300,Southcenter Blvd., Suite 100. Call to schedule reinspection. ecept ! o,: Proj p r- r t -�•� ► �- Ty'p4e',o fnspedion: da llgi u1v 4'1/41 h-- "A INn. 4 Q_ Address 1 3 19 �__s i a t a t e Special Ins ructions : ° ' Date Wanted: am p.m. Requester: " 1. Phone Syr 9_g INSeECTI8N RECORD Refs !n a copy with permit CITY OF .TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 0 Approved per applicable codes. COMMENTS: nspector: Recept No.; Dale: 3 PERMIT NO. (206) 431 -3670 0 Corrections required prior to approval. ❑ $30.00 REINSPECTION EE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. COMMENTS: nspectorA.y.MME�I'..L IIMI i.: .! r INSPECTION RECORD, Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes.�c- � )44,t2c4 ❑ $30.00 REINSPECTION FEE REQUIRED. Prior to reinspectiori, fee mu be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. 10783 PERMIT No. (206) 431 -3670 0 Corrections required prior to approval. • ecep o.: a: . C. rre [1 j) , � 6: : e : eC S rnstrbctioi Date Wanted: am. p.m. Requester 40 �f P hone No.: 222': 775 COMMENTS: nspectorA.y.MME�I'..L IIMI i.: .! r INSPECTION RECORD, Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes.�c- � )44,t2c4 ❑ $30.00 REINSPECTION FEE REQUIRED. Prior to reinspectiori, fee mu be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. 10783 PERMIT No. (206) 431 -3670 0 Corrections required prior to approval. • ecep o.: a: • COMMENTS: /) f0.51-- 60 .," , , i�JPL e., d � rir 4. ( V �J ..� ..„ , ‘ .o '.... rs-e:P /_/? ti_ . c 5 % h <4.,-,,,/d AP c ' g ..."-, KG E s s / - T- _ tI . .:r '20 id �_ . ii e, /s 6 ‘Fr. t _ el (Sic-a* Ff li < ‘ 4,..0 .r4, J i) / 2 � ✓ f LJ' 4./• L-� 4_, .07 /w/ ? l-e' 6 4/63 ,-/-, / r.. i 'r-,-(e . ., r2, 4/ e, e «,L 40 ,3r. , ICS -Iii.,' --' "e", ,4t!, v- 5 4 / /,S ! .h e./ rt�../- -C 1k, ,/i.. p.m. . Requester: Project: Type of Inspection: Address; Date Called: Speclarin'structions: Date Wanted: S p.m. . Requester: Phone No,: Inspector: 0 Approved per applicable codes. • INSPECTION RECORD y'61 , g 2 _ Retain a copy with permit PERMR NO CITY OF TUKWILA_.BUILDINC DIVISION 6300 Southcenter Blvd., #100 Tukwila, WA 98188 Dale: (206) 431 -3670 Corrections required prior to approval. 0 $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Project: i7�E"- Th - Type of Inspect! rL---� Address: 1 3 p 1 p t6a eZ�fa fN�: .. IP Special Instructions; ` t : � 0 a hi" (J(Rl. - Date Wanted: _ ,� (a p.m. Requester Requester: C47 Phone No.: 'M INSPECTION RECORD Retain a copy with perm! INSPECTION N CITY OF TUKWILA BUILDING DIVISION 6300Southcenter Blvd., #100, Tukwila, WA 98188 COMMENTS: Inspector: r' ace o,: -g3, PERMIT N (206) 431 -3670 K Approved per applicable codes:. O Corrections rewired prior to approval. ❑ $30.00 REINSPECTION FEE REQUIRED, Prior to reinspection,'fee must be paid at 6300Soutl%center Blvd., Suite 100, Call to schedule reinspection; 111 ro 1)S ) il K. A 0A, Type Ivey: �( / f E Addr ss: y f /1 J r= 1)'-✓�i S . Date Call / ( �l� Sp al In ctlons, pate Wanted: (' — 90 9 _ P.m,. Requester: w ) pi Phone No.: Approved per applicable codes. COMMENTS: INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 D 1 fl 3 PERMIT N0. (206) 431 -3670 O Corrections required prior to approval. CQ $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite "100: Call to schedule reinspection: ro ec : ype o nspect on: IF Address:. Date Called: ( / 9 0 : .... Special Instructions: ` rl �= / l C .� Date Wanted: / . _� ( _ 9 .� _ am. . Requester: -eAr Phone No.: � � 3-741—F(' IN PECTION RECORD CD letein a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 PERMIT (206) 431 -3670 >4' Approved per applicable codes. COMMENTS: nspector: ❑ Corrections required prior to approval. CI $30.00 REINSPECTIO FEE REQUIRED. Prior to relnspection fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspectiop. •ro act' Igo 3ffir "' , /. in pe o nspectiin: .` i /U 6 • ..res � p . 6 t r ,:teC::1 1i 5 ! Special l structions: . i! '' 1 Date Wanted: et Requester: K-0 A Al Phone No.: .( q n ,..371m, INSPECTION NCB. • INSPECTION ION RECORD Retain a copy with permit CITY. OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 PERMR NO. (206) 431 -3670 Approved per applicable codes. COMMENTS: Inspector: 0 Corrections required prior to approval. 0 $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule relnspection: Pype � Acu� -- o ns " Co NC . . o w r o s�=�e— - dress; Date Called: 10 Special structlons; © Date Wanted: 10 - 3rJ - G ( am. p.m. Requester: Phone No.: CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes. COMMENTS: • I Inspector: INSPECTION RECORD Retain a copy with permit' 0 Corrections required prior to approval. C] $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection; fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. PERMIT NO. (206) 431 -3670 "67.3.e, roe . , / YPe o nsy on;- G• n Address: �l i q 6, n 6 , Date Call :: , 08, c i 11 Special Instructions: • Date Wanted: Requester Ka V Fa_ 11( . Phone No,: 4161_314 s lindiai le . CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 ❑ Approved per applicable codes. COMMENTS: INSPECTION RECORD ir Retain a copy with permifi 0: titg PERMIT NO. (206) 431 -3670 Corrections required prior to approval. ❑ $30.00 REINSFECTION FEE REQUIRED. Prior t reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to sche inspection. +<' aK° rw►+ �wvrN`. uY`. Y': t�. wT� .".a'i:Kw.i�+e:ri�rN�'.s�;" <� }f��'. jC�•_cir' INSPECTION RECORD Retain a copy with' permit CITY OF. TUKWILA BUILDING DIVISION: 6300 Southcente• Bivh, #100, Tukwila, WA 98188 Project: Address: ' : Special ::. nstruc ❑ Approved per applicable codes. COMMENTS : Inspector: : Date Wanted: Requester: Phone No.: 6783 PERMR1JO. (206) 431 =3670 — Type of inspection: � CafJf'°' Date caned: /G? /cf3 m. p.m. ❑ Corrections required prior to approval. . 0 $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid a 6300 SouthcenterBlvd., Suite 100. Call . to schedule reinspection. By... 09/27/91 09:14 BRUCE t 7 ASSOCIATES Lsodsesipt kch Iectun • Utan croon Sao Pr nnIno • Recostion ricilies Oesig► Message From: Message to: Project Date Transmitted Total No. of Pages_ Comments: FILE COPY understand that the Plan Check appravels are eubiect to errors and omissions and approval of plans does nat authorize the violation of any adopted code or ordinance. Receipt of contractor's copy of approved plans acknowledged. Date / 3.Q(q I mit No ��. t (Firm) h&ee AEd » »» TUK PUB WORKS .1tosagg,14 RECEIVED CITY OF TUKWILA SEP301991 PERMIT CENTER (FAX #) (5( (Job No.) 22 East 26th Street, Suite 202 Tacoma, WA 98421 (206) 627-7947 (206) 627-6661 Fax CITY OF TUKWILA APPROVED SEP AS NOTED 4 001 STATION TOP OF WALL WALL FINISH GRADE 145.00 STATIONING BOTTOM OF FOOTING 143.50 WALL. HEIGHT (W) DATA TOTAL HEIGHT (H) WALL TYPE AND REMARKS 0 8.06 145,81 0,81 2.31 BEGIN - WALL W/T'YPE '6 145.06 142.56' _ 141.06 2.50 4.00 4.43 END '8' - BEGIN TYPE •, 10 144.85 141.92 140.42 2.93 TYPE 'C' 17,75 143.92 139.42 137.92 _.. 4.50 6.00 END 'C' - BEGIN TYPE 20 143.67 138.71 137,21 4.96 6.46 TYPE 'D' 30.00 142.07 135.57 134.07 6.50 8.00 END 'D' - BEGIN TYPE '! 37.50 141.17 133.67 132.17 7.50 • 9,00 END 'E' - BEGIN TYPE 'I 40 140.89 133.11 131,61 7.78 9.28 TYPE 'F' 49.88 139.90 131.40 129.90 8.50 10.00 'END 'F' - BEGIN TYPE 't 50 139.89 131.38 129.88 8.51 10.01 TYPE 'G' 60 139.33 , 130.06 128.56 0.27 10.77 TYPE '0' 70 138.83 129.66 128.16 9.17 10.67 TYPE 'G' ' 80 138.39 129,30 127.50 9.09 10.50 TYPE 'G' 00 137.88 128.97 127.47 8.91 10.41 10.00 TYPE 'C' 93.90 137.39 128.89 127.39 8.30 END 'G' - BEGIN TYPE I 100 138.76 136.08 128.76 128.58 127.26 8.00 050 TYPE 'F' w � 108.44 127.08 7.50 7.40 _ 9.00 6.00 END 'f" -- BEGIN TYPE `E - TYPE 'E' 110 135.95 128.55 127.05 120 123.75 135.00 134.77 128.34 1 6.68 • 8,16 TYPE 'E' 128.27 125.77 6.50 8.00 END 'E' - BEGIN TYPE 'I 130 134.35 128.14 126.64 6.24 7.74 TYPE 'D' 140 133.91 128.00 126,50 5.91 7.41 TYPE 'D' 150 133.69 128:00 126.50 5.69 7.19 TYPE 'D' 160 133.46 128.00 126.50 5.46 6.96 TYPE 'D' 170 133.24 128.00 126.50 5.24 8.74 TYPE '0' 180 133.01 128.00 128.00 125.50 8.01 - 8.51 _ TYPE 'D' -F--- 17!14.25 132.50 126.50 4.50 6.00 _ END 'O' - BEGIN TYPE 't 190 131.81 128.00 128.00 126.50 126.50 .•' 3.51 ± .83 2 _ � _ 531 TYPE 'C' 200 • 130.83 4.33 - TYPE 'C' 203.00 130.50 128.0 0 126.50 2.50 4.00 END 'C' - BEGIN TYPE 'I 210 129.90 128,00 126.50 1.90 3.40 TYPE '6' 220 129.50 128.00 126.50 1.50 3.00 CORNER - TYPE '8' 225.00 129.90 - 129.33 127.83 0.57 2.07 END WALL W E '8' S. > /L( /bl VD. IL , "4L £t1C: 27; 7/ CM Of 1� � E D \PPR E!� A 1991 AS NO1ED BUILDING DIVISION S TUK PUB WORKS l 004 RECEIVED CITY OF TUKWILA 5EP U 1a:iI PERMIT CENTER I RETAINING WALL DIMENSION CHART WALL TYPE 2 r O — 2.0 TOE '1' �r. FOOTING 'r ,.- KEY 'K" =1" NO .1' . 1 s •r' IIIIGIIIII 111111.A11.1 11111rallil 24 . - 4.0 4" 2 4.0 - 8.0 r 3' - NO KEY TYPE 'U' 6.0 - 8.0 12" 4'--0 12' TYPE 'E' 8,0 - 9.0 1' -3' 4' -3" 15' TYPE 'f" 8.0 - 10.0 2'•-O' 5' -0 21' f TYPE '0° 10.0 •- 10.8 `' -4" 5' -4" 24" 09/27/91 09:16 f . rr0' 276go f f S /5 a12'0.C. Lois FIN. ORAL* •7 ' ,'1•i i •1to.c. iCC1L M1~itP4i. GON11mo4. 401NTS DM 20'4' A.C. » »» TUK PUB WORKS PROPERTY UNE MADE ,, ,• • RECEIVED CITY OF TUKWILA SEP ,i U •III • PERMIT CENTER r r n r� d • AU. WES ¢ s. • 12' 0.c.7 USE ruu. MOW D0•41. I _L • 12' O,C. OR LAP AS SH°P" +. 7 O.D. PVC, MEP mous e 4' O.C. PEA OPAV x. #s.• 1r0.c. (.T CONC TE R TAININ WALL •G4 SCALE : 1 1' -0 CITY OF TUI(VvfLk APPROVED SEP U 1991 AS NOTED BUILDING DIVISION 08 - ...... .._ OZ u7 Z00 MOM and )UU . •-•-•• h • SIP a CITY OF TUKWILA APPROVED SEP `;0 1991 AS NOTED BUILDING DIVISION OL L VOL 1 00 06 - OL • OG 99 '6* OG L£ ' r' ` 3 o0 , ��- r -10z ....,__ ......�.. 9 l oov PERMIT CENTER -• ._ 123.75 120 150 160 1 170 -x; 180 184.251--1 84.25Lj � 11 190-1A 1 4 1 1 t i' 200Hy 203,00 -- - 210 --1160 150 140 —J190 RECEIVED CITY OF TUKWILA SEP . 6 0 1W PERMIT CENTER RECEIVED CITY t1FT1JKWILA PERMIT CENTER it t2 V TESTING i • LABORATORY t mimil .7► INC. 0 Februa 9•72.3 File: 91 -9126 / 1 U / 1 ; - 1 1 ) :JJ a a • /- Tukwila Building Department 6300 Southcenter B'vd. Tukwila, WA 991,3E Attn: Dave Lars,.or Project: Foster ark # 84 -PK19 .S. 139th St. @ 53rc Ave. S. • Permit Number 6783 This is to advir :G: • .1 that special inspections are completed on the above referenced project. The following ii 67.'actions were required and copies of all inspection reports have already been f;wwer•ded to you. • 1, In Place Density Testing 2. Reinforced ', :r i• :'Pte AU work inspe::t:•t: conformed to Tukwila Building. Department approved plans, specification;. "f roctors Rule, UBC and related codes and /or verbal or written instructions fir r • F Engineer of Record. Our last repot ^aped May 28, 1992, number 2607. Sincerely, A.A.R. TESTIN : ; '?BORATORY, INC. u - . w DWBE CliTil ?F`47si 1/ { Nationally Accr dta at o t••-% a i FEB 1 U 1993 COMMUNITY DEVELOPMFNT Frank Foster Field Supervi cc: City of Tu..w ir••Scott Thomas F4x 2S23 • Redmond, WA 88073 0 (206) 8814012 • FAX 681.5441 i A Y a a.,v ,..: • • 14 It iItm 1 nM • Rallinnham_ WA 08226 + (2081 871 6430 + FAX 671.0563 Location Elevation Wet Density - PCF Moisture Content Dry Density - RCF Proctor Value n ./..3.2t 7 7r / .a . / .': ... /A 0 t 1 e0 ' PROJECT �,D 1 !i� f! /j ,� 7- 6 C Pot LOCAT sreS3,-d/IVE,9. i, L4 / q RM I35� /' - 3 Z . .. 6: 1 /3C It 7 ( l / 2 7 WE TH ' 1 i ZJ AP / TEM Q AT Compaction - % ENGINEER 1 7 s 77 . GATE 5, ^ y 7 9/-9/e2‘ PROJECT �,D 1 !i� f! /j ,� 7- 6 C Pot LOCAT sreS3,-d/IVE,9. i, L4 / q RM BLDG T NO. OWNER ' A T WE TH ' 1 i ZJ AP / TEM Q AT AM PM ENGINEER 1 glow` ARCHITEC � j J eed . CONTRACT ,e TO: •y /RELD REPORT t A.A.R. TESTING LABORATORY, INC. P.O. BOX 2523 REDMOND, WA 98073 -2523 DWBE CERTIFIED (206) 881 -5812 FAX (206) 881 -5441 000 extAkieletAker Blvd ksu a W A 481 PREVIOUS R EPORT No. f 4/ o 5 'IM,PiL 1 wEv�" S c COPIES TO: 0 OWNER 0 CONTRACTOR ( p - 2 " REPOR 0 ENGINEER 0 ARCHITECT 0 BLDG. DEPT. OTHER SIGNED: U Location Elevation � (9' ` >C. .... y . , � . . Wet Density - PCF .. /3.G.' 3.. .. [ 3 A . . ..f .457. 0. . ¢ / Moisture Content e 3 7 0/ .. ENGINE % / ✓� t+"« 1 z146, Dry Density - RCF .. ° ' l o? C1 ti .. 1 Proctor Value /32,7e f,c /Allele '6. Compaction - % ?k5 f6 9 0 DATE � Slr Z 40, / (/ /� 1 C PROJECT . �� , / d. " .. , 2/ / / • A. r• S c 1 . S'T-aJS3;l • 4 S ' ev BLDG. PERMIT � OWN R • / / / WE THE '' TEMP / AT AM ENGINE % / ✓� t+"« 1 z146, ARCHITECT f // "l / ` /��"—�- C. w CONTRACTO`R� / TO: /v 4 , REPORT A.A.R. TESTING LABORATORY, INC. P.O. BOX 2523 REDMOND, WA 98073 -2523 DWBE CERTIFIED (206) 881 -5812 FAX (206) 881 -5441 ATTN• Wa 0 5, At. s€) SIGNED' PREVIOUS REPORT No. COPIES TO: O OWNER O CONTRACTOR V REPO O ENGINEER 0 ARCHITECT 0 BLDG. DEPT. OTHER 2608 Location Elevation V I C6 .PA 51 ,46- �% -� f ✓ v.- PROJZE/ CT �' 1/O_ L �-..G ras72� S Ce Am.t4. P // / Q / / Wet Density - PCF .. l �..... .. / Z5.. ( ... //6 .. , .. ( b ;..1 ENGINEER Moisture Content ! / ° /.! ? 3' ' / g Dry Density - RCF .. /P Z.... / // " l0 ! � 0, 6. Proctor Value . /30.1e / . liks- /��l Compaction -°/e . A rilffigarta I I 111 EWA I MI I I I i I j FIELD REPORT A.A.R. TESTING LABORATORY, INC. TO: ATTN: 01—.< I761 P.O. BOX 2523 ' REDMOND, WA 98073 -2523 DWBE CERTIFIED (206) 881 -5812 FAX (206) 881 -5441 A 2h141t(-444a , 1-44. „e,i4 ik„e ��N(�✓ ter/ " . i // "NV ( aet ('GYW a/a, 4 1C -- /N COPIES TO: 0 OWNER 0 CONTRACTOR 0 ENGINEER 0 ARCHITECT 0 BLDG. DEPT. 0 OTHER PREVIOUS REPORT No. t FIELD REPORT N2: 2596 SIGNED: PROJZE/ CT �' 1/O_ L �-..G ras72� , 414 / 5 ° f . 19M a h /W1 BLDG. PERMIT NO. OWNER /A M WEATHER TEMP. 504 AT AT PM ENGINEER ARCHITECT CONTRACTOR FIELD REPORT A.A.R. TESTING LABORATORY, INC. TO: ATTN: 01—.< I761 P.O. BOX 2523 ' REDMOND, WA 98073 -2523 DWBE CERTIFIED (206) 881 -5812 FAX (206) 881 -5441 A 2h141t(-444a , 1-44. „e,i4 ik„e ��N(�✓ ter/ " . i // "NV ( aet ('GYW a/a, 4 1C -- /N COPIES TO: 0 OWNER 0 CONTRACTOR 0 ENGINEER 0 ARCHITECT 0 BLDG. DEPT. 0 OTHER PREVIOUS REPORT No. t FIELD REPORT N2: 2596 SIGNED: CONTACT PERSON CITY OF TUKWILA 6300 SOU'T CENTER BOULEVARD TUKWILA, WA 98188 * * REVISION SUBMITTAL DATE 9 /3n/A I PROJECT NAME r- ADDRESS ( Pig l re) Ave s. ARCHITECT OR ENGINEER Brut F de rs PERMIT NUMBER (J1 "IS 3 (If previously issued) PLAN CHECK NUMBER C =3 24 LJ PHONE RECEIVED CITY OF TUKWILA SEP : U 1991 PERMIT CENTER TYPE OF REVISION: SHEET NUMBER(S) _ 4 "Cloud" or highlight all areas of revisions and date revisions. SUBMI rt. ED TO: CITY OF TUKWILA 6200 SOUTI/CIsNTRR /BOULEVARD, TUKWILA, WASHINGTON 98188 Plan Check #91 -344: Foster Park 13919 53 Av S PHONE # (206) 433.1800 THE FOLLOWING COMMENTS APPLY TO AND BECOME ,PART OF THE APPROVED PLANS UNDER TUKWILA BUILDING PERMIT NUMBER (6-7 1. No changes will be made to the plans unless approved by the Architect and the Tukwila Building Division. 2. Electrical permit shall be obtained through the Washington State Division of Labor and Industries and all electrical work will be inspected by that agency (872- 6363). 3. All permits, inspection records, and approved plans shall be posted at the job site prior to the start of any construction. 4. When special inspection is required either the owner, architect or engineer shall notify the Tukwila Building Division of appointment of the inspection agencies prior to the first building inspection. Copies of all special inspection reports shall be submitted to the Building Division in a timely manner. Reports shall contain address, project name and permit number of the project being inspected. 5. All structural concrete to be special inspected (Sec. 306, UBC). 6. All construction to be done in conformance with approved plans and requirements of the Uniform Building Code (1988 Edition), Uniform Mechanical Code (1988 Edition), Washington State Energy Code (1991 Edition), and Washington State Regulations for Barrier Free Facility (1989 Edition). 7. Validity of Permit. The issuance of a permit or approval of plans, specifications and computations shall not be construed to be a permit for, or an approval of, any violation of any of the provisions of this code or of any other ordinance of the jurisdiction. No permit presuming to give authority or violate or cancel the provisions of this code shall be valid. any L. Van Dose'', Mayor "X" REQUIRED INSPECTIONS PHONE DATE APPROVED INSPECT. INITIALS DATE(S) CORRECTION NOTICE ISSUED 1 Footings 431 -3670 R 2 Foundation 431 -3670 3 Slab and/or Slab Insulation 431 -3670 4 Shear Wall Nailing 431 -3670 5 Roof Sheathing Nailing 431 -3670 6 Masonry Chimney 431 -3670 7 Framing 431 -3670 8 Insulation 431 -3670 9 Suspended Ceiling 431 -3670 10 Wall Board Fastening 431 -3670 11 12 13 14 FIRE FINAL insp: 575 -4407 x 15 PLANNING FINAL 431- 3670 431 - 3670 =' =--— x 16 PUBLIC WORKS FINAL x 17 BUILDING FINAL 431 -3670 1 BUILDIG PERMIT INSPECTION RECORD .4glikswat„( (Post with Building Permit In conspicuous place) CITY OF TUKWILA Department of Community Development - Permit Center 6300 Southcenter Boulevard, Tukwila WA 98188 (206) 431 -3670 DATE ISSUED: BUILDING PERMIT NO. CO SITE ADDRESS: 13919 53 Av S SUITE NO.: PROJECT: (Picnic Shelter & Foster Park - Retaining Wall) CALL FOR INSPECTIONS AT LEAST 24 HOURS IN ADVANCE (INSPECTOR COMMENT SECTION ON REVERSE) INSPECTION PROCEDURES AND REQUIREMENTS All approved plans and permits shall be maintained available on the site in the same location. 1. FOOTING - When survey stakes and forms are set and rebar is tied in place. 2. FOUI11 DATION - When forms and rebar are in place. 3. SLAB - If structural slab or if underslab insulation is required. 4. SHEARWALL NAILING - Prior to cover. 5. ROOF SHEATHING NAILING - Prior to cover. 6. MASONRY CHIMNEY - Approximately midpoint. 7. FRAMING - After rough -in inspections such as mechanical, plumbing, gas piping, electrical and fire stopping is in place. 8. INSULATION - After framing approval, but before installation of wallboard. Baffles must be installed to keep attic ventilation points clear. 9. SUSPENDED CEILING - Fasten diffusers, lights and seismic bracing. 10. WALL BOARD FASTENING - Prior to taping (see UBC Chap. 47 and Table 47G). 11. 12. 13. 14. FINAL FIRE INSPECTION - Contact Fire Department for their requirements. 15. FINAL PLANNING INSPECTION - Contact Planning Department for their requirements. 16. FINAL PUBLIC WORKS INSPECTION - Contact Public Works Department for their requirements. 17. FINAL BUILDING INSPECTION - When all work, corrections, reports and other inspections are complete. OTHER AGENCIES: Plumbing (including gas piping) — King County Health Department — 296 -4732 Electrical — Washington State Department of Labor and Industries — 277 -7272 A preconstruction meeting with the Building Inspector may be scheduled prior to starting the job by contacting the Department of Community Development, Building Division at 431 -3670. Although not required, a meeting of this type can often eliminate problems, delays and misunderstandings as the project progresses. oa„Oao Plan Check No.: REQUIRED INSPECTIONS PLAN REVIEW COMMEN 3 9 \-344. Project: No changes will be made to the plans unless approved by the Architect and the Tukwila Building Division. 2. Plumbing permit shall be obtained through the King County Health Department and plumbing will be inspected by that agency, including all gas piping (296- 4722). c - 3) Electrical permit shall be obtained through the Washington State Division of Labor and Industries, and all electrical work will be inspected by that agency (277- 7272). 4. All mechanical work shall be under separate permit through the City of Tukwila. All permits, inspection records, and approved plans shall be posted at the job site prior to the start of any construction. When special inspection is required, either the owner, architect or engineer shall notify the Tukwila Building Division of appointment of the inspection agencies prior to the first building inspection. Copies of all special inspection reports shall be submitted to the Building Division in a timely manner. Reports shall contain address, project name and permit number of the project being inspected. All structural concrete to be special inspected (Sec. 306, UBC). . All structural welding to be done by W.A.B.O. certified welder and special inspected (Sec. 306, UBC). 9. All high- strength bolting to be special inspected (Sec. 306, UBC). 10. Any new ceiling grid and light fixture installation is required to meet lateral bracing requirements for Seismic Zone 3. 11. Partition walls attached to ceiling grid must be laterally braced If over eight (8) feet in length. 12. Readily accessible access to roof mounted equipment is required. 13. Engineered truss drawings and calculations shall be on site and available to the building inspector for inspection purposes. Documents shall bear the seal and signature of a Washington State Professional Engineer. 14. Any exposed insulations backing material to have Flame Spread Rating of 25 or less, and material shall bear identification showing the fire performance rating thereof. 15. Subgrade preparation including drainage, excavation, compaction, and fill requirements shall conform strictly with recommendations given in the soils report prior to final inspection (see attached procedure). 16. A statement from the roofing contractor verifying fire retardancy of roof will be required prior to final inspection (see attached procedure). All construction to be done in conformance with approved plans and requirements of the Uniform Building Code (1988 Edition), Uniform Mechanical Code (1988 Edition), Washington State Energy Code (1990 Edition), and Washington State Regulations for Barrier Free Facility (1990 Edition). 18. All food preparation establishments must have King County Health Department sign -off prior to opening or doing any food processing. Arrangements for final Health Department inspection should be made by calling King County Health Department, 296 -4787, at least three working days prior to desired inspection date. On work requiring Health Department approval, it is the contractors responsibility to have a set of plans approved by that agency on the job site. 19. Fire retardant treated wood shall have a flame spread of not over 25. All materials shall bear identification showing the fire performance rating thereof. Such identification shall be issued by an approved agency having a service for inspection at the factory. 20. Notify the City of Tukwila Building Division prior to placing any concrete. This procedure is in addition to any requirements for special inspection. 21. All spray applied fireproofing, as required by U.B.C. Standard No. 43 -8, shall be special inspected. 22. All wood to remain in placed concrete shall be treated wood. 23. All structural masonry shall be special inspected per U.B.C. Section 306 (a) 7. Validity of Permit. The issuance of a permit or approval of plans, specifications and computations shall not be construed to be a permit for, or an approval of, any violation of any of the provisions of this code or of any other ordinance of the jurisdiction. No permit presuming to give authority or violate or cancel the provisions of this code shall be valid. 25. A Certificate of Occupancy will be required for this permit. 1. Footings 2. Foundation 3. Slab /Slab Insulation 4. Shear Wall Nailing 5. Roof Sheathing Nailing 6. Masonry Chimney 7. Framing 8. Insulation 9. Suspended Ceiling 10. Wall Board Fastening 11. 12. 13. 14. Fire Final x 15. Planning Final 16. Public Works Final 17. Building Final Plan Check No.: REQUIRED INSPECTIONS PLAN REVIEW COMMEN 3 9 \-344. Project: No changes will be made to the plans unless approved by the Architect and the Tukwila Building Division. 2. Plumbing permit shall be obtained through the King County Health Department and plumbing will be inspected by that agency, including all gas piping (296- 4722). c - 3) Electrical permit shall be obtained through the Washington State Division of Labor and Industries, and all electrical work will be inspected by that agency (277- 7272). 4. All mechanical work shall be under separate permit through the City of Tukwila. All permits, inspection records, and approved plans shall be posted at the job site prior to the start of any construction. When special inspection is required, either the owner, architect or engineer shall notify the Tukwila Building Division of appointment of the inspection agencies prior to the first building inspection. Copies of all special inspection reports shall be submitted to the Building Division in a timely manner. Reports shall contain address, project name and permit number of the project being inspected. All structural concrete to be special inspected (Sec. 306, UBC). . All structural welding to be done by W.A.B.O. certified welder and special inspected (Sec. 306, UBC). 9. All high- strength bolting to be special inspected (Sec. 306, UBC). 10. Any new ceiling grid and light fixture installation is required to meet lateral bracing requirements for Seismic Zone 3. 11. Partition walls attached to ceiling grid must be laterally braced If over eight (8) feet in length. 12. Readily accessible access to roof mounted equipment is required. 13. Engineered truss drawings and calculations shall be on site and available to the building inspector for inspection purposes. Documents shall bear the seal and signature of a Washington State Professional Engineer. 14. Any exposed insulations backing material to have Flame Spread Rating of 25 or less, and material shall bear identification showing the fire performance rating thereof. 15. Subgrade preparation including drainage, excavation, compaction, and fill requirements shall conform strictly with recommendations given in the soils report prior to final inspection (see attached procedure). 16. A statement from the roofing contractor verifying fire retardancy of roof will be required prior to final inspection (see attached procedure). All construction to be done in conformance with approved plans and requirements of the Uniform Building Code (1988 Edition), Uniform Mechanical Code (1988 Edition), Washington State Energy Code (1990 Edition), and Washington State Regulations for Barrier Free Facility (1990 Edition). 18. All food preparation establishments must have King County Health Department sign -off prior to opening or doing any food processing. Arrangements for final Health Department inspection should be made by calling King County Health Department, 296 -4787, at least three working days prior to desired inspection date. On work requiring Health Department approval, it is the contractors responsibility to have a set of plans approved by that agency on the job site. 19. Fire retardant treated wood shall have a flame spread of not over 25. All materials shall bear identification showing the fire performance rating thereof. Such identification shall be issued by an approved agency having a service for inspection at the factory. 20. Notify the City of Tukwila Building Division prior to placing any concrete. This procedure is in addition to any requirements for special inspection. 21. All spray applied fireproofing, as required by U.B.C. Standard No. 43 -8, shall be special inspected. 22. All wood to remain in placed concrete shall be treated wood. 23. All structural masonry shall be special inspected per U.B.C. Section 306 (a) 7. Validity of Permit. The issuance of a permit or approval of plans, specifications and computations shall not be construed to be a permit for, or an approval of, any violation of any of the provisions of this code or of any other ordinance of the jurisdiction. No permit presuming to give authority or violate or cancel the provisions of this code shall be valid. 25. A Certificate of Occupancy will be required for this permit. BUILDING DIVISION MEMO TO: FILE: 91 -344 FROM: ReS.B DATE: August 20, 1991 SUBJECT: ADDITION TO SCOPE OF WORK UNDER THIS PERMIT. PLAN.: REVIEW OF PICNIC SHELTER AND RESTROOM FACILITIES INDICATES A PROPOSED .RETAINING WALL ALONG THE WEST PROPERTY LINE THAT SHOULD . BE INCLUDED UNDER A BUILDING PERMIT... THIS. WORK MAY BE INCLUDED UNDER THE. APPLICATION FOR THE PICNIC SHELTER, AND VALUATION AND ADDITIONAL PERMIT FEES SHOULD BE APPLICABLE. D.C.D -- BUILDING DIVISION * PLAN REVIEW * PLAN REVIEW: 91 - 544 PROJECT NAME:. FOSTER PARK PICNIC SHELTER DATE: August 20, 1991 OCCUPANCY GROUP: M -1, SHED TYPE OF CONSTRUCTION: V -N LOCATION ON PROPERTY: N/C BUILDING HEIGHT /NO OF STORIES: ONE FLOOR AREA: 24X24 OCCUPANCY LOAD:. N/A EXITING REOUIREMENTS: N/A DETAILED REOUIREMENTS: STRUCTURAL DESIGN REQUIREMENTS CERTIFIED BY ERIC FISHER, P.E.: PLANS & SPECS•.DO.NOT SHOW' DETAILS OF SHELTER,. CALLED CONSULTANTS OFFICE, LEFT MESSAGE 8/19/91 FOR CALL BACK. PICNIC SHELTER IS THE SAME MODEL, USED` AT' CRYSTAL SPRINGS. PARK. MANUFACTURERS DETAILS ARE IN SPEC. ROUTE TO FIRE P T N BUREAU.. PREPARED BY: ` **0.0 ...... • • • . .. . RIVIIrCENT CITY OF TUKWILA Tukwila, Washington PROPOSAL AND :SPECIFICATIONS. FOR FOSTER PARK ADDITION PROJECT NUMBER:84 -PK19 AUGUST 14, 1991 CONSULTANTS: BRUCE DEES &• ASSOCIATES - < 222 E. 26th ,Street, Suite :.'202'• Tacoma, .WA; ;98421 • Tukwila. City Council Members Dennis L. Robertson Joan Hernandez Joe H. Duffle Clarence B. iMoriwaki, Allan E. Ekberg' Steve Lawrence John "Wally ".Rants. City:Administration 'Gary L. Van Dusen,.Mayor John McFarland, City Administrator Maxine: A: "Anderson, City Clerk Ross A: Earnst, P :E., Director',of Public Works City; Engineer. Ron-Cameron, P':E. City Attorney Lesourd. and Patten 2400`Columbia:Center: 701 Fifth Avenue Seattle WA ;' .98104 -7005. Telephone: 624- 1040 CITY.OF TUKWILA Tukwila, Washington. CONTRACT BID DOCUMENTS TABLE OF CONTENTS INFORMATION CALL FOR BIDS (blue) INFORMATION FOR BIDDERS PROPOSAL PROPOSAL (pink) BID SCHEDULE PROPOSAL SIGNATURE SHEET BID SECURITY NON- COLLUSION AFFIDAVIT RESPONSIBLE BIDDERS DETERMINATION FORM PROPOSED EQUIPMENT AND MANPOWER SCHEDULE PROPOSED SUBCONTRACTORS CONTRACT PERFORMANCE BOND CERTIFICATE OF INSURANCE GENERAL CONDITIONS (green) SCOPE DEFINITIONS AND TERMS BID PROCEDURES AND CONDITIONS AWARD AND EXECUTION OF CONTRACT. SCOPE OF WORK CONTROL OF WORK CONTROL OF MATERIALS LEGAL RESPONSIBILITIES PROSECUTION AND PROGRESS MEASUREMENT AND PAYMENT DEFINITIONS NOTICE OF AWARD CHANGES IN THE WORK CLEANUP CONSTRUCTION COORDINATION EXISTING UTILITIES OR OBSTRUCTIONS DAMAGES RECORD DRAWINGS (NEW SECTION) WASTE SITE (NEW SECTION) . PERMITS SUPPLEMENTAL GENERAL CONDITIONS (white) SGC -1 SGC -1 SGC -2 SGC -2 SGC -3 SGC -4 SGC -5 SGC -6 SGC-7 SGC -7 -1 1 -2 P -1 P -2 P -3 P -5 P -6 P -7 P -11" P -12 P -13 P -16 P =18 GC -1. GC -2 GC -8 GC -10 GC -12 GC -15. GC -22 GC -24 GC -35 GC -44 SPECIAL Section 01010 01400 01500 01600 01610 01700 TABLE OF CONTENTS (Cont.) PROVISIONS Title Summary of Work Quality Control Temporary Facilities and Controls Material and Equipment Substitution Request Form Contract Closeout TECHNICAL SPECIFICATIONS Part 1 - Park Improvements Section Title 02101 Demolition 02102 Clearing & Grubbing 02210 Earthwork 02510 Field Drainage 02511 Storm & Sanitary Sewer 02612 Asphalt Concrete Paving and Striping 02620 Curbs 02621 Portland Cement Concrete Walks & Wails 02711 Fencing & Backstop 02750 Irrigation 02760 Site Furnishings 02820 Seeding 02822 Topsoil & Planting 05500 Metal Fabrication 15201 Domestic Water Service 16000 Electrical Part 2 - Restroom Section Title 03300 Concrete 06100 Rough Carpentry 07200 Insulation 07313 Wood Shake Roofing' 07600 Flashing & Sheet Metal 07810 Skylights 07900 Sealants 08100 Hollow Metal Doors and Frames 08700 Finish Hardware 09900 Painting 09950 FRP Wall Panels 10160 Toilet Partitions 10800 Bath Accessories 15000 General Provisions - Mechanical 15400 Plumbing 16890 Electrical Heater APPENDIX • Calculated Coordinates • Test Pit Locations • Standard Plans -Type 1 Catch Basin -Type 2 Catch Basin with Flow Restrictor - Oil Separator - Cleanout Shear Gate -Vaned Grate' -Type 60B -1 Trap -6" Clean Out CONTRACT BID DOCUMENTS T-1 Information • City of Tukwila CALL FOR BIDS Notice is hereby given that the City of Tukwila, Washington, will receive sealed bids at the Office of the City Clerk at. Tukwila City Hall, • 200 Southcenter Blvd., Tukwila, up to the hour of 5:00 p.m. on the 28th day of August, 1991. Bids, will, be opened and publicly read aloud at 10:00 a.m. on August 29, 1991, for: FOSTER PARK ADDITION Project 84-PK19 In general, the work includes an irrigated and underdrained multipurpose playfield, restroom, picnic shelter, children's play area, asphalt and concrete walks, a 34-car parking lot, and tree plantings. Each bid shall be in accordance with the bid documents available at the Public Works Department, 6300 Southcenter.Blvd., Tukwila,' 433-0179, for a NONREFUNDABLE FEE of $25.00. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Tukwila, Washington. Each bid shall, be, accompanied by a' bid proposal, deposit in the form of a cashier's check, postal money order, or surety bond made: payable to the City of Tukwila for a sum not less than five percent (5%) of the amount bid. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full oppourtunity to submit bids in response to this invitation, and will not be discriminated against on the grounds of race, color, creed, sex, or national origin in consideration for an award. The City reserves the right to reject any and 'all bids, to waive" any informalities in the bidding, and to make the award as deemed to be in the best interest of the City. CITY OF TUKWILA Jane E. Cantu City Clerk Published Valley Daily News-August 14 and . August 21, 1991.. Published Daily Journal-August 14 and August 21,4991 CONTRACT BID DQ,CjJMENTS Information 1. GENERAL 5, COMPLETION- The • completion time for this after Notice` to Proceed. INFORMATION FOR BIDDERS 1 -2 Plans and specifications are on file ; at Tukwila City Hall, :6200. Southcenter Boulevard, Tukwila, Washington 98188 (telephone: 433 - 0179). Plans and specifications' may be obtained from Public Works Department for $25 per set: There will be no refunds and' no' returns. This project consists of ,Construction of park improvements for Foster Park Addition, including, but not limited to an underdrained little league /soccer field, 34 car parking lot, restroom building, picnic .shelter, site furnishings, landscapeH plantings, and irrigation. LOCATION Notice as required in the General. Conditions shall be mailed to the . attention of the Project .Engineer, at the :City' of Tukwila Publi'c.Works Department. BID PROPOSAL :DEPOSIT Five percent (5 %) "'Good .Faith Token" required with the Bid. • project shall be 300 :. calendar days The project ..is located at the'. intersection of South'. 139th Street.and'53rd Avenue South in. Tukwila,: Washington PROJECT ENGINEER 6. Each bid proposal submitted shall include and be the Proposal,. Bid Schedule,. Proposal Sign'ature.'Sheet, Bid Security, Non - Collusion. Affidavit, Responsible Bidders Determination Form, Proposed Equipment and Manpower Schedule.,_ and proposed Subcontractors. Failure by the Bidder'to.'submit any,:.of these forms may be'::cause .to consider. the: bid nonresponsive. CONTRACT BID DOCUMENTS P -1 ,Proposal Mayor and City Council City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 pROPO$AI (Lump Sum) Contractor's State License No. Contractor's State Tax No. City of Tukwila Contract No. The undersigned hereby certif(ies) (y) that (he) (they) personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila project titled FOSTER PARK ADDITION and (has) (have) read and thoroughly understand(s) these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and hereby propose(s) to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following lump sum price. As evidence of good faith, cash, bid bond, cashier's check, certified check, or postal money order made payable to the City of Tukwila is attached hereto. The undersigned understands and here agrees that, should this offer be accepted and the undersigned fails or refuses to enter into a contract and furnish the required construction performance bond and necessary liability insurance, the undersigned shall forfeit to the City an amount from the "good faith token" equal to five percent (5 %) of the amount bid as liquidated damages, all as provided for in the specifications. Base Bid (includes all work shown on drawings or described in specifications. Base Bid will be determined by using the Base Bid schedule. Quantities for lump sum items will not be measured, and payment will be made on the lump sum bid price. (NOTE: Show the lump sum price in both words and figures, and where conflict occurs, the written or typed words shall prevail. The Bidder shall complete the entire Bid Schedule or bid may be considered nonresponsive. Additionally, the Owner has the right to correct obvious mathematical errors.) CONTRACT BID DOCUMENTS Proposal BID SCHEDULE Per Lump. Sum Lump Sum Storm Sewer LS Per Lump Sum Lump Sum Sanitary Sewer LS Per Lump Sum Lump .Sum: Electrical Outside of LS Restroom Per' Lump Sum BASE BID General: Base Bid includes all work shown on the drawings and described in the specifications. The price for all Base,,Bid work shall be included in the items below; Item No. Quantity Item Description (Price written in words) 1 Lump Sum Mobilization LS Per Lump Sum Lump Sum Demolition /Clearing LS Per Lump Sum Lump Sum Earthwork Amount P -2. CONTRACT BID_DOCUMENTS P -2b Proposal BID SCHEDULE (Cont.) Item No. Quantity Item Description (Price written in words) Lump Sum Concrete Retaining Wall LS Lump. Sum. Per Lump Sum 9 Lump Sum Concrete Paving,, Curbs, LS. Ramps Per Lump Sum. 10 Lump Sum Asphalt Paving & S.tr'iping'.LS Amount. Per Lump Sum Chainlink Fencing .& LS Backstop. .Per'Lump Sum 12 Lump Sum Athletic Field' Subdrainage /Sand /. .Irrigation /Seeding per Lump Sum 13 Lump Sum , Irrigation Outside of ' .. Field • LS, • Per Lump Sum 14 Lump, Sum Site Furnishings.. LS (Benches, Bleachers,'. `" Tables Trash Receptacles: Per Lump ..Sum CONTRACT BID DOCUMENTS P-2c Proposal BID SCHEDULE (Cont.) Item No. Quantity Item Description Amount (Price written in words) 15 Lump Sum Restroom Building LS $ Per Lump Sum 16 Lump Sum Picnic Shelter, Barbecues and Slab Per Lump Sum LS $ 17 Lump Sum Topsoil/Seeding LS $ Outside of .Fields Per LumpSum 18 Lump Sum Trees LS $ Per Lump Sum Total Base Bid (1-18) LS $' • . Per Lump Sum, Do Not Include Sales Tax UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, the contract sum shall be adjusted in accordance with the following unit . prides,- where the City of Tukwila elects to use this method of determining costs. B. Unit prices listed below refer to all items installed and • completely in place and include all costs connected with such items including, but not necessarily limited to: materials, labor, overhead, and profits for general contractor and/or subcontractor. . ' C. No extrawilLbe allowed if an increase becomes necessary due to an error or omission of the contractor or .subcontractor. D. Written "Changes in the Work" will be issued formalizing and authorizing changes. CONTRACT BID DOCUMENTS Proposal UNIT PRICES Excavation and recompa.ction to 95% as specified of on site soil material Excavation and, on -site disposal of unsuitable material' • Import and placement of general fill. .(nonstructural fill) ' BID SCHEDULE (f . 1 P -2d Per cubic yard in place. Per cubic yard. •Per cubic. yard in place: Per cubic yard. place. Import and placement of. .general fill (structural fill). Note: Do Not Include Sales Tax. Owner will evaluate bids to determine the lowest Total Price offered. by responsive,. responsible bidder. The Owner reserves the right to reject a bid in the event.. it is determined that, any price for any bid item : u unreasonable, nbalanced, or otherwise: n ot in the best interest of the Owner. A contract will beawarded,if all, based :on the lowest Total Price of responsive . responsible . bidder, CONTRACT DOCUMENT Proposal PROPOSAL SIGNATURE SHEET The Contractor proposes to complete all work involved in the project in accordance with the Standard Specifications and the Special Provisions and within 30 calendar days after the date on the Notice to Proceed. If said work under this Contract is not completed within the time specified, The Contractor agrees to pay as liquidated damages to the Owner the sum of two hundred dollars ($200.00) for every calendar day said work remains uncompleted after the expiration of the Contract time in order to compensate the Owner for delay. In addition, the Contractor shall, compensate the Owner for actual engineering inspection and supervision costs and any other legal fees incurred by the Owner as a result of such a delay. In the event that the Owner is required to commence any lawsuit in order to enforce any provisions of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorney's fee, from the Contractor. City of Tukwila Contract No. P -3 City of Tukwila Project Name: Foster Park Addition Project Description: Construction of park improvements for Foster Park Addition including, but not limited to an underdrained little league/soccer field, 34 car parking lot, restroom building, picnic shelter, site furnishings, landscape plantings, and irrigation. Enclosed with this proposal is a cash deposit, cashier's check, certified check, bid bond or postal money order in the amount of dollars ($ which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Proposal is accepted by the Owner within ninety (90) calendar days after the day of the Bid Opening and the undersigned fails to execute three (3) sets of the Contract and to provide the required performance bond and certificate 'of insurance with the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. It is understood that the Owner may accept or reject all bids. The following is the undersigned's Washington State Department of Labor and Industries Worker's Compensation: Account Number: License or Registration Number: Revenue Number: CONTRACT BID DOCUMENTS P -4 Proposal BIDDER: SIGNATURE OF AUTHORIZED OFFICIAL: PRINTED NAME AND TITLE: ADDRESS: TELEPHONE NUMBER: PROPOSAL SIGNATURE SHEET (continued) DATE: NOTES: 1. If the bidder is a co- partnership, so state, giving firm name under which business is transacted. 3. A 'bid must be received on all items. If any are left blank or represent $0.00, the bid may be disqualified. Receipt of the following addenda to the Contract . Documents is. acknowledged: Addendum No'. NOTE: 2. If the bidder is a corporation, this proposal must executed, by its duly authorized officials. Date of Receipt . Signed Acknowledgement Failure to acknowledge receipt pf Addenda: may be considered as irregularity in the: Bid Proposal and the Ci reserves the right determine whether the bid will be :disqualified. . an • to CONTRACT BID DOCUMENTS P -5 Proposal KNOW ALL MEN BY THESE PRESENTS: BID SECURITY Herewith find deposit in the form of a cash deposit, certified check, cashier's check, bid bond, or postal money order in the amount of dollars ($ ), which amount is not less than five percent (5 %) of the total bid including sales tax. Signature BID BOND That we, , as principal, and , as surety, are held and firmly bound unto the City of Tukwila, as Obligee in ,the penal sum of dollars ($ ) for the payment of which the Principal and the Surety bind themselves, their• heirs, executors, administrators, successors and assigns, jointly and severally, by these present. The conditions of this obligation are such that if the Obligees shall make any award to the Principal for: to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the. Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the Call for Bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall..forthwith pay and forfeit to the Obligee, as penalty and liquidate damages, the amount of this bond. SIGNED, SEALED AND DATED this day of , 19 Principal Surety CONTRACT BID DOCUMENTS Proposal STATE OF COUNTY OF The undersigned, being first duly sworn, deposes and says that the: person, firm, association, co-partnership, or corporation herein named has not either directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the preparation and submission of a proposal to the City of Tukwila for consideration in the award of a contract on the improvement described as follows: Project Name: • Signed and sworn to before me on this dayof ' (Signature of Notary Public) Title: My appointment' expires: NON-COLLUSION AFFIDAVIT CITY OF TUKWILA. ) ss. ) Name of Firm P-6 Signature of Authorized Member CONTRACT BID DOCUMENTS P -7 Proposal RESPONSIBLE BIDDER DETERMINATION FORM All Contractors must complete the following questionnaire and submit it along with their formal bid documents. Failure to submit this form is grounds for . rejection of your bid. Attach additional sheets as necessary to fully provide the information required. 1. Name of Bidder: 2. Address of Builder: 3. Contractor's License Number: 4. Bond Registration Number: (City) (State) (Zip code) 5. Bidder is a(n): individual partnership' _ corporation 6. If bidder is a corporation, state: State of Incorporation: B. Name and Address of Registered Agent: 7. List other business names used by bidder during the past five (5) years different than in Item 1: 8. Number of regular full -time employees: 9. Number of projects in the past five (5) years completed: Ahead of Schedule; Behind Schedule 10. 'How many years experience has the bidder had with projects similar nature and size of this project: On Schedule CONTRACT BID DOCUMENTS P-B Proposal RESPONSIBLE BIDDER DETERMINATION FORM (continued) 11. List all those projects, of similar nature and size, completed by the bidder within the past five (5) years. Include a reference for each. (2) ( (4) ( (6) (4) ( (6) PROJECT NAME NAME OF REFERENCE If yes, give details: START DATE CONTRACT AMOUNT CONTRACTING PARTY 12. Has the bidder, or any representative or partner thereof, failed to complete a contract? NO YES • PHONE NUMBER CONTRACT BID DOCUMENTS . P-9 Proposal PROJECT NAME If yes, give details: If yes, give details: RESPONSIBLE BIDDER DETERMINATION FORM (continued) 13. Has the bidder ever had any performance bonds called as a result of its work? NO YES If yes, please state: 15. Has the bidder ever filed for Chapter Eleven or other NO YES If yes, give details: CONTRACTING PARTY BOND AMOUNT 14. Has the bidder ever been found guilty of any violation to . State or Federal Employment Laws? NO YES 16. Have any adverse legal judgments been rendered against the the past five (5) years? . NO YES bankruptcy? bidder in CONTRACT BID DOCUMENTS Proposal RESPONSIBLE BIDDER DETERMINATION FORM (continued) 17. Has the bidder filed any claims with Washington. State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment to any of its employees in the past five (5) years? NO YES If yes, please state: DATE TYPE OF INJURY AGENCY. RECEIVING' CLAIM P-10 The undersigned represents and warrants "under penalty.of .Perjury that the foregoing information is true - and accurate to best of knowledge: The undersigned does authorize the City of Tukwila to verify' all.. information contained'herein. CONTRACT BID DOCUMENTS P -11 Proposal PROPOSED EQUIPMENT AND MANPOWER SCHEDULE Equipment to be used DESCRIPTION /TYPE YEAR CONDITION OWN RENT Manpower schedule (use additional sheets if required): Name of Bidder Signature of Authorized Member CONTRACT BID DOCUMENTS Proposal The following is a list of the subcontractors that will be used in the work if the bidder is awarded the contract. No subcontractor doing work in excess of thirty (30%) of the bid who is not listed will be used without the written approval of the City of Tukwila PERCENT OF BID TO BE NAME OF SUBCONTRACTOR SUBLET TO CONTRACTOR PROPOSED SUBCONTRACTORS P-12 CONTRACT BID DOCUMENTS P -13 Proposal THIS AGREEMENT is made and entered into this day of , 19 by and between the City of Tukwila, Washington, hereinafter referred to as "the Owner ", and , hereinafter referred to as "the Contractor ". • WITNESSETH: CONTRACT NO. That inqconsideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, and equipment for the project entitled , in accordance with and as described in the attached General Conditions, Special Provisions, Plans and Specifications, and in the 1988 Standard Specifications for Road, Bridge and Municipal Construction (Divisions 2 through 9), prepared by the Washington State Department of Transportation and American Public Works Association Washington Chapter, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Contract time shall commence upon Owner's Notice to Proceed to Contractor or sooner, if agreed to by the Owner and the Contractor and is so designated on the Notice to Proceed. The work under this Contract shall be completed within the time specified in the proposal. If said work under this contract is not completed within the time specified, the Contractor agrees to pay as liquidated damages to the Owner the sum as specified in the Proposal for every calendar day said work remains uncompleted after the expiration of the Contract time in order to compensate the Owner for actual engineering inspection and supervision costs and any legal fees incurred by the Owner as a result of such delay. "In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its cost, including reasonable attorney's fees, from the Contractor. The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required 'for the transfer of materials and for construction and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the City of Tukwila. CONTRACT SID DOCUMENTS Proposal CONTRACT (continued) P -14 II. The City of Tukwila.hereby promises and agrees with the Contractor to retain, and does retain the.Contractor :to provide the materials.and to OH and cause to be done the above - described work,.and to complete and finish the same according to the attached Plans and Specifications and and conditions' herein contained,' and Ilereby contracts to ' pay for the same according to the attached Specifications the schedule of. unit or .itemized prices hereto .attached, at the time and in the'manner and upon the conditions .provided for in this •Contract III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does .hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. CONTRACT BID DOCUMENTS Proposal CONTRACT (continued) CITY OF TUKWILA, WASHINGTON, :P -15 IV....It is further provided that ho liability shall: attach to the City of Tukwila by reason of entering into this contract, except as expressly provided herein.' .IN.WITNESS WHEREOF, three (3) identical` counterparts. of this Agreement, each of which .shall for all purposes be deemed an original, thereof, have been duly. executed by the parties herein-named on a day and year:first written. above. ATTEST: This day of , 19 Qity. Clerk APPROVED AS TO FORM: City Attorney ATTEST (if.Corporation) Title : By: Mayor By: Title : Address: CONTRACT BID DOCUMENTS P -16 Proposal PERFORMANCE BOND Bond to City of Tukwila, Washington KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as principal, and 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 Tukwila, Washington, in the penal sum of (written amount) ($ ), the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the statues of Washington and the Ordinance of the City of Tukwila, Washington. Dated at Tukwila, Washington, this day of the conditions of the above obligations are such that: , 19 the State of . Nevertheless, WHEREAS, the City of Tukwila on the day of , 19 — , let to the above written bounden principal a certain Contract, the Contract being numbered and providing for which Contract is referred to herein and is made a .part thereof as though attached hereto, and WHEREAS, the said principal has accepted, or about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persona who shall supply principal or subcontractors with provisions and supplies for the carrying out of said work and shall hold said City of Tukwila, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall CONTRACT BID DOCUMENTS P -17 Proposal PERFOR.;ANCE BOND (continued) indemnify and reason of failure or performance as specified in said Contract, and The Surety, for value received, herein stipulates and agrees that no change, extension of performed thereunder, or the specifications accompanying the same, shall in any way effect its obligations of this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or the specifications. PROVIDED,, however, that after the acceptance of this Contract and the expiration of . the lien period, and if there are not liens pending, then the penal sum of this bond, shall be reduced to the sum of (10% of estimate) dollars, to insure against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one year . after acceptance; not withstanding the reduction of this bond, the principal and surety shall hold the City of Tukwila harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one year after acceptance, then 'and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. It is hereby. expressly agreed:that if any legal. action :is necessary to be brought under the conditions of' this bond, of'Washington shall. be binding. IN WITNESS WHEREOF, the'above- bounded. parties have executed this instrument this :. day 'of , 19 Attorney'in Fact' CONTRACT BID DOCUMENTS Proposal Name of Insurance Company: Job Description: This is to certify to the City of Tukwila,. Washington, that the following policy(s), subject to, its normal terms, conditions, and exclusions, has been issued as indicated below: Name of Insured: Address: Type of Insurance Manufacturers' and Contractors', (Bodily injury) Manufacturers' and Contractors' inci.'Completed Operations (Property :Damage) Owners' and Con- tractors' Protective (Bodily Injury) Owners' and Con- tractors' Protective (Property Damage) Blanket Contractual (Bodily Injury) Policy No. CERTIFICATE OF INSURANCE INSURANCE IN FORCE Effective Expires Limits of Liabil. P -18 $500,000.'Each,Person 1,000,000 Each Occurrence 500,000 Each Person 1,000,000 Aggregate 500,000 Each Person 1,000,000 Each Occurrence 500,000 Each Person 1,000,000 Each Aggregate 500,000'Each Person 1, 000,000 Each Occurrence .CONTRACT BID DOCUMENTS Proposal. Comprehensive General: continued (Property :Damage) " CERTIFICATE OF"INSURANCE (continued) Type of Insurance Policy No. Effective Expires Limits o f Liabil.: $500,000:` Each Person, occurence: 1,000,'000;Aggregate Each Occurrence -Aggregate: Operations Aggregate Protective` `500; 000 Each occurr. CONTRACT BID DOCUMENTS Proposal Property Damage Liability. The City of Tukwila and as additional named insureds. Date: Company: CERTIFICATE OF INSURANCE .(continued Yea All Risk Builders Risk Coverage is provided. Yes Yes No No No P-20 Policy(s) have been endorsed to the occurrence ba has been added the above policy(s) Yes No Explosion, blasting, collapse and destruction of underground utilities (X.C.U.) are covered. In the event of cancellation of or any reduction of limits in the insurance or other material change is shown herein, the issuing company will give thirty (30) days' notice by certified mail to the parties to whom this certificate is issued . and at the address stated herein: The mailing of such notice as aforesaid shall be aUffidient, proof of notice. Insurance. Authorized Representative ' CONTRACT BID DOCUMENTS GENERAL CONDITIONS INDEX 1 -00 SCOPE GC -1 1 -01 DEFINITIONS AND TERMS 1 -01.1 Abbreviations GC -2 1 -02.2 Definitions GC -5 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Plans and Specifications GC -8 1 -02.2 Examination of Plans, Specifications, GC -8 and Site of Work 1 -02.3 Contractor's Representations and Warranties GC -8 1 -02.4 Corrections, Interpretations and Addenda GC -8 1 -02.5 Proposals GC -9 1 -02.6 Bid Proposal Deposit GC -9 1 -03 AWARD AND EXECUTION OF CONTRACT . 1 -03.1 Notice of Award GC -10 1 -03.2 Award of Contract GC -10 1 -03.3 Performance Bond GC -11 1 -03.4 Failure to Execute Contract GC -11 1 -04 SCOPE OF WORK 1 -04.1 Execution, Correlation, and Intent of Documents GC -12 1 -04.2 Changes in the Work GC -12 1 -04.3 Increase or Decrease of Work GC -13 1 -04.4 Claims for. Extra Cost GC -14 1 -04.5 Cleanup GC -14. 1 -05 CONTROL OF WORK 1 -05.1 Status of Engineer GC -15 1 -05.2 Engineer's Decision GC -16 1 -05.3 Determination of "Or Equal" GC -16 1 -05.4 Plans and Specifications Accessible GC -16 1 -05.5 Plans and Specifications - Omissions and Discrepancies GC -17 1 -05.6 Shop Drawings GC -17 1 -05.7 Ownership of Drawings GC -17 1 -05.8 Cutting and Fitting GC -18 1 -05.9 Points and Instructions GC -18 1 -05.10 Inspections and Tests GC -18 1 -05.11 Final Inspection and Acceptance GC -19 1 -05.12 Completion and /or Correction of Work GC -19 and Remedies Before Final Payment 1 -05.13 Superintendence and Supervision GC -20 1 -05.14 Separate Contract - Interference with Other Contractors GC -20 1 -05.15 Construction Coordination GC -21 Index (continued) 1 -06 CONTR 1 -06.2 1 -06.3 1 -06.4 1 -06.5 1 -07 LEGAL RESPONSIBILITIES 1 -07.1 1 -07.2 1 -07.3 1 -07.4 1 -07.5 1 -07.6 1 -07.7 1 -07.8 1 -07.9 1 -07.10 1 -07.11 1 -07.12 1 -07.13 1 -07.14 1 -07.15 1 -07.16 1 -07.17 ROL OF MATERIALS Materials Materials Orders Materials and Equipment - Material and Equipment List Materials and Equipment Furnished by Owner Samples Surveys, Permits, Laws and Regulations Washington State Sales'Tax Payment of Prevailing Wages Insurance Labor, Materials, Equipment, Facilities and Workers Indemnity Royalties and Patents Lands for Work Protection of Work and Property and Safety Existing Utilities or Obstructions Replacing Improvements Maintenance of Streets and Utilities Maintenance of Traffic Defects Arising in One Year Remedies Damages Use of Off -Shore Items Attorney's Fees, Costs and Interests 1 -08 PROSECUTION AND PROGRESS 1 -08.1 1 -08.2 1 -08.3 1 -08.4 1 -08.5 1 -08.6 1 -08.7 1 -08.8 1 -08.9 1 -08.10 1 -08.11 1 -08.12 Subletting and Subcontracting Notice to Proceed Progress Schedule Pre- Construction Conference Completion Time Delays and Extension of Time Suspension of Work Owner's Right to Terminate Contract Contractor's Right to Stop Work or Terminate Contract Removal of Equipment Use of Complete Portion of Work Liquidated Damages 1 -09 MEASUREMENT AND PAYMENT 1 -09.1 1 -09.2 1 -09.3 1 -09.4 1 -09.5 Application for Payment Schedule for Values of Lump Sum Work Progress Payments for Cubic Yard Quantities Final Payments for Cubic Yard Quantities Payments Withheld General Conditions GC -22 GC -22 GC -22 GC -23 GC -23 GC -24 GC -25 GC -25 GC -28 GC -29 GC -29 GC -30 GC -30 GC -30 GC -31 GC -32 GC -32 GC -32 GC -33 GC -34 GC -34 GC -34 GC -35 GC -35 GC -35 GC -38 GC -39 GC -39 GC -40 GC -41 GC -42 GC -42. GC -43 GC -43 GC -44 GC -45 GC -46, GC -46 GC -47 CONTRACT BID DOCUMENTS These are the general" conditions to all contracts = Reference to, or requirements • for, non- applicable conditions for any particular contract will be construed to have no meaning relative °to the performance of ouch work work'shall -be Where specified, accomplished in accordance with the requirements of Division 2 through of 1988: Standard 's Standard Bridge and Municipal Construction,;, prepared by the'. Washington: State Department " :of Transportation' and American Public Works ' Washington State Chapter, including : the .;1988 Amendments to Division one of said Standard Specifications, hereinafter referred to : 'WSDOT /APWA Standard Specifications. Reference to Standard Plans shall mean. the Standard :. Plans 'in 1981 APWA :Standard Specifications for Municipal Public Works Construction Or the WSDOT. Standard Plans, whichever , is`;.applicable.. The responsibility for supplying', himself with these Standard Specifications shall rest with the Contractor. 1 -01 DEFINITIONS AND TERMS 1 -01.2 ABBREVIATIONS Whenever the following abbreviations are used on the plans, specifications, proposals and contracts, they shall, be construed to mean the words: and terms listed below: FBM 'FL PT, FT2 A AC AF ., Adj Asp. Asp. ATB AVE Bk Blvd BO BTU DDWSP. DFPA Dr . CB CB. Inlet CFS CI CIP - CIVB CL CMP CMU Conc ' Conc. Pay. Cone.. Ret. Wall. Conc ,fond. Conn Cr CTB cto c Cu . Foot Board Measurement Fire .Hydrant Fla Foot, Cubic Feet ;. Acre Asphalt Concrete Acre -Feet Adjust Asphalt Pavement Asphalt Concrete Pavement Asphalt Treated Base Avenue Book 'Boulevard Blow Off British Thermal Unit Catch Basin Curb. Inlet ' Cubic Feet per Cast Iron Cast' Iron Pipe Cast Iron Valve 'Centerline Corrugated Metal. Pipe Concrete'Mason Unit Concrete' Concrete Pavement Concrete Retaining Wall Concrete Sewer Conduit. Connect Cross Cement Treated Base Center to Center Cubic East Elevation Existing Excavation General Conditions GC-2 Douglas Dipped-and Wrapped Steel Pipe' Douglas. Fir. Plywood Association Drive or Driveway: CONTRACT BID DOCUMENTS Abreviations continued Ga Gauger . GIP Galvanized Iron Pipe GPAD Gallons Per Acre Day GPH Gallons per Hour GPM ' Gallons per Minute . G St]. P Galvanized Steel Pipe GV . Gate Valve Hyd Hydrant Hyd Ext Hydrant ,Extension ,•••• ." ". '• " • ,.• • . , . . . . ID fnaide Diameter In, In2, 1n3 Inch, Square Inch, Cubic Inch In]. Length L):3(e) Pound(e) LF Lineal Feet Max Maximum MC Monument Case Min Minimum . , MG Million Gallons MGD . .Million Gallons per Day , • ?EH' MJ NIl NO:. Pay PC PJM PL P1 RCP ° P 1 Mechanical Joint • North ...:NOt . ' Non-rising Stem Outside Diameter, GC-3 , Pavement Point of curvature Premoled Expansion Joint Material Property Line . Plk Planking Poe ' Position PP . . Power Pole Pri . Primary Prop Proposed . PSF:' : Pounds Per Square Foot PSI Pounds Per Squire Inch ., Point of Tangency Radius .:'Reinforced Concrete -..,:'..Reinforced conaree! :i. Replace Rising Stem General Conditions' Abbreviations continued . GC--4 S South :Sec Secondary Sew Sewer: Sp f.:,, Special Sq Square SS ..Side Sewer SS,PC Steel :.Structure Painting. Council Std Standard Stl Steel. Vertical :Curve V Ch. Valve Chamber. V G Vertic Grain CONTRACT BID DOCUMENTS Continued GC -5 1 -02.2 DEFINITIONS The following terms as used in this Contract will be defined and interpreted as follows: 1- 01.2(1) "Conflict of Provisions" - In the event of any conflict between any provision or requirement of the component parts of this Contract, the component having the highest order of sequence, as established in 1- 01.2(4) shall govern. 1- 01.2(2) "Consultant" - A licensed registered engineer or an authorized member of a licensed consulting firm or organization retained by the Owner for the design and /or the construction engineering of specific public works projects. 1- 01.2(3) "Contract or This Contract" - The particular contract executed by the Contractor and the Owner, of which these General Conditions are integral parts. 1- 01.2(4) "Contract Documents" - The Contract Documents shall consist of the following and, in case of conflicting provisions, the first mentioned shall have precedence: Change Order Agreements Contract Addenda Special Provisions Construction Plans General Conditions Standard Specifications Standard Plans 1- 01.2(5) "Contract Drawing or Drawings ". - All drawings or plans prepared by the Engineer. 1- 01.2(6) "Contractor" - The person, partnership, form or corporation contracting to do the work under these Contract Documents. The term shall also include the Contractor's agents, employees and subcontractors. The legal address is as shown on the proposal. 1- 01.2(7) "Contractor's Equipment" - This phrase shall include all items of • materials or equipment remaining in the Contractor's ownership and removed from the site upon completion of the project. 1- 01.2(8) "Contract Price" - Either the unit price, the unit prices, or lump sum . price or prices.named in the proposal, or in properly executed. change orders. 1- 01.2(9) "Days" - Days as used in these specifications will be understood to mean working days or calendar days as stated.' General Conditions Definitions continued GC -6 1- 01.2(10) "Details or Additional Drawings" - All details or drawings prepared and issued by the Engineer subsequent to the signing of the Contract, and for further explanation•or amplification of the Contract Drawings, or for the revision of the same, all as herein provided, to be incorporated into the Contract by Change Order Agreement. 1- 01.2(11) "Engineer" - The City Engineer or his duly authorized representative who is currently a licensed registered engineer in the'State of Washington. 1- 01.2(12) "Equipment" - The machinery, accessories, appurtenances, and manufactured articles to be furnished and /or installed under the Contract. 1- 01.2(13) "Inspector" - The owner's authorized representative assigned to make all necessary inspections of the work performed or being performed, or of materials furnished or being furnished by the Contractor. 1- 01.2(14) "Item" - A convenient subdivision of work under these specifications, as herein separately described. 1- 01.2(15) "Material or Materials" - These words shall be construed to embrace machinery, manufactured articles, materials or construction (fabricated or otherwise) and any other classes or material to be furnished in connection with the Contract. 1- 01.2(16) "Or Equal" - Any manufactured article, material, method, or work, which in the opinion of the Engineer, is equally desirable or suitable for the purposes intended in these Specifications and Contract, as compared with similar articles specifically mentioned herein. 1- 01.2(17) "Owner" - The entity that is a part of this Contract, contracting under the official name set forth in the Agreement. 1- 01.2(18) "Plans" - The plans shall mean all official drawings or reproductions or drawings made or to be made pertaining to the work provided for in the Contract, or to any structure connected herewith. 1- 01.2(19) "Points" - Wherever reference is made to the Engineers's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the work. 1- 01.2(20) "Project" - The'structure or improvement to be constructed in whole or in part through the performance of the Contract. 1- 01.2(21) "Proposal" - The proposal shall mean the approved proposal form upon which the bidder is to submit, or has submitted, his proposal or bid for performing the work contemplated.' 1- 01.2(22) "Reference Specifications" - Reference specifications shall mean the technical specifications of other agencies incorporated or referred to herein. CONTRACT BID DOCUMENTS GC-7 1-01.2(23) "Shop Drawings" - All shop details of structural steel, pipe machinery, equipment, schedules and bending diagrams of reinforcing steel, and other detail drawings furnished by the Contractor as required and provided for in the Specifications. 1-01.2(24) "Specifications" - The specifications shall . mean the prescribed directions, requirements, explanations, terms and provisions pertaining to, the various features of the work to be.done, or manner and method of performance, and the manner and method of measurements and payments. They also include directions, requirements, and explanations as set forth on the plans. 1-01.2(25) "Supplemental Drawings and Instructions" - The Engineer may furnish, at his sole discretion, upon .written request of the Contractor, with reasonable promptness, additional instructions by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the work. All such drawings and instructions shall be consistent with the Contract. Documents. 1-01.2(26) "Surety" - Any firm or corporation executing a surety bond or bonds payable to the Owner, securing the performance of the Contract either in whole or in part. 1-01.2(27) "Time Limits" - All time limits stated in the Contract 'Documents are of the essence of the Contract 1-01.2(28) "Words and Phrasesw7 Whenever the. words "as directed", "as required", "as permitted", or words of the like effect are used, it shall be • understood that the direction, requirement:br:permispion of the Owner and Engineer is intended. The words "sufficient", necessary", "proper", and the like shall mean•sUfficient,necessary or proper in the judgement of the Owner and Engineer The Words "approved", "acceptable", "satisfactory" or other words of like import shall mean approved by or acceptable to the Owner and Engineer „ • 1701.2(29) The work necessary to manufacture and deliver the machinery,, equipment and material and/or the furnishing of all labor, tools,, material, equipment, construction equipment, working drawings,. where required, and other necessities for the construction or erection of the •:structures shown and called for in the plans, specifications and contract, and the act of construction or erectingsaidstructures . Complete. • • 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 PLANS AND SPECIFICATIONS General Conditions GC -8 Copies of plans and specifications may be obtained from the City of Tukwila Department.of Public Works by payment of the amount set forth in the Call for Bids. 1 -02.2 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK Before submitting his bid, the bidder shall examine the site of the work and ascertain for himself all the physical conditions in relation thereto. Failure to 8o this shall not relieve the bidder from entering into a contract nor excuse him from performing the work in strict accordance with the terms of the Contract and Specifications. He will not be entitled to additional compensation if he subsequently finds the conditions require other methods of equipment that he did not anticipate in making his unit contract bid prices. Any statement or representation made by an officer, agent or employee of the Owner with respect to the physical conditions appertaining to the site of the Work shall not be binding upon the Owner. Bidders shall satisfy themselves as to construction conditions by personal examination of the plans, specifications and site of the proposed work, and by any other examination and investigation which whey may desire to.make as to the nature of the soil and difficulties to be encountered. 1 -02.3 CONTRACTOR'S REPRESENTATIONS AND WARRANTY In making a proposal under these Contract Documents, the'Contractor. represents and warrants that he has satisfied himself as to construction conditions by personal examination of the plans, specifications and site of the proposed work, and by appropriate examinations and investigation as to the nature of the soil and construction problems which may be encountered by reason thereof. Contractor also warrants and represents himself to be experienced and . an expert in the construction contemplated. The contractor further understands that, in making the contract award, the Owner is relying .upon the representations and warranties of the Contractor herein contained. 1 -02.4 CORRECTIONS, INTERPRETATIONS AND ADDENDA Any omissions, discrepancies or need for interpretations should be brought in writing to the attention of the Engineer. Written . addenda to clarify questions which arise will then be issued. All interpretations or explanations of the Contract Documents shall be in the form of an addendum and no oral statements by the Owner, Engineer, or other representative of the Owner shall in any way modify the Contract Documents, whether made before or after letting the contract. I"' CONTRACT BID DOCUMENTS 1 -02.5 PROPOSALS GC -9 1- 02.5(1) Proposals shall be made on the forms included herewith and shall be addressed to the City Clerk, City of Tukwila, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Proposal shall be in a sealed envelope and shall be mailed or delivered to the above address to arrive not later than the time and date stated in the Call for Bids. No proposal may be withdrawn after the time set for the bid opening or before award of contract unless said award is delayed for a period exceeding ninety (90) calendar days. Proposals shall be submitted for the entire scope of work specified herein for all schedules.Bids submitted for only one schedule, specific portions of the entire scope of work, or a combination thereof shall be considered incomplete and shall become cause for rejection of the bid. Each proposal shall have listed on the "Proposed Subcontractors" form provided the name and address of each subcontractor to whom the bidder proposes to sublet portions of the work. For the purpose of this article, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only, for the performance of work at the site of the work. Failure to list subcontractors may result in the proposal being rejected as not responsive. Each bidder shall submit with his bid a description of the work he will perform with his own organization, the percentage of the total work this represents, and the estimated cost thereof. All bidders shall prepare and submit the data contained in the Non - Collusion Affidavit ", "Responsible Bidder Determination Form ", and "Equipment and Manpower Schedule" bound with the proposal of these specifications. 1.02.5(2) The Contractor may submit prices for basic materials or equipment specified on the bid. Alternate material or equipment that the Contractor wishes propose shall be identified in the proposal form in the space provided. The prices bid for alternate material and equipment proposed by the Contractor shall not be considered in the award of the contract. 1.02.6 BID PROPOSAL DEPOSIT As guarantee of good faith and as required, by law, each bid shall be accompanied by a bid proposal deposit in the form of cash, certified check, cashier's check, postal'money order or bid bond payable to the City of Tukwila for an amount not less than five percent (5 %) of the total amount of the bid. The deposits of the three low bidders will be retained until a contract has been entered into between the successful bidder and the Owner, and until as Performance Bond in an amount of one - hundred percent (100 %) of the contract price has been filed as required under these Contract Documents. The deposits of the other bidders will be returned as soon as it is determined that they are not one of the low bidders. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 NOTICE OF AWARD A Notice of Award will be forwarded by the Engineer in behalf of the Owner to the successful contractor, which notice will also state the date of a pre - construction conference to be held between the Engineer and the Contractor. The Notice of Award will be accompanied by the agreement to be signed by the Contractor and returned to the Engineer within seven (7) calendar days from receipt, along with the following items: Progress Schedule Public Liability Insurance Policy Performance Bond Materials List Schedule for Values of Lump Sum Work General Conditions GC -10 The award of contract, if made, will be made to the lowest responsible bidder. No award will be made until necessary investigations are made by the Owner as to the responsibility of the apparent low bidder. The Owner shall be the sole judge as to the responsibility of the bidder to satisfactorily perform the work as specified and within the time limit set. Upon failure of the Contractor to enter into a contract and to submit documents listed above within ten (10) calendar days after receiving notice of award, the bid deposit shall be forfeited to the Owner. The award may then, at the discretion of the Owner, be made to the next lowest responsible bidder, or the work may be readvertised, or may be constructed by the Owner in any legal manner. 1 -03.2 AWARD OF CONTRACT A contract will not be awarded until the Owner is satisfied that the successful bidder is reasonably familiar with the class of work contemplated and has the necessary capital, tools, and experience to satisfactorily perform the work within the time stated. Completion of the work within. the time stated is essential and prior commitments of the bidder, failure to complete other work on time, or reasonable doubt as to whether the bidder would complete the work on time would be cause for the rejection of any bid. The right is reserved by the Owner to waive any informalities in the bidding, to reject any or all proposals, to accept any proposal or combinations of schedules or Conditions alternates, to re- advertise for new proposals, or to otherwise carry out the work. The Owner further reserves the right to award the contract for the work subject to budget restraints, his successful completion of financing arrangements, or upon obtaining all licenses to construct from adjacent property owners. The City is in the process of procuring licenses and right -of -way at this time and it may be necessary to eliminate portions of the project. During periods of work stoppage a traffic control plan should be approved•by the Engineer to keep the existing travelled lanes open. Traffic control plans for lane closures shall be submitted to the City for construction during normal work hours. One contract will be awarded for this project. 'CONTRACT BID DOCUMENTS' 1.03.3 PERFORMANCE BOND The Contractor shall furnish a surety bond:'or - bonds covering faithful performance of the Contract and. the, payment` of all obligations. arising thereunder.. The bond shall be in the :fullr'amount of:'the' : Contract and shall the form` of bond set forth herein. The surety shall be a firm : qualified to conduct business. as 'a 'surety in °the: 'state i n whic the work is done. 140 FAILURE TO EXECUTE CONTRACT I n::the event that, the successful bidder.; f .to' :furnish an' approved bond . and. to sign the contr :within 10 ' day after the :. notification by the :Owner,,.. an .a moun t ,equal to; five percent (5 %) `o t he bid be forfeited: to :the- Owner ;as liquidation damage S aid liquid damages. shall be..,paid,; from the. certified. check'; or. bid- -:bond '-,Other :proposals will :then be .reconsidered for award by ; the ' Owner . . GC -11 1-04 SCOPE OF WORK General Conditions , 1-04.1 EXECUTION, CORRELATION AND INTENT OF DOCUMENTS The Contract Documents are complementary and what is called for by any one shall be as binding as if called for by all. The intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work except where material or equipment is specifically excepted. Materials or work described in words described in words which so applied have a well- known technical or trade meaning shall be held to refer to such recognized standards. It is intended that work not covered under any heading, section, branch class or trade or the specifications shall be supplied if it is shown on drawings or is reasonably inferable as being necessary to produce • the intended results. minor items or work or material omitted from the original plans or specifications, but clearly inferable from the information presented and which are called for by accepted good practice shall be provided and/or performed by the Contractor as part of his original cost. Where the Contract Documents refer to referenced • specifications, such specifications shall be applicable to technical provisions, only, unless otherwise designated. 1-04.2 CHANGES IN THE WORK Except as limited by Section 1-04.3, "Increase or Decrease of Work", the Owner, without invalidating the Contract,May- Order . extra work or make changes by altering, addingtO.prdedUcting from the work,' the Contract sum being. adjusted accordingly All such 'work shall. be • :executed under the conditions of the original contract, except.thatahy claim by the Contractor for ,extension of time caused'thereby • made. at the time such change is ordered. • • • • In giving instructions, the Engineer shall have authority to make minor., changes in the work, not inconsistent, with the purposes of the work. • • Except in any emergency endangering life or property, not extra-work-or changes shall be made unless in pursuance of a written order by the Engineer and countersigned by the Owner, and no claim for an addition • ' to the Contract sum shall be valid unless ordered. • The value of.. any such extra work shall be determined in one or more of the following ways: A. By estimate and agreement on a lump *um B.A31 unit prices named in the Contract or subsequently agreed upon. CONTRACT BID DOCUMENTS GC -13 C. If, for any reason, methods A or B cannot be agreed upon, such work will be paid for the actual cost of labor payroll taxes, material, equipment rental and field supervision required, with the addition of fifteen percent (15 %) to cover profit, overhead, use of small tools, taxes, insurance, bookkeeping and all other incidental costs. In such cases, the Contractor shall keep and present in such form as the Engineer may direct a correct account of such costs, together with supporting time cards and vouchers. In any case, Engineer shall certify to the amount due the Contractor. Pending final determination of value, payments on account of changes shall be made on the Engineer's estimate. Additional work performed without authorization of a change order will not entitle the Contractor to an increase•in the Contract price or. an 'extension.of the Contract time. 1 -04.3 INCREASE OR DECREASE OF WORK The Owner reserves the right to make such alterations in the plans or in the quantities of work as may be considered necessary. Such alterations shall be in writing by the Engineer and shall not be considered a waiver of any condition of the Contract nor invalidate any of the provisions thereof; provided, however, that the execution of supplemental agreement acceptable to both parties of the Contract shall be necessary before any alteration is made which involves 1) an extension or shortening of the length of the project by more than twenty -five percent (25 %); 2) and increase or decrease of more than twenty -five percent (25%) of the total cost of the work calculated from the original proposal quantities and the unit contract prices; 3) and increase or decrease of more than twenty -five percent (25 %) in the quantity of any one major contract item; or 4) a change in the nature of the design or in the type of construction which materially increases or decrease the cost of the performance of the work. For Conditions 3 and .4 above, a major item is defined as any item, unless otherwise indicated on the plans or designated in the Special Provisions, the contract price for which amounts to ten percent (10 %) or more of the total contract price as determined by the original proposed quantities and the unit contract prices. When an alteration requires the execution of a supplemental agreement, such agreement shall be signed by both parties before any work on the alteration is started. Alterations involving a change or more than- twenty-five percent (25 %) in the net of any one minor contract item will not require a supplemental agreement. 1 -04.4 CLAIMS FOR EXTRA'COST. General` Conditions GC -14 If the Contractor: claims that the cost of construction under the ,Contract has been increased through instructions,•by drawings •or other• acts of the Owner, after the Contract has been made, he. shall give the Engineer. written notice thereof within a'reasonable time after the. .receipt.of any such instructions, or.occurrence of any Other-act, And . in : any event before. proceeding to execute the.work, except in emergency• .endangering life or property, and the procedure: shall be as provided for changes in, the work.. No claim for•extra coat shall be valid unless. so made. The Contractor shall not be entitled to claim. against.the'Owner for any : damages,' costs,' expenses, additional compensation of lost profits due to work stoppage or delays caused by any gover agency or by'act • of third parties, or inability of the 'Owner to make the job -site available, or for any other cause beyond • the control of the Owner. 1 - 04.5. CLEANUP The Contractor. shall clean upon a daily.basis all refuse; refuse, rubbish, scrap material and debris caused by his•operations, to the end that,. at all tiMes,'the site of the work shall present a neat, orderly. and. workmanlike appearance: Upon completion of the work, the Contractor shall remove all rubbish, scrap: material, tools, scaffolding and:surplus materials, and equipment used,;in and about the work Before the Contract shall be considered complete and prior to final, payment, the Contractor shall. remove all surplus materials, falseworka, ; temporary. structuresncluding, ,foundations, thereof, plants of_any description, and debris of every nature,. resulting •from his operations, shall. clean out all ditches that , may have been filled during the work, replace damaged surfacing, and pu•.the site in.a neat, orderly respect to structures, shall clean all Windows and leave buildings broom clean CONTRACT BID DOCUMENTS 1 -05 CONTROL OF WORK 1.05.1 STATUS OF ENGINEER GC -15 1- 05.1(1) The Engineer shall act as advisor and consultant to the Owner in engineering matters relating to the Contract PROVIDED, HOWEVER, nothing contained herein or elsewhere in the Contract Documents shall be construed as requiring the Engineer to direct the method or manner of performing any work by the Contractor under this Contract. The Owner, or his duly authorized official, has authority to stop the work whenever, in his opinion, such stoppage may be necessary to insure the proper execution of the Contract. The Engineer may reject all work and materials which, in his opinion, do not conform to the Contract. It is understood and agreed by and between the parties hereto that the work included in the Contract is to be done to the complete satisfaction of the Engineer, or his duly authorized representative, and that the decision of the Engineer as to the true construction and meaning of the contract, plans, specifications and estimates and as to all questions arising as to proper performance of the work shall be final. The Engineer shall determine the unit quantities and the classifications of all work done and materials furnished under the provisions of this agreement and his determination thereof shall be final and conclusive and binding upon the Contractor. The Engineer shall decided any and all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the rate of progress of the work, and questions as to acceptable fulfillment and performance of the Contract on the part of the Contractor and as to compensation. The decision of the Engineer in such matters shall be final. The Engineer may direct the sequence of conducting work when it is in locations where the Owner is doing work either by contract or by his own forces, or where such other works may be affected by the Contract, in order that conflict may be avoided and the work under these specifications be harmonized with that under other contracts, or with other work being done in connection with, or growing out of, operations of the Owner. Nothing herein contained, however, shall be taken to relieve the Contractor of any of his obligations or liabilities under the Contract. Neither the Engineer nor his representatives have authority to waive the obligation of the Contractor to perform the work in accordance with the Contract Documents. Failure or omission on the part of the engineer or his representatives to condemn unsuitable, inferior or defective work and /or labor and material or equipment furnished under the Contract shall not release the Contractor or his bond from performing the work in accordance with the Contract Documents. 1- 05.1(2) Order of Completion: In cases involving health, safety, welfare, the City Engineer may direct the order of completion of the work. 1.05.2 ENGINEER'S DECISION General Conditions GC -16 The Engineer shall, within a reasonable time after presentation of written claims by the Contractor to him, make decisions in writing on . all claims and matters .relating ' to the execution and progress of the. Work or the interpretation of the Contract Documents. The Contractor must make all claims in. writing. Oral instructions shall be disregarded by the Contractor. Notice of all claims shall be addressed to the Chief Engineer at the address of the Engineer given in the Contract Documents. All the decisions of the Engineer shall be final, except in cases where disputed time and /or increase or decrease of the Contract price is involved, which, if no agreement in this regard thereto is reached, shall be subject to determination by a court of competent jurisdiction unless otherwise settled by compromise or arbitration. In respect to performance of the work prior to any such determination, if the Contractor does proceed with the work which is the subject of dispute, he does so at his own risk pending such determination. 1 -05.3 DETERMINATION OF "OR EQUAL" The Engineer will be the sole judge in the question of : "or equal" of, any supplies.or'materials proposedby the Contractor The Contractor. Shall pay to the Owner the cost 'of tests : and evaluations by the Engineer to determined; acceptability of alternates proposed. by the : Contractor, in accordance with the established rates of the Engineer. for time and expense work,, the total cost of which may be'offset by the Owner against the Contract price .054. PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor,will'be furnished three copies of plans and specifications.:and shall keep at least one copy of the same constantly. accessible:at •the construction Site.. Where shop drawings are required to be submitted. for, acceptance, .one copy of the approved shop drawings shall be kept constantly, accessible at :the construction site. CONTRACT BID DOCUMENTS 1 -05.5 PLANS AND SPECIFICATIONS - OMISSIONS AND DISCREPANCIES GC -17 Upon receipt of award of contract, the Contractor shall carefully study and compare all drawings, specifications and other instructions and shall, prior to ordering material or performing work, report in writing to the Engineer any error, inconsistency or omission in respect to design, mode of construction or cost which he may discover. If the contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the drawings and the physical condition of the locality as represented in the drawings, or any such errors or omissions in respect to design, mode of construction or cost in the drawings or in the layout as given by points and instructions, it shall'be his duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any work done after such discovery, until correction of drawings or authorization of extra work is given, if the Engineer finds that extra work is involved, will be done at the Contractor's risk. If extra work is involved, the procedure shall be as provided in changes in the work. 1 -05.6 SHOP DRAWINGS The Contractor shall check and verify all field measurements. He shall submit with such promptness as to cause no delay to his own work or in that of any other contractor three (3) copies, checked, and approved by the Contractor, of all shop or setting drawings, and schedules (all collectively herein referred to as "shop drawings ") required for the work of the various trades in the performance of the work or where requested by the Engineer, and shall verify all field measurements or conditions to which the shop drawings are applicable. The Engineer shall pass upon them with reasonable promptness, making required corrections, including those related to design and artistic effect. The Contractor shall make any corrections required by the Engineer and, within one week after receipt of the required corrections, shall file with the Engineer two (2) corrected copies and furnish such other copies as may be needed by the Engineer. The Engineer's acceptance of such drawings or schedules shall not relieve the Contractor from responsibility for deviation form drawing or specifications, unless the Contractor has in•writing called the Engineer's attention to such deviation at the time of submission, and secured the Engineer's written approval, nor shall it relieve the Contractor from responsibility for errors in shop drawings or schedules. 1 -05.7 OWNERSHIP OF DRAWINGS All drawings, specifications and copies thereof prepared or furnished by the Engineer are his property. The are not to be used on other work and, with the exception of the signed Contract set, are to be returned to him upon completion of the work. 1 -05.8 CUTTING AND FITTING The Contractor shall do all cutting and fitting of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown or reasonably implied by the drawings and specifications for the completed structure and the Contractor shall restore all surfaces damaged by cutting and fitting as the Engineer may direct. 1 -05.9 POINTS AND INSTRUCTIONS General' Conditions CONTRACT BID DOCUMENTS continued GC -19 The Contractor shall make reasonable tests of the work at the Contractor's expense upon the Engineer's request and shall maintain a record of such tests. Prior to the time scheduled for a performance test to be observed by the Engineer, the Contractor shall make whatever preliminary tests are necessary to assure that the material and /or equipment are in accordance with the specifications. If, for any reason, the test observed by the Engineer is unsatisfactory, the Contractor shall pay all costs incurred by the Engineer for the inspection of the unsatisfactory test in the manner specified for liquidated damages. Should the Contractor elect to work more than 8 hours per day, or more than 5 days per week, or on holidays, during the course of the stated contract time limit, all costs of engineering and inspection thus entailed will be charged to the Contractor, at 2 times payroll costs. Such charges will be billed directly to the Contractor by the Owner and said costs shall be a lien against the Contractor's work. In the event the Contractor fails to pay said bill or bills by the 30th day of the month billed, such payments may be handled in accordance with Section 1 -09 of these specifications. In addition to the above, where the inspector furnished for the project is an employee of the Owner, the Contractor shall reimburse the Owner for all inspection time required on holidays which are a part of the Owner's normal holiday schedule. Where the specifications, the Engineer's instructions, laws, ordinances, or any government authority require any work to be specially tested, or inspected, the Contractor shall give the Engineer timely notice that such test or completed work is ready for inspection.If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer timely notice of the date fixed for such inspection.Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. 1 -05.11 FINAL INSPECTION AND ACCEPTANCE All material and completed work are subject to final inspection by the Engineer before acceptance by the Owner. The Engineer may require and shall have the right to subject all machinery and equipment and work to such tests, as in his opinion will assist in determining whether the Contract has been performed in accordance with the Contract Documents. All such tests shall be at the expense of the Contractor. 1 -05.12 COMPLETION AND /OR CORRECTION OF WORK AND REMEDIES BEFORE FINAL PAYMENT If the Contractor should neglect to prosecute the . work properly and /or fail to perform any provision of this Contract, the Owner, upon certification by the Engineer and after five.(5) working days' written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and deduct the cost thereof from payments then or thereafter due the Contractor. The Contractor shall promptly remove from the construction site all materials condemned by the Engineer as failing to conform to the Contract, whether incorporated in the work or not; and the Contractor shall promptly replace and re- execute his own work in accordance with the intent of the Contract and without expense to the Owner and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials and commence re- execution of the work within five (5) working days of notice from the Engineer, the Owner may correct the same as otherwise provided herein. If the Contractor does not remove such condemned work and material within the period hereinabove described, the Owner may remove and store any such material at the expense of the Contractor. If the Contractor does not pay the cost of such removal within ten (10) calendar days from the date the notice to the Contractor of the fact of such removal, the Owner may, upon an additional ten (10) calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred, including coats of sale, accounting to the Contractor for the net proceeds remaining, and the Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. 1 -05.13 SUPERINTENDENCE AND SUPERVISION The Contractor shall keep on the construction site during progress of the work a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The superintendent shall not be changed except with the consent of the Engineer, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor in his absence and all directions given to the superintendent shall be as binding as though given to the Contractor. Instructions to the Contractor shall be confirmed in writing upon his request in each case. The Contractor shall give efficient supervision to the work, using his best skill and attention. 1 -05.14 SEPARATE CONTRACT - INTERFERENCE WITH OTHER CONTRACTORS GC-20 The Owner reserves the right to perform work with its own forces or to let other contracts for work under similar general conditions in connection with this Project, of which the work is awarded to one or more contractors under separate contract is a part. The Contractor shall afford the Owner and other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall property connect and coordinate his work with theirs. CONTRACT BID DOCUMENTS GC -21 Bidders are required to inform themselves fully of the conditions relating•to construction and labor under which the work will be or is being performed, and the Contractor shall employ, as far as possible, such methods and means in carrying out his work as will not cause any interruption or interference with any other contractor or agency. If any part of the Contractor's work depends for proper execution or results upon the work of any other contractor, the Contractor shall inspect and promptly report in writing to Engineer any defect in such work which renders it unsuitable for such proper execution and result. His failure to so inspect and report shall constitute an acceptance of the other contractor's work after the execution of his work, (To ensure proper execution of his subsequent work, the Contractor shall measure work already in place and shall report as once to Engineer any discrepancies between the executed work and the drawings.) If the performance of any contract for the Project is likely to be • interfered with by the simultaneous execution of some other contract or contracts, the Engineer shall decide which contractor shall cease work. temporarily and which contractor shall continue, or whether the work under the contracts can be coordinated'so that the'contractors may work .simultaneously. The Owner shall not-be responsible for any damages suffered or extra costs incurred by Contractor resulting directly or indirectly from the award or performance or attempted performance of any.other contract or contracts on the Project or caused by any .decision or omission of the Engineer respecting the.order'or precedence •in the performance.of the Contracts other.than'for an extension of time.. CONSTRUCTION COORDINATION of the work between the Contractor and all other utilities . and the Owner's forces is essential for the successful completion of all work contemplated. The Contractor's attention is called to the paragraphs of the General Conditions and Special Provisions that apply. The Contractor shall follow all provisions of Chapter 19.122 RCW with respect to the notification of utilities in connection with any excavation to be conducted by the Contractor. The Contractor shall. hold harmless the Owner for disruption to his activities by utilities which must be maintained and /or relocated by" the various utility companies. 1 -06 CONTROL OF MATERIALS General Conditions GC -22 1 -06.1 MATERIALS The Contractor shall furnish all materials and equipment for the completion of the work to be performed under this Contract and shall be fully responsible for all these materials and equipment until the completed project is delivered to and accepted by the Owner. The Contractor shall, at his own expense, secure and maintain a storage place for his materials and equipment. 1 -06.2 MATERIAL ORDERS All equipment not requiring written approval by the Engineer, included under this contract shall be placed on order within ten (10) calendar days after the date of Notice to Proceed. 1 -06.3 MATERIAL AND EQUIPMENT - MATERIAL AND EQUIPMENT LIST All material and equipment shall be new and shall be as specified in the Contract Documents, or, if not specified, shall be of a quality approved by the Engineer. All material and equipment furnished are warranted by the Contractor as new and in accordance with the plans and specifications, if specified therein, and as suitable for the intended purpose. In addition thereto, the Contractor shall furnish the Owner with copies of the supplier's warranty, and adopt the same as the warranty of the Contractor, and shall be liable thereon to the Owner. For each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Owner for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed. without the Owner's written approval. The Contractor shall reimburse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. The Contractor shall file three (3) copies of a materials and equipment list with the Engineer prior to the pre- construction conference. This list shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the plans and specifications. The Engineer will pass upon the lists with reasonable promptness, making required corrections. The Contractor shall make any required corrections and file two (2) corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose not for deviations from the drawings and specifications unless the Contractor has in writing called the Engineer's attention to such deviations at the time of submittal, and secured the Engineer's written approval for such deviation. CONTRACT BID DOCUMENTS 1 -06.5 SAMPLES GC -23 In the event that the Contractor shall request, or submit, an alternate design for some portions of his work, the Engineer will consider such alternated designs with reasonable promptness. Such request for either ' a design review form alternate plans submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. Provided that such proposed alternate design or requested redesign appear reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alternate design or, if requested by the Contractor, the Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating unit or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by the Contractor will be billed to the Contractor by the Engineer at the rate of two times the Engineer's direct payroll costs, plus direct expenses directly attributable to work. 1 -06.4 MATERIALS AND EQUIPMENT FURNISHED BY OWNER Contractor shall receive, inspect and accept all Owner- furnished items of material and equipment, subject only to latent defects. Claim by the Contractor to the Owner shall be made in writing within five (5) working days after discovery of any latent defect. Damages or loss to Owner shall be limited to the cost of and labor for replacement of any such damages item. In any event, the liability of Owner to Contractor for furnishing an item having a latent defect is limited to damages or loss resulting from use thereof only to the extent that such loss or damage is recoverable by the Owner against the supplier. Owner shall include in his claim the amount of damage to the Contractor or may assign to the Contractor any claim which the Owner would otherwise have against any such supplier; and the sole remedy of the Contractor shall be by suit or action on such assigned claim. Owner agrees to cooperate with Contractor in furnishing facts or data to assist the Contractor in prosecuting such'action. Delays in delivery of Owner- furnished materials or equipment shall not be cause for claims for extra costs or damages by Contractor against Owner, except to the extent that damages can be recovered by the Owner directly or by the Contractor directly from the material or equipment supplier of the Owner. The Contractor shall furnish for approval all samples as directed by Engineer. The finished work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of Performance of the work in accordance with the Contract Documents. 1 -07 LEGAL RESPONSIBILITIES 1 -07.1 SURVEYS, PERMITS, LAWS AND REGULATIONS The Owner shall furnish all property boundary surveys unless otherwise specified. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. Where the Owner is required to secure such permits, permission under franchises, licenses and bonds and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and offset by the Owner against the Contract price. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work required by the Contract Documents. If the Contractor observes that the Contract Documents, or any part thereof, are inconsistent or at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be made as provided in the Contract for changes in work. If the Contractor performs any work contrary to such laws, ordinances, rules and regulations or prior to obtaining permits, permission under franchises, licenses and/or bonds as required to be furnished by or obtained by the Owner, he does so at his own risk and without payment or reimbursement therefor from the Owner unless the Owner shall have given written approval thereof to the Contractor. Whenever the law of the place of construction requires a sales, consumer, use or similar tax, the Contractor shall pay such tax. General Conditions GC -24 Work shall not be started on any private right -of -way until clearance is given to the Contractor by the Engineer. The Contractor is required to protect the City of Tukwila from claims on all easements and license to construction and do all necessary work required to protect the covenants and stipulations on each. All bidders shall base their bids upon full restorations of all property within the easements or license to construct. The easements and license to construct documents that have been acquired are available for inspection and review. The successful bidder will be provided with a copy of all Licenses to Construct. The bidder is advised to review the conditions of the permits, easements and license to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the Special Provisions and requirements of each. Restoration of landscaping shall be performed by a• qualified landscape . gardener whose principal business is this type of work. The name and . qualification of the landscape gardener shall be submitted to the Engineer for approval prior to beginning of construction. CONTRACT BID DOCUMENTS 1 -07.2 WASHINGTON STATE SALES TAX GC -25 The Revenue Act of 1935, as amended, requires the Owner to pay the Contractor for transmittal to the State a sales tax on the total charges made for construction unless otherwise exempt by Rule 171. Rule 171, issued by the Excise Tax Division of the State of Washington, provides for certain exemptions and compensating tax in regard to public roadway improvements. In case of a public roadway improvement contract, the Contractor shall determine which activities are subject to tax in order to properly evaluate the work. Any applicable sales tax shall be included in the space provided on the proposal. If in doubt as to the sales tax procedures in any particular case, the Contractor should consult with the Washington State Department of Revenue. The Contractor shall be responsible for the correct interpretation on any laws or regulations relating to the applications of the State Sales Tax. 1 -07.3 PAYMENT OF PREVAILING WAGES In accordance with the Revised Code of Washington, Chapter 39.12 et seq., as amended, there shall be paid to all laborers, workers or mechanics employed on this Contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area bf work regardless of any contractual relationship which may exist, or be alleged to exist, between the Contractor and any laborers, workers, mechanics or subcontractors. The "prevailing rate of wage" shall be the rate of hourly wage, usual benefits, and overtime paid in the locality, as hereinafter defined, to the majority in the same trade or occupation paid at the same rate, then the average rate or hourly wage and overtime paid to such laborers, workers or mechanics in the same trade or occupation shall be the prevailing rate. If the public work is based on some period of time . other that an hour, the hourly wage for the purposes of this shall be mathematically determined by the number of hours worked in such period of time. The "locality" shall be the largest city in the county wherein the physical work is being performed. The "usual benefits" shall include the amount of: A. B. The rate of contribution irrevocably made by the Contractor or subcontractor to a trustee or to a third person pursuant . to a fund, plan or program; and The rate of costs to the Contractor or subcontractor which may be reasonably anticipated in providing benefits to workmen, laborers, and mechanics pursuant to an enforceable commitment to carry out a financially - responsible plan or' program which was communicated in writing to the workmen, laborers and mechanics affected, for medical or hospital care, pensions on retirement or death, compensation for injuries or illness resulting form occupational activity, or insurance, to provide any of the foregoing, for unemployment benefits, life insurance, disability and sickness insurance, continued General Conditions GC -26 or accident insurance, for vacation and holiday pay, for defraying costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the Contractor or Subcontractor is not required by other Federal, State or local law to provide any of such benefits. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wages rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. On projects governed by wages rates determined by the State of Washington Department of Labor and Industries and by the U.S. Secretary of Labor, is there is a difference between the two in the prevailing rate of wage for similar classification of labor, the Contractor shall pay not less than the wage which is the higher of the two. The Contractor, on or before the date of the commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workers, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department or Labor and Industries of the State of Washington and his decision therein shall be final and conclusive and binding on all parties involved in the dispute. Prior to commencing work, each contractor and each and every subcontractor shall file a sworn statement of intent with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe benefits, for each job classification to be utilized. Each, voucher claim submitted by a contractor for payment on a project estimate shall state the prevailing wages have been paid in accordance with the pre -filed statement or statements of intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. CONTRACT BID DOCUMENTS GC -27 At the conclusion of the project, the Contractor and his subcontractors shall submit affidavits of wages paid to the Department of Labor and Industries for certification by the Director. Final payment on the Contract shall be withheld until certification by the Director has been received by the Owner that the prevailing wage requirements of the law have been satisfied. The law of this state, RCW Chapter 39.16, as amended, provides: "In all contracts let by the State, or any department thereof, or any county, city, town, municipality, or other political subdivision, for the erection, construction, alteration, demolition or repair of any public building, structure, bridge, highway, or any other kind of public work or improvement, the Contractor or subcontractor shall employ 95 percent or more bonafide Washington residents as employees where more than 40 persons are employed, and 90 percent or more where 40 persons or less are employed: Provided that such limitation shall not apply to that portion of any contract in which a manufacturer's warranty on equipment is contingent upon the manufacturer's use of his own factory trained personnel for installation or repair which places such equipment under warranty. The Contractor shall pay the standard prevailing wages for the specific type of construction as determined by the U.S. Department of Labor in the city or county where work is being performed. The term "residents ", as used in this._chapter, shall mean any person who has been a bonafide resident of the State of Washington for a period of 90 days prior to such employment; provided that, in contracts involving the expenditure of Federal -aid funds, this chapter shall not be enforced in such manner to conflict with or be contrary to Federal Statute, rules and regulations prescribing a labor preference or discrimination among the citizens of the United States: Provided ,further that this section shall not apply to any employees who are residents of any state bordering on the State of Washington. if such bordering state does not restrict the right of a resident of Washington to be employed in the performance of all contracts let by the bordering state, or any department thereof, or any county, city, town, municipality, or other political subdivision for the erection, construction, alteration, demolition, or repair of any public building, structure, bridge, highway, or any other kind of public work or improvement. "In the event a sufficient number of Washington residents who are qualified by training or experience to perform such work shall not be available, the Contractor or subcontractor shall immediately notify the public body with whom the Contract has been executed of such facts, and shall state the number of non - residents needed. The public body shall immediately investigate the facts and, if the conditions are as stated, the public body shall, by written order, designate the number of non- residents and the period for which they may be employed; provided, that should residents who are qualified by training or experience to perform such work become available within the period, such qualified residents shall be employed within a reasonable time and period shortened consistent with the supply of qualified resident labor. General Conditions continued GC -28 "The provisions of this chapter shall be written into every such public contract, including the following penalty: Any contractor or subcontractor who shall employ a non- resident in excess of the percentage preferences, excepting as herein permitted, shall have deducted, for every violation, from the amount due him, the prevailing wages which should have been paid to a displaced resident. The money so deducted shall be retained by the public body for whom the contract is being performed. "Any person, firm or corporation violating any of the provisions of this chapter shall be guilty of misdemeanor. "All costs associated with fees charged by the Department of Labor for approval of "Statements of Intent to Pay Prevailing Wages" and the certification of "Affidavits of Wages Paid" shall be paid by the Contractor and shall be considered incidental to the Contract, and no additional compensation will be made. 1 -07.4 INSURANCE The Contractor shall carry liability and property damage insurance, written on an occurrence basis, covering all work under this Contract, including that done by subcontractors. This insurance shall name the Owner and Engineer as co- insured and shall be primary coverage with any insurance carried by the Owner classified as additional coverage. Unless specified in other amounts in the Contract Documents, this insurance shall be carried as follows: Bodily Injury, each person $500,000, each accident $1,000,000; Property Damage, each accident $500,000, with a $2,000,000 limit for an aggregate combined bodily injury and property damage.' In addition to liability and property . damage insurance, the Contractor shall, on projects'. that consist of either above- or below- ground structures, other than standard sewer manholes, sewer line's or water lines, purchase "All -Risk" Builders risk coverage of a sufficient limit so as to protect the replacement value of the work being performed and naming, besides himself as an insured, the Owner and the Engineer. All insurance policies required by this paragraph shall be maintained in full force throughout this Contract and until final acceptance of the project by the Owner. All insurance policies shall contain a provision prohibiting cancellation of'said policy except upon thirty (30) days prior written notice to Owner. Certificates of coverage as required by the Section shall be delivered to the"Owner prior to execution of the contract. CONTRACT BID DOCUMENTS 1 -07.5 LABOR, MATERIALS, EQUIPMENT, FACILITIES AND WORKERS 1 -07.6 INDEMNITY GC -29 The Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work, except as otherwise stipulated in the Contract Documents. The Contractor shall, at all times, enforce strict discipline and good order among his employees and shall not employ on the work and person unfit or not skilled in the work assigned to him. Employees or agents of the Contractor who, in the opinion of the Engineer, may impair the quality of the construction shall forthwith be discharged by the Contractor upon the written request of the Engineer. During the term of this Contract, neither party shall employ nor hire any employee of the other party, nor of the Engineer, without written consent of the other party or of the Engineer. The Contractor shall not use any work performed or any information obtained from any employee hired in violation of this provision making a claim against the Owner or Engineer and shall also be liable to the Owner as liquidated damages in an amount equal to double the amount of salary or wages paid to any such employee so hired in violation hereof. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Contractor, its officers, agents and employees, in performing the work required by this Agreement. With respect to the performance of this Agreement and as to claims against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents and employees. 1 -07.7 ROYALTIES AND PATENTS 1 -07.9 PROTECTION OF WORK AND PROPERTY AND SAFETY The Contractor shall be liable for all suits brought against the Owner by reason of infringement of patent rights or licenses on any material, machine, appliance or process that he may use on the work or incorporate into the finished job, except where specifically exempted by special provisions. Prices named in the proposal shall include payment of royalties, if any. Contractor shall defend and hold Owner harmless from any such suit, costs of defense and any judgement which may be made or entered against Owner thereon. 1 -07.8 LANDS FOR WORK General Conditions r' GC -30 The Owner will furnish all lands and rights -of -way necessary for carrying out this Contract and completion of the work herein contemplated, and will use due diligence in acquiring said lands and rights -of -way as speedily as possible. But it is possible that all lands and rights -of -way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights -of -way as the Owner may have previously acquired and no claim for damages whatever will be allowed by reason of the delay in obtaining the remaining land and right -of -way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the giving of Notice to Proceed by reason of any litigation, or by reason of its inability to procure any lands or rights -of -way for said work, the Contractor shall not be entitled to any damages, costs, expenses, additional compensation or loss of profits by reason of said delay, or to withdraw from the Contract except by consent of the Owner; but time for completion of the work will be extended to such time as the Owner determines will compensate for the time lost by such delay, such determination to be set forth in writing, provided in any event the Contractor may terminate as provided in Section 1 -08.9. The Contractor shall continuously maintain adequate protection of the work from damage and shall protect the Owner's property from injury or loss arising in connection with or during the existence of this Contract. He shall make good any such damage, injury or loss, except such as may be directed due to errors in the Contract Documents or caused by agents or employees of the Owner. He shall adequately protect adjacent property from loss or damage occasioned by performance of the work. He shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions. The Contractor shall bear the risk of loss or damage for all finished or partially finished work until the entire contract is finally accepted by the Owner. •" CONTRACT BID DOCUMENTS continued GC -31 The Contractor shall take all necessary precautions for the safety of the employees on the work and shall comply with all applicable provisions of Federal, State and municipal safety laws and building code. He shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and he shall designate a responsible member of his organization on the construction site whose . duty shall be the prevention of accidents. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. 1 -07.10 EXISTING UTILITIES OR OBSTRUCTIONS The Contractor's work shall be confined to the Owner's premises, including easements and construction permit limits, whenever possible. He shall not enter upon or place materials on other property except by written consent of the individual owners and he shall save the Owner harmless from all suits and actions of every kind and description that might result from his use of property other than that of the Owner. Existing utilities indicated anywhere on the drawings have been plotted from the best information available to the Engineer. Source of information generally consists of construction records and other data obtained verbally from officials associated with the particular utility. Neither the Owner nor the Engineer guarantee the accuracy or completeness of this information and assume no responsibility for improper locations or failure to show utility locations on the construction plans; and it is to be understood that other aboveground or underground facilities not shown on the drawings may be encountered during the course of the . work. • The right is reserved by owners of. public utilities and franchises to enter upon any street, road, right -of -way or easement for the purpose of maintaining their property and for making necessary repairs or adjustments caused by the Contractor's operations. The contractor shall save the Owner and Engineer harmless of any cost so incurred. The Contractor shall take adequate precautions to protect existing lawns, trees and shrubs outside rights -of -way, sidewalks, curbs, pavements, utilities, adjoining property, and structures, and to avoid damage thereto. He shall, at his own expense, completely repair any damage thereto caused by his operations to the satisfaction of the Engineer, except as otherwise provided in other sections of these specifications. 1 -07.11 REPLACING IMPROVEMENTS Whenever it is necessary in the course of construction to remove or disturb culverts, driveways, roadways, pipelines, mail boxes, yard lighting, property stakes or other existing improvements, without limiting the generality thereof and whether on private or public property, they shall be replaced to a condition equal to that existing before they were so removed and disturbed. Shrubs and trees within the work limits shall be relocated to a reasonable location designated by the Engineer. Where relocation is impractical and upon approval of the Engineer, the item may be replaced in kind with a size and age approved by the Engineer; in any event, no less than five years old. All such costs for this replacement shall be borne by the Contractor and considered incidental to the Construction and work covered by these specifications. 1 -07.12 MAINTENANCE OF STREETS AND UTILITIES General Conditions' GC -32 The Contractor shall be responsible at all times, for the maintenance of streets and other utilities affected by construction operations. Debris and rubbish shall not be permitted to accumulate and all premises shall be maintained in a neat and workmanlike condition. In the event the Contractor fails to conform to these requirements, the Owner shall have the right to'have the work done by others and the cost shall be deducted from moneys due to the Contractor in accordance with Section 1 -05.12 of the General Conditions. The Contractor shall provide in his schedule a time frame by which overhead lighting will have outages during the course of his construction. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to and included in the .unit price bid for the various items comprising these improvements. The Contractor shall clean and sweep streets at the end of each working day. 1 -07.13 MAINTENANCE OF TRAFFIC The Contractor's attention is directed to all provisions of Section 1 -07.9 of the General Conditions, PROTECTION'CF WORK AND PROPERTY AND SAFETY, and particularly to the subsections mentioned in the Special Provisions for emphasis and clarification. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded and covered at all times. All signs, barricades, related equipment and their use must be in accordance with the Manual on Uniform Traffic Control Devices for Streets and Highways, as adopted by Washington State Transportation Department as prepared by the National Joint Committee on Uniform Traffic Control Devices. CONTRACT BID DOCUMENTS GC -33 The Contractor shall maintain the roads during construction in a suitable condition to not adversely affect vehicular traffic. All cost to maintain the roads shall be borne by the Contractor. The Contractor shall provide one driveable roadway lane and temporary access to all properties throughout the course of the project. Cost for all materials, equipment and labor for this lane and accesses shall be incidental to the Contract. This restriction shall not apply to the paving portion of the construction process. When it is necessary to limit through traffic movement to any degree, the Contractor shall provided all flagmen, warning signs and barricades as are required by the Manual on Uniform Traffic Control Devices for Streets and Highways or by the. Engineer. At the end of each working day, provisions shall be made for the safe passage of traffic during non- working hours. It shall be the Contractor's responsibility to provide all necessary warning signs, lights, barricades, etc., as specified. The Contractor shall furnish flagmen. certified by the Department of Labor and Industries and all necessary warning signs for flagging operations as necessary to insure safe movement of traffic. The Contractor shall furnish, place and maintain all necessary signs, barricades and warning lights. Barricades shall be reflectorized as specified in Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways. Barricades shall also be equipped with flashers. The Contractor shall submit a traffic control plan to the Engineer for approval prior to commencing his operations. 1 -07 DEFECTS ARISING ONE YEAR AND REMEDIES The Contractor shall be responsible for correcting all defects in workmanship and material within one year.after acceptance of this work by the City of Tukwila City Council. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected work for one year after acceptance of the corrections by the Owner. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from . delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. . In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmleas'from any and all claims which may be made against the Owner as a result of any defective work and the Contractor shall defend any such claims at his own expense. 1 -07.15 DAMAGES Any claim against the'Owner for damages, expenses, costs, lost profits, or extra compensation arising out of the performance of this Contract shall be made in writing to the Owner within a reasonable time after the discovery of such damage and, in no event, later than the time of approval by the Owner of final payment. The Contractor, upon making application for final payment, shall be deemed to have waived his right to claim for any other damages for which claim has not been made, . unless such claim for final payment includes notice of additional claim . an fully describes the alleged damage. 1 -07.16 USE OF OFF -SHORE ITEMS The State Statutes require that, upon completion of a public contract, the Contractor shall submit a certified statement to the Owner, setting forth the nature and source of off -shore items in excess of two thousand five hundred dollars ($2,500), which have been utilized in the performance of the Contract. Off -shore items are defined as those items procured from sources beyond the territorial boundaries of the United States, including Alaska and Hawaii. 1- 07 ATTORNEY'S FEES, COSTS AND INTEREST The Contractor shall reimburse the'Owner for attorney's'fees, whether ..incident to suit not, court costs and other expenses incurred by the Owner in,egforcing,;,agy,, of this Contract; or ,made necessary by any default of the Contractor. Any charge by the Owner to the .Contractor, pursuant to the terms of this Contract shall bear interest. at the rate of eight percent (8 %) per annum form the date of demand by the Owner, except that, if'such claims are satisfied from funds withheld by the Owner from the Contractor, no interest shall be • charged. General Conditional GC -34 .' : CONTRACT BID DOCUMENTS 1.08 PROSECUTION AND PROGRESS 1 -08.1 SUBLETTING AND SUBCONTRACTING GC -35 The Contractor shall not assign or sublet the Contract in Whole or in part without the written consent of the Owner nor shall the Contractor assign any moneys due or to become due to him hereunder without the prior written consent of the Owner. The Contractor shall not subcontract more than forty per cent (40 %) of the work without written consent of the Owner. In any event, the Contractor shall, at least five (5) working days prior to start of a subcontractor's work, notify the Engineer in writing of the name of the subcontractor proposed for the work and shall not employ any which the Engineer may object to as incompetent or unfit. The Contractor agrees that he is fully responsible to the Owner for the acts and omissions of the subcontractor and persons either directly or indirectly employed by the subcontractor and persons either directly or indirectly employed by subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. Consent to subcontracting part of the work shall, in no way, release the Contractor from responsibility for performance of the work and he will be held, in all respects, accountable for the same as if no consent had been given. The Contractor shall be required to give his personal attention to the work which is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 1 -08.2 NOTICE TO PROCEED Notice to Proceed is the official notice from. the Engineer in behalf of the Owner to the Contractor to.commence prosecution of the work,,.and commences the running of the. time. for completion of the work. Notice to Proceed will generally be given within two weeks of notice•to the Contractor of award of contract and receipt of executed contracts by . the contractor. No.work shall be commenced by the .Contractor prior to receipt of.Notice to Proceed. 1 -08.3 PROGRESS SCHEDULE • 1- 08.3(1) The progress schedule shall set forth the order in which the Contractor plans to perform the work. The schedule may be in graph or tabular form and shall include the date of submission for approval of drawings as may be required, starting dates for construction of the several parts of the work, and estimated completion dates of such parts, and completion date of the project. 1- 08.3(2) Construction Schedule: General Conditions GC -36 The progress schedule shall coordinate the work of the Contractor with the work of other contractors in respect to the availability of job sites upon completion of other work to be performed by other contractors. The progress schedule may be altered or revised by the Engineer when deemed necessary in the opinion of the Engineer in the interest of public safety, welfare or the interest of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall promptly report to the Engineer any conditions which the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. The progress schedule will be reviewed at the pre - construction conference between the Engineer and Contractor. The Contractor shall furnish the Engineer with three (3) copies of the accepted progress schedule prior to commencement of the work. The Contractor shall submit a weekly progress schedule to the Engineer or Engineer's representative which sets forth'specific work to be performed the following week. Immediately after execution and deliver of the Contract and before notice to proceed is given, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement'and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due to the Contractor in accordance with the Firogresa schedule. The estimated schedule of work prepared for the Engineer is for informational purposes only and no warranty, either expressed or implied, is made by the City or the Engineer that the estimated schedule can be met and, further, the Contractor shall, provide a schedule to meet his own unique construction operation. The. Contractor shall not construct the wearing course of asphalt concrete pavement until notified to proceed by the Engineer. The Contractor shall allow in his schedule necessary time for any work required by private and City utilities to locate, monitor and adjust their utilities as required for the construction of the Contract. No added time will be allowed the Contractor caused by those utility adjustments. CONTRACT HID DOCUMENTS GC -37 The Contractor shall also furnish periodic itemized estimates of work • done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. The schedule shall include and identify adequate time requirements for various utilities to maintain and relocate their utilities as a result of the Contractor's activities. The Contractor shall make himself aware of all phases of the construction and time required to complete the work as outlined in the Contract Documents. The Contractor shall indicate the anticipated progress and length of time to complete each phase of work including that of his subcontractors. The Contractor shall allow time for the average inclement weather expected during the period of construction and accordingly establish his progress schedule. Average inclement weather shall be based on the weather record of the last five years during the same period. The progress schedule shall be in the form of bar graphs developed under the critical path method, P.E.R.T., or other similar methods. Upon request of the Engineer, the Contractor shall submit supplementary progress schedules in the form required by the Engineer. Such supplemental schedule shall conform with the times of construction and delays which may have been encountered in the performance of work. The progress schedule and supplementary progress schedules shall be consistent with the time and order or work requirements of the Contract. Adequate material, equipment and labor shall be provided by the Contractor to carry out the progress schedule submitted by him and to complete the Contract within the time specified. Approval of any schedule submitted by the Contractor shall not be construed to assign responsibility of performance of contingencies to the Owner or relieve the Contractor of his responsibility to adjust.hia forces, equipment, and work schedule as may be necessary to ensure completion of the work within prescribed contract time. The cost of preparing. the• progress schedule and supplementary progress schedule shall be considered incidental to the Contract and no compensation shall be made therefore. The construction schedule will include and identify time requirements for various private utilities to carry out their described utilities (see Utility Trenching). This construction schedule shall be prepared by the Contractor and presented at the pre - construction meeting for the City's and private utilities' review and sign -off. 1 -08 PRE- CONSTRUCTION CONFERENCE • General Conditions GC -38 1- 08.3(3) Failure to Maintain Progress Schedule: The Engineer will periodically check actual progress. of the work against the progress schedule a minimum of two times per month. Failure, without' just cause, to maintain prog in accordance with the'.approved schedule shall constitute a breach of Contract and shall constitute reason for invoking pertinent portions of these General Conditions. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer may require Contractor to submit a revised schedule to the Engineer for approval. The approved revisions will thereafter, in all respects, apply in lieu of the'.original schedule. A pre - construction conference will be held at a time and . place fixed by the Engineer which will be within two weeks from the date of notice of award.. The Contractor must be prepared fora thorough discussion and. ' review, as well as revision which may be deemed necessary in the opinion of.the Engineer, of the following: Progress Schedule Materials List Equipment List .Job Procedures Inspection Procedures Plans and Specifications Shop Drawings, Supplemental Drawings Schedule for Value -.of Lump Work Other:. Matters pertaining : to -Performance Prevailing Wage Rate Certification Acceptance by the Engineer. of progress schedule shall not in any event excuse the Contractor of the obligation to complete the; work• within the .time'specified.. n the agreement or of complying with all terms, conditions and provisions of the Contract Documents. Failure of the Contractor to. follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site,from time to time, and:will relieve. the of any responsibility for delays to Contractor: inthe performance. of the CONTRACT BID DOCUMENTS 1 -08.5 COMPLETION TIME GC -39 Subject to the time lost due to inclement weather and delay in delivery of materials, should such delay not be the result of the undersigned's actions, the Contractor agrees to commence work within 10 days after Notice to Proceed and to complete all work embraced in this Contract within the specified time period. The Contractor agrees to furnish the City and the Engineer with full date as to the efforts made to obtain materials. The Contractor agrees to complete the work within the contract time contained in his proposal plus any extensions as provided for herein. It is the responsibility of the Contractor to complete the work within completion time. The Owner makes no promise or representation that this can or will be done. Extensions in completion time will be granted for delays beyond the control of the Contractor only, such as strikes or natural disasters, and may be granted for increases in the contract value of the work to be done. Requests for extensions in completion time shall be made in writing to the Engineer and approved through a change order before commencement of such extensions. 1 -08.6 DELAYS AND EXTENSION OF TIME Should the Contractor be delayed in the prosecution or completion of the work by the act, neglect or default of the Owner, any of its officers or employees, any other contractor employed by the Owner upon the work, or by damage caused by fire or other casualty for which the Contractor is not responsible, or by combined action of workers, in no way caused by or resulting from default or collusion on the part of the Contractor, then the time herein set for completion of the work shall be extended for a period equivalent to the work time lost by reason of any or all of the causes aforesaid. The extended time period shall be determined and fixed by the Owner, which determination shall be final, but no such allowance shall be made unless a claim therefore is presented in writing to the Owner within ten (10) days after the occurrence of such delay. Time for completion specified has taken into consideration the possibility of delay and work interruption resulting from acts of other contractors, whether or not a contractor of the Owner, and no extension of time will be allowed because of ouch interruption or delay. The Contractor shall cooperate with the Contractor of an adjoining or interdependent project to the full extent possible so that the operations of both will suffer minimum of interference and delay. In case of disagreement between the contractors, the decision of the Engineer shall be accepted as final. Any unavoidable delays to the Contractor resulting therefrom shall be adjusted as to contract time in accordance with the contract provisions. General Conditions +., GC -40 In general, the number of calendar days allowed for completion of the project has been extended sufficiently to provide for the procurement of all materials necessary for construction. Failure to procure the materials involved for any reasons shall not be the basis for an extension of time. If no schedule or agreement is made between the Engineer and the Contractor stating the dates upon which instruction and /or drawings shall be furnished by the Engineer, then no claim for delay shall be allowed the Contractor on account of such failure to furnish drawings unless the Contractor shall have given two (2) weeks' notice of the need for such drawings and not then unless claim of need for such drawings is reasonable. When it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon the Contractor's energetically pursuing the work at a rate not less than that which would have been necessary to complete the basis contract on time. In determining the amount of extension, the Engineer will consider that the Contractor is applying efforts simultaneously on the several parts of the job to the maximum amount practicable. 1 -08.7 SUSPENSION OF WORK The Owner may, at any suspend the work, or any part thereof, by giving notice to the Contractor in writing. The work shall be resumed by the Contractor within 10 (ten) working days after the date fixed in the written notice from the Owner to the Contractor to do so. The Owner shall not reimburse the Contractor for expense incurred by the Contractor in connection with the work under this Contract as a result of such suspension. Suspension of the work by the Engineer shall not furnish any ground for claim by the Contractor for damages or extra compensation, but the period of such suspensions shall be taken into consideration in determining the revised date for completion as hereinafter provided. The Contractor shall not suspend work under the Contract without the written order of the Engineer as stated in the preceding paragraph. The Contractor will be required to wcirk 'sufficient number of hours per day in order to complete the project within the days specified. The question as to the necessity of discounting any portion of the work by reason of unfavorable weather conditions shall be determined by the Engineer. Upon failure of the Contractor to carry out the orders of the Engineer or to perform work under the Contract in accordance with its provisions, the Engineer may suspend the work for such period as he may deem necessary. Time lost by reason of such failure or in replacing improper work or materials shall not furnish any ground to the Contractor for claiming an extension of time or extra compensation and shall not release the Contractor from damages of liability from . failure to complete the work within the time prescribed. CONTRACT HID DOCUMENTS 1 -08.8 OWNER'S RIGHT TO TERMINATE CONTRACT GC -41 The Owner may terminate the Contract and take possession of the premises and of all materials thereon and finish the work by whatever methods he may deem expedient, upon the occurrence of any one or more of the events hereafter specified, and receipt of the certificate by the Engineer that sufficient cause exists to justify such action: A. If the Contractor should be adjudged as bankrupt. B. If the Contractor should make a general assignment for the benefit of his creditors. C. If a receiver should be appointed on the account of insolvency of the Contractor. D. If the Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workers or proper materials for completion of the work. E. If the Contractor should fail to complete the work within the time specified in the Contract. F. If the .Contractor should fail to make prompt payment to subcontractors or suppliers of material or labor. G. If the Contractor should persistently disregard laws, ordinances or regulations of Federal, State or Municipal agencies or subdivisions thereof. H. If the Contractor should persistently disregard instructions of the Engineer, or otherwise be guilty of a substantial violation of the Contract. The Owner shall give the Contractor five (5) working days' written notice to cure the default and, if not cured to the satisfaction of the Owner as certified by the Engineer, the Owner may, upon three (3) working days' written notice, elect to so terminate. Any such termination shall be without prejudice to any other right or remedy which the owner may have against the Contractor. In the event of the failure of the Contractor to cure the default to which notice is given as above provided, or if the Contractor abandons the work undertaken under the Contract, the Owner may, at his option, upon ten day's written notice to the surety and without any written notice of the Contractor, transfer the employment of said work from the Contractor to surety. Upon receipt of such notice, the surety shall enter upon the premises and take possession of all materials, tools and appliances thereon for the purpose of completing the work included under this Contract and employ, by contract or otherwise, any person or persons to finish the work and provide the material therefore, without termination of the continuing full force and effect of the Contract. In case of transfer of such employment to the surety, the surety shall be paid in its own name on estimates covering the work subsequently performed under the terms of the Contract and according to the terms continued hereof, without any right of the Contractor to make any claim for the same or any part thereof. In the event that the Contract is terminated by the Owner, the Contractor shall not be entitled to receive any further balance of the amount to be paid under this Contract until the work shall have been fully finished. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by Owner in finishing the work, and all damages sustained or which may be sustained by the Owner by reason of such refusal, neglect, failure of discontinuance of employment, such excess shall be paid by the Owner to the Contractor. If such expense and damage shall exceed the unpaid balance, the Contractor and his surety and each thereof shall be jointly and severally liable therefore to the Owner and shall pay the difference to the Owner. Such expense and damage shall include all legal costs incurred by the Owner in the employment of Attorneys to protect the rights and interests of the Owner under the Contract, provided such legal costs shall be reasonable. 1 -8.9 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other governmental authority for a period of ninety (90) working days, through no act of fault of the Contractor or of anyone employed by him, including subcontractors, or if payments due the Contractor under this Contract are unreasonably delayed, or if the Owner suspends the work for any reason other than act or negligence of the Contractor for a period of one hundred eighty (180) consecutive calendar days, the Contractor may stop work and terminate this Contract and recover from the Owner payment for all work satisfactorily executed, but the Contractor shall not be entitled to claim against the Owner for damages, expenses, costs, additional compensation or lost profits due to the suspension or termination. Final payment to the Contractor shall be made pursuant to the provisions of Section 1 -09.1, 1 -09.4, and 1 -09.8. 1 -08.10 REMOVAL OF EQUIPMENT In case of the termination of this Contract before completion of any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part of or all of his equipment and supplies from the property of the Owner and, if the Contractor fails to do so within three (3) working days from such notice by the Owner, the Owner shall have the right to remove such equipment and supplies at the expense of the. Contractor, deducting the cost thereof from any funds otherwise due the Contractor. General Conditions GC - 42 s CONTRACT BID DOCUMENTS 1- 08.11" USE OF COMPLETED PORTION OF'WORK 1 -08:12 GC -43 The Owner shall have the right to take possession of and use any completed or partially completed portions of the . work"notwithstanding `` that the time maynothave expired >for:,completing the entire work.. Such taking possession and use. shall not. be deemed to be completion of the in:.respect to such work nor shall the same be: deemed to. be '.any acceptance of any work not completed in accordance with the Contract Documents. LIQUIDATED DAMAGES If said work under the Contract:: is. not. completed within -the time • specified, the Contractor agrees .to.pay as liquidated damages,to,_the Owner the`sum as:specified in the :contract for ever calendar. day: said work remains uncompleted .after'the expiration of the contract time in :order to compensate the Owner for delay. In addition, the Contractor. shall compensate the Owner for actual engineering inspection and supervision costa and any other legal fees, incurred by the.Owneras a result of. such delay. In the event" that the Owner is required to- :commence any lawsuit:in order to enforce any'. provision "of this'Contract or to seek redress for any breach thereo t he ; Owner shall entitled. to :recover. its costs,,including. reasonable attorneys fees,. from the Contractor. 1 -09 MEASUREMENT AND PAYMENT 1 -09.1 APPLICATION FOR PAYMENT General Conditions CONTRACT BID DOCUMENTS continued GC -45 jurisdiction over activities of the Contractor, unless by law such releases are not required. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all moneys that the latter may be compelled to pay in discharging such lien, including all cost and reasonable engineer's and attorney's fees. 1- 09.1(2) Retained Percentage: There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates, a sum equal to five percent (5%) of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of RCW Chapter 60.28. If the Contractor wished to exercise his option, as provided in RCW Chapter 60.28, in regard to investment of retained funds, he shall so notify the Tukwila City Treasurer in writing designating the financial institution and option for investing retained funds after signing the Contract. If so notified, all retained monies will be deposited in a bank or placed in escrow to an account which must be set up by the Contractor and not subject to withdrawal until 30 days after•final acceptance of contract work and with agreement of both parties. 1 -09.2 SCHEDULE FOR VALUES OF LUMP SUM WORK If payments are to be made on lump sum items, the Contractor shall submit a schedule of values of the various parts of the work, including such quantities, aggregating the total sum of the Contract, made out in such form as the Engineer may require, and if required, supported by such evidence as to its correctness as the Engineer may direct. This schedule, when approved by the Engineer, shall be used as the basis for certificates for payment unless it be found to be in error. In applying for payments for lump sum work,, the Contractor shall submit estimates of the percentage of work completed., and payment will be based upon the schedules of values for lump sum work. General Conditions GC-46 PROGRESS PAYMENTS FOR CUBIC. YARD '. The Contractor shall, provide truck. trip, tickets for. progress payments only in the following. manner. Where items are specified to be paid by the cubic yard, • the following tally system shall be used unless .otherwise noted elsewhere‘in the Special'Provisions All trucks to be employed on this. work shall be measured to.determine the volume of each:, truck. Each truck shall .be clearly numbered, to Satisfaction of the :,Engineer, and there shall be no, duplication of numbers:. Duplicate tally tickets shall ; be prepared to accompany each truckload. `of material delivered on the project. The. tickets, shall. include : the following information: A. Truck number B . Quantity and type' ofmateri'al deli ' in cubic yards - C. Drivers name, date and time'of - delivery. D.` .Location of delivery, by: street and stationing each: street.: E . Place for Engineer to acknowledge receipt. I t .will be the Contractor,'s : responsibility; to; see .that a<,ticket is given to the Engineer on the project for. each truckload of material,. delivered. Pay quantities will be prepared on the basisof:said tally -tickets: -09.4 FINAL PAYMENT FOR ALL CUBIC YARD QUANTITIES,. Final payment quantities will be; determined to!`neatlinee of "asbuilt " cross- section in the.,plans;' 'CONTRACT BID DOCUMENTS 1 -09.5 PAYMENTS WITHHELD Notwithstanding the issuance of any, certificate,. the Owner may withhold any payment or portion of payment to recover any payment theretofore made, to such extent as may be:necessary to protect himself from loss on account of: .GC - 47 A. Defective work not remedied. B. Claims filed :or written notice that valid claims will be C. Failure, of the Contractor to make. payments properly. to subcontractors or suppliers'of material or labor. D.. Reasonable. doubt that the Contract can be completed 'for the balance the unpaid. E. Liquidate damages, inspection and engineering charges, claims against the Contractor by the Owner. r other F. Damage to another contractor. G. Failure of the Contractor to furnish, invoices to- support application for payment for materials not incorporatedin the.. work: but delivered and'suitably Stored at the site. H. :Expenses, including. court costs and legal fees, whether or..not incident to suit, incurred by the Owner due to any default of the,. Contractor. SUPPLEMENTAL GENERAL CONDITIONS Section TABLE OF CONTENTS 1 -01.2 Definitions 1-03.1 Notice of Award 1 -0 Changes in the Work 1 -04.5 Cleanup 1 -05.15 Construction Coordination 1- 07.10 Existing Utilities or Obstructions 1- 07.15 Damages 1- . 07.20 Record Drawings (New Section) 1 -07.21 Waste Site (New Section) 1 -07.22 Permits SGC -1 SGC -1 SGC -2. SGC -2 SGC--3 SGC -.4 SGC -5 SGC -6. SGC -7 SGC -7 , 1 -01.2 (31) 1- 01.2(32) 1 -01.2 (33) 1- 01.2 (34). 1- 01.2(35) 1 -03.1 Notice of Award SUPPLEMENTAL GENERAL CONDITIONS 1 -01.2 Definitions Add the following: 1- 01.2(29) Where the term "Washington State Highway Department" appears in the Standard Specifications, it shall be interpreted to mean "City of Tukwila." 1- 01.2(30) Where the term "Commission" or "Washington Transportation Commission" appears in the Standard Specifications, it shall -- be interpreted to mean the Tukwila City Council. Where the term "Department" or "Department of Transportation" appears in the Standard Specifications, it shall be interpreted to mean the City of Tukwila acting through its authorized representatives. Where the term "Secretary" or "Secretary of Transportation" appears in the Standard Specifications, it shall be interpreted to mean the City Engineer of Tukwila or his authorized representatives. Where the term "State" appears in the Standard Specifications, it shall be interpreted to mean the City of Tukwila acting through its authorized representatives. Where the term "State Treasurer, Department of Transportation" appears in the Standard Specifications, it shall be interpreted to mean the Tukwila City Treasurer or its authorized representatives. Wherever the words "indemnify, defend and hold harmless" or variations thereof appear in the General Conditions, they shall apply to the Engineer as well as the Owner. Add the following: The order to begin work will be in writing by the Engineer, and the time allowed for full completion shall begin ten (10) days after the issuance of said written order or on the day the Contractor first begins work, whichever occurs first. SGC -1 1-04.2 1-04.5 Cleanup Changes in the Work Add the following: Property Restoration Property restoration that is required in excess of the contract plans shall be performed as directed by the Engineer in accordance with Section 1-04.2 of the General 'Conditions. Payment for "Property Restoration" shall be on a Force Account basis and shall be considered full compensation for the work of property restoration as authorized by the Engineer. Add the following: Street and Roadway Cleaning In addition to the requirements for final cleanup, the Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use, watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance or safety hazard The Contractor shall clean all roadways, streets, and appurtenances including sidewalks which are open for public use of all material or debris which are dropped or otherwise deposited thereon as a result of the Contractor's operations. Roadways, streets, and appurtenances, including sidewalks, shall be cleaned at the conclusion of each day's operations and at such other times as deemed necessary by the Engineer to • ensure the safety of the traveling public and to prevent inconvenience to the public and owners of private property adjacent to the project. Any violation of these requirements will result in a citation for littering the traveled way and will be sufficient grounds for the Engineer to order the roadways, streets, and • appurtenances cleaned by others and to deduct all costs of such cleaning from any monies due or to become due to the Contractor. Complaints on dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint items will be called for, should repetitive complaints be received by the City. SGC -2 SGC-3 Should the Contractor fail to perform, the City shall, at the Contractor's expense, hire the necessary work done. When work is being performed below the standard established in the State Safety Code, or when the Owner believes the condition endangers the safety of the general public and employees of the project, the Owner may immediately issue a written stop-work order describing the substandard work and deliver same to the Contractor. The Contractor shall cease work and not resume work on the stopped portion of the project until acceptable remedial action has been taken. such protective measures shall not be construed as releasing the Contractor of any obligation or liability arising under the contract. Extensions of contract time will not be allowed for any period of time covered by such stop-work order. All costs in connection with the above work, including water for cleaning of streets, and final cleanup shall be considered as incidental to other items involved in the project and no separate compensation will be made therefore. 1-05.15 Construction Coordination Add the following: • Nothing in the contract shall be interpreted as granting to the Contractor exclusive occupancy of the project area. The Contractor must ascertain to his own satisfaction the scope of the project and the nature of any other contracts that have been or may be awarded by the Owner in the construction of the project, or to the end that the Contractor may perform this contract in the light of such other contracts, if any. The Contractor shall coordinate his work with utility companies which may have facilities in the project area and cooperate with them. He shall also coordinate his activities with the Owner; and no water mains, individual water services, street, or private drives may be closed off • without a minimum of twenty-four (24) hours notice to the Owner and the private property owner. Should the property owner or the Owner have • adequate reason, as determined by the Engineer, to avoid access or water service shutoff at the scheduled time, the Contractor shall reschedule his work to meet the new condition. It is anticipated that the sequence of work may require grading and other operations to be worked around existing utilities. 1- 07.10 Existing Utilities or Obstructions Add the following: Section 1 -07.17 of the Standard specifications is incorporated into this Contract, and is supplemented by the following: The Contractor shall call the Utility Coordinating Council (One Call Center, 1-800-524-5555), for field location, not less than two (2) nor more than ten (10) business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. If no one- number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122. BCW,'a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities of record are shown on the construction plans insofar as it is possible to do so Failure of the Owner to show the existence of subsurface objects or installation on the plans shall not relieve the Contractor from his responsibility to make an, independent check on the ground, nor relieve him from all liability for damages resulting from his operations unless otherwise provided in the Special Provisions. It shall be entirely the responsibility of the Contractor to give proper notification to the agencies that have utilities in . place and:to coordinate with these agencies in the protection and relocation of the various underground installations. These agencies will give assistance in the location of the various utilities, but this shall not relieve.. the Contractor from responsibility for any damage incurred. The Contractor shall hold the City harmless against any claim of any nature resulting from delays in attending to same. The following addresses and telephone numbers of utilities companies known or suspected to having underground facilities within the area of proposed excavation are supplied for the Contractor's convenience. City of Tukwila Public Works Department 6300 Southcenter Blvd. Tukwila, 10,98188 Attn: Ron Cameron Tele: 433 -0179 Puget Sound Power & Light 620 South Grady Way Renton, WA 98057 -0329 Attn: Joe Reonpe Tele: 235 -2937 TCI Cablevision of WA 15421 Pacific Highway South Seattle, WA 98188 Attn: Phil Fisk Tele: 433 -3434 Ext. 3084 U.S. West Communications 120 Lenora Seattle, WA 98121 Attn: Bill Holt Tele: 346 -7503 Washington Natural Gas 815 Mercer Street Seattle, WA 98109 Attn: Joe Jainga Tele: 622 -6767 Val Vue Sewer District 14816 Military Road South Seattle, WA 98168 Attn: Terry Matelich Tele: 242 -3236 1 -07.15 Damages The provisions of Section.1 -07.16 of the Standard Specifications shall also apply to this Contract, as modified below: Private /Public Property The Contractor shall protect and preserve from any damage or destruction all private and public property on or in the vicinity of the work and from interference with the use of such property, the removal, the damage, or destruction of which is . not required by the terms of the contract. This includes utilities, facilities, improvements lawfully occupying the right -of -way, trees, shrubbery and landscaping, markers and monuments, buildings and structures, conduits, pipes, sewer and water lines, fences, highway facilities, including signs and guardrails, and other property of all descriptions, whether shown on the plans or not. On his own volition, or upon written notice from the Engineer, the Contractor, at his expense, shall provide and install safeguards acceptable to the Engineer to protect such property. If such property is damaged or destroyed, or its use interfered with by the Contractor, his agents or employees, it shall be repaired and restored immediately to its former condition by the Contractor at his expense, and such interference terminated. If the Contractor does not repair or restore such property, the Engineer may, SGC -5 without notice to the Contractor, have such property repaired or replaced, and costs thereof will be deducted from any monies due or coming due to the Contractor under the contract. It shall be the Contractor's responsibility to ascertain the existence and location of all property and facilities which may be subject to damage by reason of his operations. In addition, the Contractor shall be responsible for any flooding caused by his operations. The Contractor shall, at his own cost and expense, repair or replace any property as defined above damaged by him as a result of his operations. The Contractor's work shall be confined to the Owner's premises, including easements and construction permit limits, whenever possible. He shall not enter upon or place materials on other private premises except by written consent of the individual owner, and he shall save the Owner harmless from all suits and actions of every kind and description that might result from his use of private property. It shall be the responsibility of the Contractor to preserve all trees except those which must be removed to construct improvements or those specifically designated for removal unless otherwise directed by the Engineer. - Compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in protecting and repairing property, as specified in this section, shall be considered as incidental to and included in the lump sum price of the contract.. 1-07.20 Record Drawings (New Section) Prior to the acceptance of the work, the Contractor shall furnish the Engineer one (1) neatly and legibly marked set of contract drawings showing any change in the final locations of all items included in the work. Marking of the drawings shall be kept current and be done at the time the material and equipment is installed. Al]. cost and expense associated with complying with this section shall be considered incidental to the bid items of the contract, and no separate payment shall be made. 1 -07.21 Waste Site (New Section) The Contractor shall provide the waste site for disposal of any and all waste material and debris and obtain necessary permits and approvals therefore. Copies of permits for borrow and waste sites, and reclamation plans for pits shall be furnished to the Owner by the Contractor. All required waste sites shall be provided by the Contractor or be as provided in Section 2- 03.3(7) of these Special Provisions. Waste sites shall be operated in such a manner as to meet the safety and health requirements of the State, County and local political subdivision. Sites, operations, or results of such operations, which create a definite nuisance problem or which result in damage to public or private properties will not be permitted. It shall be the Contractor's responsibility to ensure that site operations meet all safety, health and environmental requirements of ,the'State, County and local government authority. Air, noise and other types of pollution caused by the Contractor's use of such sites, shall be the responsibility of the Contractor and municipal, County and State Pollution Control Requirements shall be applicable to their use. Sites, operations or the results of such operations, which in the opinion of the Engineer create a nuisance problem, or which result in a damage to public or private property will not be permitted. The Contractor agrees to save the Owner harmless from any damages, claims of damages, and fines imposed by others arising from the use and operation of any site. Upon completion of the work and before final acceptance and payment, the Contractor shall clean all properties and sites on which the Contractor has operated. The Contractor shall perform all operations necessary to put the site in a neat, clean and orderly condition. Final cleanup shall be in accordance with the requirements specified by permits, property agreements and the Engineer. All costs and expenses involved in securing, maintaining and operating any waste site including final cleanup and any erosion or anti- pollution controls required in the permits, property owner agreements, and grading regulations will be considered as incidental to the contract and such costs and expenses shall be included in the unit contract prices for the various pay items shown in the proposal. 1 -07.22 Permits The City shall acquire the building permits for restroom and picnic shelter, and the installation permits for the new water meters. The Contractor shall be responsible for acquiring all other permits necessary for the project. SGC -7 SPECIAL Section 01010 01400 01500 01600 01610 01700 PROVISIONS Title Summary of Work, Quality Control Temporary Facilities and Controls Material and Equipment Substitution Request Form Contract Closeout Construction of a five foot (5') wide asphalt path along the west side of 53rd Avenue South may be in progress during this contract. Coordinate and cooperate with the contractor constructing the path. SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1 .1 SECTION INCLUDES SECTION 01400 QUALITY CONTROL A. Quality assurance and control of installation. B. References. C. Inspection and testing laboratory services. 1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer before proceeding. • • D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements Indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. , 1.3 REFERENCES A. Conform to reference standard by date of issue current on date for receiving bids. B. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1 .4 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing of concrete, asphalt, and compaction. B. The independent firm will perform inspections, tests, and other services except those specifically required by the Contractor in individual specification Sections. C. Reports will be submitted by the independent firm to the Engineer and Owner indicating observations and results of tests and indicating compliance or noncompliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Engineer and independent firm 72 hours prior to expected time for operations requiring service. Foster Park 01 4 0 0 -1 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. E. Retesting and site visits required because of nonconformance to specified requirements and scheduling shall be performed by the same independent firm on instructions by the Engineer. Payment for redesign and site visits will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum/Price. 1 .5 CONTROL OF WORK A The Contractor's surveyor shall establish and stake out control points for the various parts of the work for location, lines and grades from the existing reference points as are necessary for proper conStruction. A list of coordinates is in the Appendix. Staking of reference points shall conforni to NOAA Third Order, Class II Standards. , . B. Employ a State of Washington licensed land surveyor for all survey work. C. Maintain all reference points. If they are disturbed or destroyed, replace as • directed. • D. Contractor shall lay out site according to the drawings and ,specifications. PART 2 - PRODUCTS A Not used. PART 3 - EXECUTION A. Not used. END OF SECTION ; • . ' 1 . 1.1 GENERAL CONTRACTOR'S WORK A. All work specified under this Section shall be provided by the General Contractor. 2.1 TEMPORARY POWER A. General Contractor to provide sufficient electric power of capacity necessary and make it available to all those connected with the work. He is to pay for all temporary transformers, lines, poles, meters, and other changes and all charges connected with the use of the permanent facilities until accepted by the Owner. All costs and other charges in providing electric power to be paid by General Contractor until acceptance of project by Owner. 3.1 TEMPORARY TELEPHONE SERVICE SECTION 01500 TEMPORARY FACIUTIES AND CONTROLS A. As soon as possible after Notice to Proceed with construction, provide a noncoin box telephone on the site and maintain . same until completion of the work. Pay for installation, maintenance, and non -toll calls and allow all connected with the work to use, provided they pay for toll calls. 4.1 TEMPORARY DRINKING WATER A . Make necessary arrangements and provide drinking water required during entire construction period from a proven safe source. Comply with state and local health requirements. Serve in single service containers or sanitary drinking fountain. 5.1 WATER FOR CONSTRUCTION A. Contractor to •provide water and make it available to all those connected with the • work. He is to pay all costs and charges for same until acceptance of project by Owner. Obtain a temporary hydrant permit for use of any water from a hydrant. 6.1 TEMPORARY SANITARY FACIUTIES A Provide adequate toilet facilities for all those connected with work. Locate inside the construction area and keep in sanitary condition. Remove when directed and disinfect premises. 7.1 TEMPORARY SHEDS A. Construct and maintain such temporary sheds as may be required for the use of . workmen, for tool cribs and for the storage of materials, project plans and documents. Provide temporary light In all areas of the sheds. All sheds shall be maintained at all times in good repair and in a clean and sanitary condition. Upon completion of the work, all sheds shall be removed and the premises cleaned. 8.1 STAGING AREA A. The Contractor may set up a staging area anywhere within the Foster Park Addition boundary, except along the east boundary where a pedestrian walk may be under construction by others. Foster Park 015 0 0 -1 9.1 FIELD OFFICES A. The General Contractor shall :provide a substantial, weathertight office building on the premises. Locate as directed. Provide adequate heat and light.' General Contractor's office to be large enough and have enough seating fora meeting of at least ten people. Remove office at completion of work. 10.1 DAILY CLEAN UP A. (See General Conditions. PART 1 7 GENERAL 1 . 1 SECTION INCLUDES. A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E Substitutions. 1 . 2 RELATED SECTIONS A. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS 1 . 4 TRANSPORTATION AND HANDUNG SECTION 01600 MATERIAL AND EQUIPMENT A Products: Means new material, machinery, components, equipment, fixtures, •and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required 'for reuse. B. Provide interchangeable components of the same manufacturer, for similar components. A Transport and handle Products in accordance with manufacturer's instructions. B. Promptly inspect shipments to assure that Products comply with requirements, quantities are correct, and Products are undamaged. C. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurements, or damage. 1 . 5 STORAGE AND PROTECTION • A Store and protect Products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive Products in weathertight, climate-controlled enclosures. B. For exterior storage of fabricated Products, place on sloped supports, above ground. • C. Provide off-site storage and protection when site does not permit on-site storage or protection. D. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. E. Store loose granular materials on solid flat surfaces in a well-drained area. Provide mixing with foreign matter. F. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. Foster Park 0,1 600 •- 1 G. Arrange storage of Products to permit access for inspection. Periodically inspect to assure Products are undamaged and are maintained under specified conditions. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any Product meeting those standards or descriptions. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. Consultant will consider requests for Substitutions up to 10 days prior to bid opening date. Approved Substitutions will be listed on Addenda. B. Substitutions may be considered after contract award only when 'a Product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder /Contractor: 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work which may be.., required for the Work to be complete with" no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with reapproval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop . drawing or product data submittals. F. Substitution Submittal Procedure: 1. All substitution requests shall be accompanied with the Substitution Request Form, completely filled out. Substitution Request Forms are bound in the '. Specifications in Section 01610. PART 2 - PRODUCTS A Not used. PART 3 - EXECUTION A Not used. END OF SECTION Foster Park 01600-2 TO: BRUCE DEES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma, Washington 98421 PROJECT NAME: FOSTER PARK ADDITION CONTRACTOR: We hereby submit for consideration the following product instead of specified item for above project: Fill in blanks below: SECTION 01610 SUBSTITUTION REQUEST FORM 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. A. Does the substitution affect dimensions shown on Drawings: Yes No If yes, clearly indicate changes. B. Will the undersigned pay for changes to the design, including engineering and detailing costs caused by the request substitution: Yes No Comment: C. What affect does this substitution have on other trades, other Contracts, and Contract completion date: Foster Park D. What affect does this substitution have on applicable code requirements: E. Differences between proposed substitution and specified item: 0161 0 -1 F. Manufacturer's guarantee of the proposed and specified items are: Same Different (explain): G List of names and addresses of three similar projects on product was used, date of installation, and Consultant's name and address: H. Cost Impact; 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: Title Remarks: Firm Address Telephone Date Signature must be by person having authority to legally bind his' firm to the above term. Concurrence by Consultant__ END OF SECTION FOR USE BY CONSULTANT: Accepted: Accepted as Noted: Not Accepted' Received Too Late........ By: Signature Date*, • [! [ PART 1 -GENERAL 1 .1 REQUIREMENTS INCLUDED A Closeout Procedures. B. Final Cleaning. C. Project Record Documents. D. Operation and Maintenance Data. E Warranties and Bonds. F. Spare Parts and Maintenance Materials. 1 .2 RELATED REQUIREMENTS SECTION 01700 CONTRACT CLOSEOUT A General Conditions: Fiscal provisions, legal submittals, and other administrative. requirements. B. Section 01500 • Construction Facilities and Temporary Controls: Cleaning during construction. 1.3 CLOSEOUT PROCEDURES A. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Substantial Completion. Upon issuance of certificate of Substantial Completion, the Contractor shall complete all punchlists within 30 consecutive days from date of Substantial Completion. B. Owner will occupy designated portion of Project for the purpose of conduct of business, under provision stated in Certificate of Substantial Completion. C. When Contractor considers Work has reached final completion, submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. D. In addition to submittals required by the conditions of the Contract, provide submittals required by governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due. E Engineer will issue a final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. 1 .4 FINAL CLEANING A Execute prior to final inspection. B. Clean interior and exterior surfaces exposed to view; remove temporary labels, stains, and foreign substances, polish transparent and glossy. surfaces. Clean equipment and fixtures to a sanitary condition, clean or replace filters of mechanical equipment. Clean drainage systems. C. Clean site; sweep paved areas, rake clean other surfaces. D. Legally dispose of all debris and construction materials not retained by Owner, off site. Foster Park 01700 -1 1 .5 PROJECT RECORD DOCUMENTS A. Store documents separate from those used for construction. B. Keep documents current; do not permanently conceal any work until required information has been recorded. C. At Contract closeout, submit documents with transmittal letter containing date, Project title, Contractor's name and address, list of documents, and signature of Contractor. D. Record final information by transferring information onto a clean set of construction drawings and in a copy of a Project Manual provided by the Owner. E Provide felt tip marking pens, maintaining separate colors for each major system, for recording information on blueline prints during the course of construction. F. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. G Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: 1. Measured depths of elements. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of Internal utilities and appurtenances concealed on construction, referenced to visible and accessible features of. construction. 4. Field changes of dimension and detail. 5. Changes made by Modifications. 6. Details not on original Contract Drawings. H. Specifications: Legibly mark each item to record actual construction, including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications. 1 OPERATION AND MAINTENANCE DATA A. Provide data for: 1 . Mechanical equipment and controls. 2. Electrical equipment and controls. 3. Finishes and general equipment. B. Submit four (4) sets prior to final inspection, bound in 8 -1/2 x 11 inch (216 x 279 mm) three -ring hard cover side binders with clearview, and durable plastic covers with title inserts. C. Part 1: Directory, listing names, addresses, and telephone numbers of Consultant and Contractor. D. Part 2: Operation and maintenance instructions, arranged by Specification Division. For each Specification Division, give names, addresses, and telephone numbers of subcontractors and suppliers. Foster Park 01700 -2 List: 1. Appropriate design criteria. 2. List of equipment or finishes. 3. Parts list. 4. Operating instructions. 5. Maintenance instructions, equipment. 6. Maintenance instructions, finishes. 7. Shop drawings and product data. 8. Warranties. 9. Finishes: Type and location, including color numbers and formulas, manufacturers, and product numbers. 1 .7 WARRANTIES AND BONDS A. Provide duplicate, notarized copies. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For equipment put into use with Owner's permission during construction, submit within 10 days after first operation. For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1 .8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, and maintenance materials in quantities specified in each Section, in addition to that used for construction of Work. Coordinate with Owner, deliver to Project site and obtain receipt prior to final payment. 1.9 SUBMITTALS BEFORE FINAL PAYMENT A. An affidavit attesting payment of all payrolls, bills for materials, and other. indebtedness. B. Before final payment, the Contractor shall furnish the Owner the following: 1. Letter from bonding company to Owner approving release of final payment . and waiving submission of final receipts as well as a statement confirming the extension of the bond for a warranty period. Final receipts from all subcontractors and material and equipment supplier shall be furnished to the Owner by the Contractor if the Surety does not waive this requirement. Letter to be substantially the following form: (Name of Owner) (Bond No.) (Address) (Name of Contractor) (City, State, Zip) (Name of Project) Gentlemen: The (Name of Bonding Company), Surety on the above- described bond consents to payment of retained percentages and agrees to waive submission of final receipts. Foster Park 01700-3 ... It is also agreed that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations and that the bond is extended to include one -year warranties of workmanship and materials. (NAME OF BONDING COMPANY) By: Attorney in Fact C. Submit Contractor's Affidavit of Release of Liens (use current AIA Document G706A or approved form). If any liens are filed and cause the Owner or Owner's representative to employ the services of an attorney, the cost of the services will be deducted from the retainage. D. Instructions and operating manuals and parts listed as specified in the technical Sections (mechanical, electrical, and other trade work as specified) and in Division 1 - General Requirements. E. Written warranties, addressed to the Owner, as follows: 1. Warranty covering the entire work for one year per from date of substantial completion. Letter to be substantially as follows: (Owner) (Address) RE: (Project) Gentlemen: I (We), the undersigned, do hereby warrant for a period of one year from the date of substantial completion all work performed under the terms of the contract documents. I (We) will remedy at my (our) expense any defects appearing during that period due to poor or defective. materials and /or workmanship and will pay for any damage resulting from occurrence of said defects or the correction of same. • The following subcontractors performed or furnished materials subject to the one -year warranty as stated above. Subcontract Firm Name (Masonry work) (John Doe Company) (Lathing & plastering) (Smith & Smith Co.) Etc., listing all applicable subcontracts and firm names. This warranty shall not be interpreted as holding the Contractor responsible for normal wear or any deterioration of the work due to normal wear or abuse of the work by Owner. Sincerely, Contractor 2. For warranties specified to extend for longer period than one year, submit letter from each subcontractor countersigned by the Contractor covering all portions of the work incorporated in the project under agreement between Contractor and said subcontractor for the periods of time specified, beginning from date of substantial completion. Letter to be substantially as follows: Foster Park 01700-4 (Owner) (Address) RE: (Project) Gentlemen: We as Subcontractor and Contractor, do hereby warrant for a period of year(s) from the date of substantial completion that portion of the work incorporated in the project by (subcontractor) as described below: Subcontractor Contractor END OF SECTION F. Certification of inspection for the governing building authority stating that all work has been inspected, accepted, and approved as complying with existing governing ordinances and codes. G Certification that all required training of Owner's maintenance and operating personnel has been completed. H. List of mechanical equipment maintenance and operating manuals, as specified, completed and turned over to the Owner. I. As -built drawings, complete. J. State electrical inspector's certificate of acceptance of the electrical work. K. Warranty Inspection of the Project: A general inspection of the Contract work will be made by the Consultant, project engineer, maintenance director or Owner's representative a month prior to expiration of the one -year warranty period. TECHNICAL SPECIFICATIONS Part 1 Park Improvements Section Title 02101:. Demolition 02102 Clearing & Grubbing :02210 Earthwork 02510 Field Drainage 0251,1 Storm & Sanitary Sewer 02612 Asphal Concrete Paving and Striping , 02620' Curbs • 02621 Portland Cement Concrete`Walks•& Wails .02711 Fencing & Backstop 02750 , 02760 Site Furnishings 02820 % Seeding 02822 I ;Topsoil & Planting , 05500 Metal Fabrication 15201 Domestic Water Service 16000 Electrical • PART 2 - PRODUCTS 2.1. MATERIALS AND EQUIPMENT As required for work involved. PART 3 - EXECUTION 3.1 PROCEDURE Foster Park SECTION 02101 DEMOLITION PART 1 - GENERAL 1.1 DESCRIPTION In general, demolition consists of: A. Removing existing asphalt for utility connections and to match new driveway. B. Removing miscellaneous debris, concrete etc. C. Any other miscellaneous items not specifically mentioned, but necessary for construction of new improvements. Note: All asphalt shall be sawcut. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02102 - Clearing and Grubbing. 1.3 JOB CONDITIONS Provide protections for: A. Adjacent Facilities Exercise extreme care to prevent damage to adjacent trees and facilities to remain. B. Monuments Carefully maintain bench marks, monuments, and other reference points. If disturbed or destroyed, replace as directed. Note the position of all monuments on the as -built drawings. A. Asphalt • Saw cut, then remove asphalt and crushed rock base. Remove from site to the contractor's disposal area. B. Miscellaneous . Concrete /Debris Remove all tires and miscellaneous concrete and debris from site END OF SECTION 02101 -1 Foster Park SECTION 02102 CLEARING AND GRUBBING PART 1 - GENERAL 1.1 DESCRIPTION In general, work includes but is not limited to removing all miscellaneous vegetation necessary for construction. 1 .2 RELATED WORK SPECIFIED ELSEWHERE Section 02101 - Demolition. 1.3 JOB CONDITIONS Provide protections for: A. Adjacent Facilities Exercise extreme care to prevent damage to adjacent facilities to remain. B. Monuments Carefully maintain bench marks, monuments,. and other reference points. If disturbed or destroyed, replace as directed. Note the position of all monuments on the as -built drawings. C. Do not disturb the existing utilities to remain shown on the plans. D. Existing tree to remain. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT As required for work involved. PART 3 - EXECUTION 3.1 CLEARING AND GRUBBING A. Clearing Remove all brush, trees, and stumps to the property line. B. Grubbing Remove existing sod material approximately 4 inches deep. Remove the brush, stumps, and roots larger than 3 inches in diameter, to not less than 6 inches below finish grade unless indicated to be saved. 3.2 DISPOSAL A Disposal of Debris 1. Debris or vegetation shall be removed from the site END OF SECTION PART 1 - GENERAL 1.1 DESCRIPTION A In general, work includes but is not limited to grading for parking lot, paving subgrades, open lawn, and athletic field areas. 1 .2 CONTROL OF WORK A The Contractor's surveyor shall establish and stake out control points for the various parts of the work for location, lines, and grades from the existing reference points as are necessary for proper construction. A list of all coordinates for the parking lot and athletic field perimeter are in the Appendix. Staking of reference points should conform to NOAA Third Order, Class II Standards. B. Employ a State of Washington licensed land surveyor for all survey work. C. Maintain all reference points. If they are disturbed or destroyed, replace as directed. D. Contractor shall layout site according to the drawings and specifications. 1 .3 ORIGINAL SITE TOPOGRAPHY A. The original site contours were obtained from a survey of the property. Consult Engineer immediately should actual on -site conditions show substantial deviation from the information shown on the drawings. 1.4 ORIGINAL SOILS INVESTIGATION A Geotechnical investigation was conducted. A map of test pit and boring locations is found in the Appendix. The complete report is available for review with the. Owner. 1 .5 EXISTING GRADES A. Existing grades are shown on the plans as light (screened) lines, proposed grades are dark (solid) contour lines. It is the Contractor's responsibility to visit the • site prior to bidding to generally ascertain quantities, soil types, and general scope of work required to grade to the proposed grades. 1.6 QUAUTY CONTROL A All grading shall be accurate to within t 0.1 foot unless otherwise specified under specific sections of the specifications. PART 2 - MATERIALS 2.1 ON -SITE SELECT FILL SECTION 02210 EARTHWORK A On -site select fill shall be that material that is substantially free from rubble, wood, or other extraneous material. In general, it is the surface layer of fill Foster Park 02210-1 over the site comprised of a mixture of loose to dense intermixed silty sands and sand material. 2.2 IMPORT GENERAL FILL A. Import General Fill is intended to be a natural occurrence pit run substantially free from wood, roots, bark or other extraneous material. It shall have such characteristics of particle size and shape that it will compact readily to a firm, stable course. Passing 2" sieve 100% min. Passing 1/4" sieve 25% min. 75% max. Passing U.S. No. 200 sieve (wet sieving) 10% max. Dust ratio: Passing joguaulayinct % Passing #40 2/3 max. Sand Equivalent 30 min. 2.3 SAMPLING AND TESTING MATERIALS A Prior to importation of any material, the Contractor shall provide the Engineer with certified test lab reports of the sieve analysis of the products. The Engineer will be the final determining factor in establishing compliance with the sieve requirements. No material shall be brought on -site until the initial sieve analysis has been approved in writing by. the Engineer. The Contractor shall pay for this test(s) as part of the lump sum prices bid on this project. 2.4 • NONCONFORMING AND SURPLUS MATERIAL A Surplus Material: Stockpile on site as directed. B. Organic Material: Dispose of as per Section 02102. PART 3 - EXECUTION 3.1 PROOF ROLLING A After clearing and grubbing in accordance with Section• 02102, the exposed subgrade of areas to be paved shall be proof rolled in dry weather with a vibratory steel wheel roller (two passes minimum) to expose any areas of soft or unsuitable soil. When site soils are damp, only the dead weight of a steel wheel roller shall be used. Proof rolling shall not be conducted in wet weather. Any such areas identified by the Engineer where paving is to occur shall be overexcavated to a depth determined by the Engineer and the excavated material recompacted or replaced with import fill. Unsuitable material shall be disposed of in the Contractor's off -site disposal area. In the event import material or excavation and recompaction of existing material is required by the Engineer, the price of such work shall be paid for on a unit price basis established in the bid schedule. Foster Park 0 2 210-2 PLACEMENT Structural Fill Place fill in horizontal lifts not exceeding: eight (8) inches in loose thickness and compact with power - operated compaction equipment in parking lot and under all paving. B. Nonstructural Fill Place in one (1) foot lifts (maximum COMPACTION Under all paving and building areas: 95% of maximum dry density as determined by ASTM test method D-698 (St. Proctor) each. Open lawn and athletic field: 85 %. To facilitate the earthwork and compaction process, the fill materials should be placed at or near the optimum moisture content. If fill materials are on the wet side of optimum, they can be dried by aeration or by "intermixing lime or cement powder to absorb excess moisture. 3.5 RECLAMATION Any surplus and nonconforming material shall be disposed of on site as directed.; 3.6 APPROVAL A, Obtain approval of all finish subgrades prior to placement of any crushed:: surfacing, drainage sand, or topsoil.- END OF SECTION 3.4 SLOPETREATMENT Round off the tops of all slopes in a gradual and uniform manner, blending new into existing grades:. Dispose of any excess material on site wnere directed.' SECTION 02510 FIELD DRAINAGE PART 1 - GENERAL 1.1 DESCRIPTION A. This work includes subdrainage for the athletic field. 1 .2 RELATED WORK SPECIFIED ELSEWHERE Section 02511 - Storm and Sanitary Sewer. 1 . 3 LAYOUT OF WORK A. The Contractor shall set alignment and grade for work under this contract. 1.4 SUBMITTALS A. Submit composite data sheets on all piping materials. See 2.11 for submittal requirements on permeable materials. PART 2 - PRODUCTS 2.1 GENERAL A. All materials used in the drainage system shall be new and of the type specified. 2 . 2 CORRUGATED PERFORATED PIPE A. All drainage pipe shown on the drawings as "Corrugated-Perforated Pipe" (C.P.P.) shall be virgin polyethylene, coiled, corrugated and slotted drain tubing, manufactured in accordance with ASTM F-405, Standard Specifications for Corrugated Polyethylene Tubing and Fittings. Pipe shall be sizes as shown on the drawings. All drainage pipe shown on the drawings as "Corrugated Pipe" (C.P.) is nonperforated but shall meet all other quality standards described above for C.P.P. Corrugated pipe shall be size as shown on drawings. B. Corrugated-perforated pipe and corrugated pipe shall conform to ASTM F-405 and SCS, National Engineering Standard, Code 606. Pipe shall be flexible with circumferential ribbing for maximum strength For corrugated-perforated pipe the perforations shall be a minimum of three rows at 120 degree angles. C.P.P. perforations shall be of the "saw-cut" variety or of sufficiently small circular holes to not permit passage of 4 x 8 gravel. C. Fittings shall be of the same manufacture as the pipe and shall be of the "snap- on" type. D. Lengths of tubing shall be joined by split couplings. E Corrugated-perforated pipe and corrugated pipe shall be Advance Drainage System (ADS) or approved equal. 2.3 PVC SEWER PIPE A. Shall be PVC sewer pipe, Certainteed. It shall conform to ASTM D-3034, SDR 35 specifications. Foster Park 0251 0 -1 2.4 TOP SAND A Top Sand shall meet the following specifications: Sieve % Passing #4 100% # 8 95-100% #16 85 -1 00% #30 50 -75% #60 • 0 -30% Sieve % Passing '#100 0-10% #140 0 -5% #200* 0 -2% #270* 0% * Indicates wet sieve test Top sand shall be freshwater washed. It shall be used to raise the field to the new finished grade (compacted). 2.5 INFIELD SOIL Infield soil shall meet the following mechanical analysis: a eve % Passing #1:0" 100 :.% •#20 85 100. % #50 '40' -60 °/p • #100.. . 30 =50 %. • #0.02 'mm'1 0 -1 5 % • #0.02 mm Approved source: Iddings Farm Service 2.6 DRAINAGE AGGREGATE A All aggregate used in the C.P.P. /C. P. lines_for filter blanket shall be 4 x 8 gravel or pea gravel, washed, per the following: 4 x 8 Gravel Pea Gravel Sieve # #1/2 #3/8 #5/16 #1/4 #4 #8 Drainpipe bedding gravel shall be used as the envelope around the corrugated polyethylene drain piping from the bottom of the pipe trench to the level of the existing native material subgrade. 2.7 SAMPLING OF PERMEABLE MATERIALS A Prior to the importation of any of the permeable materials (4 x 8 gravel, pea gravel, top sand, infield soil and warning track soil), the Contractor shall provide the Engineer with a certified test lab report of the sieve analysis of the product listing compliance with the same sieve sizes specified. Engineer shall be the final determining factor in establishing compliance with sieve requirements. • No material shall be brought onto the job site until the initial sieve analysis has been approved by the Engineer, in writing. The testing laboratory shall be an independent, professional laboratory. B. During the course of importation of the permeable materials, the Contractor shall be responsible for continually checking the materials to insure that they continue to meet the Specifications. Failure to do so may require that the Contractor remove nonqualifying material from the site at his own cost. The Owner will have the option to take random samples for testing at their own laboratory. In the event that any sample taken and tested by the Owner reveals that nonqualifying material is being Imported, the Contractor shall cease all importation until the Owner/Engineer are assured that the Contractor is meeting the specifications. In the event that the Owner's sieve analysis and the Contractor's sieve analysis are at variance, and either analysis reveals the material to be noncomplying, the Contractor shall be responsible for obtaining the services of a third party professional testing laboratory, which, in turn, shall analyze samples 'selected by the City. Such analysis shall be turned over to the Owner for resolution. C. The certified test lab reports required in Paragraph A. above, shall be submitted by the Contractor as early as possible to avoid potential delays in the Contract due to sample rejections. PART 3- EXECUTION 3.1 EXCAVATION A The field area shall be brought to grade to the subgrade depths shown on the plan at no less than 90% density at optimum moisture content. Tolerance of subgrade ±, 0.05 feet. Subgrade must be in a •smooth, even condition prior to placement of any permeable material. Foster Park % Passing 100% 99% 85% 40% 8% 0% 02510-3 3.2 TRENCHING A. Excavation Trenches shall be cut with smooth, vertical sides, no less width than as shown on the plans. All trench spoils shall be removed from the underdrained areas and deposited on -site as required by these specifications. In the event that the trench has been overexcavated, the Contractor may correct the cut by use of the gravel filler material, as long as the invert elevations of the drain pipe and the minimum gravel filter blanket are per specifications. Trenches shall be accomplished by utilizing a lazer slope control to ensure accuracy of the trenches. All trenches shall have loose material removed form the trench bottom before any bedding gravel shall be placed. Trench bottom shall be smooth and compact and to the grade specified. B. Trench Maintenance All trenches shall be maintained with vertical sides and without loose or sluffad materials therein; care shall be taken in placement of gravel to insure no sluffing of trench sides or contamination of the gravel. The Contractor shall not drive construction vehicles across excavated trenches but shall use alleys between trenches for travel ways. Exception will be granted only when the Contractor can show evidence that the bridging scheme he proposes will insure conformance with the foregoing. 3.3 GRAVEL ENVELOPE A. Whenever the term "gravel" Is used herein, it shall refer to the .4 x 8 gravel or the pea gravel and none other. B. Gravel shall be placed in properly graded and approved trenches for the C.P.P /C.P. pipe with lines and grades per the plans. The gravel shall be carefully placed on the clean and graded trench bottom and brought to the appropriate level, no less than 2" at any point. The drainpipe shall be placed thereon and the balance of the filler gravel shall be placed on the pipe and brought up to subgrade level. Gravel shall be placed along the sides of the pipe and the top of the pipe with the pipe held in place to prevent vertical or lateral displacement by the fluid effort of the gravel. 3.4 CORRUGATED- PERFORATED PIPE &CORRUGATED PIPE A. C.P.P. and C.P. drain pipe shall be uncoiled and cut to length and then permitted to remain in the uncoiled position until excessive set induced by coiling is relieved. Pipe shall be laid on the bed to grade and held to prevent displacement. Pipe shall be end - capped, at the ends. Pipe shall be coupled with snap -on couplings to insure locking of the couplings and shall be wrapped with two wraps of polyethylene tape (one tape width).. 3.5 TOP SAND A. Top sand shall be placed on the entire underdrained area, both the. Infield (6 ") and the grass underdrained outfield (12 "). B. Only upon completion of the entire drainage system shall the top sand be placed. The subgrade shall be left in a smooth and even surface after the drainage work has been completed and must be approved prior to placing any sand. Keep equipment off of the subgrade if excess rainfall has 'softened it. Foster Park 02510-4 C. Once subgrade has been established after the drainage and irrigation work is completed and approved, top sand shall be placed outside the underdrained field and then spread onto the field with a tracked piece of equipment. Sand delivery shall not be allowed on the field. Wet the sand completely and roll to the finish grade, (for the grass field area) as required by the drawings. ALL PRESCRIBED TOP SAND DEPTHS SHALL BE COMPACTED DEPTH. 3.6 INFIELD SOIL A. Cover the infield area with top sand to a grade approximately 6" below finish grade for the area (6" of infield soil in a compacted form is to be place over the sand). Wet down sand and roll to a firm base. B. Place the approved infield soil to a 0' -6" COMPACTED depth over the infield area delineated on the plans. The 6" compacted depth shall be measured after placement, grading and rolling with a 2000# roller. END OF SECTION PART 1 - GENERAL 1.1 DESCRIPTION A. The work consists of all sanitary sewers and storm sewer drainage. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02210 - Earthwork 1.3 QUAUTY ASSURANCE A. Standard Specifications: All construction shall be In accordance with the "1988 Standard Specifications for Road, Bridge, and Municipal Construction", prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association, Washington State Chapter. B. Fees and Permits: Obtain and pay for all required permits for work under this section. 1.4 SUBMITTALS Submit composite data sheets on all manufactured materials. Submit samples and sieve analysis on backfill and bedding. PART 2 - MATERIALS 2.1 STORM SEWER A. Gravel Backfill for Pipe Bedding Foster Park Catch Basins Catch Basins 101 -108: SECTION 02511 STORM & SANITARY SEWER Gravel backfill for pipe bedding shall consist of crushed, processed, or naturally occurring granular material. It shall be essentially free from various types of wood waste or other extraneous or objectionable materials. It shall have such characteristics of size and shape that it will compact readily and shall met the following specifications for grading and quality: Sieve Size 1" square 1/4" square U.S. No. 200 Sand Equivalent Percent Passing 100 25 -80 15.0 max. 35 min. All percentages are by weight. B. Piping PVC, Type 3034. Joints for PVC pipe shall conform to. ASTM D3212 using restrained gasket conforming to ASTM F477. alea Size % Passing 3/4" 100 3/8" 95 -100 #8 0 -10 #200 0 -3 Sand Equivalent 35 min. B. Backfill Material Sieve Size % Passing 2. Grates: • Catch basin 101 Vaned grate, Standard Plan B -2b. • Catch basins 102 -108: Olympic ML 12GL Frame and Grate. 3. Outlet Traps #101 -108: • Standard Plan 60B -1 D. Control Structure Catch Basin #109. Type II manhole. • Grate: Olympic MH 406L frame and grate. Outlet Structure: Per detail In Appendix. E. Dugout Inlet • Smith #2450 with galvanized cast iron grate. 2.2. SANITARY SEWER A. Bedding Material 3 " 1/4" #40... #2.00 Sand Equivalent 100 25 min. 40 . max. 7 -1/2 'max.' 35 max. C. Piping: PVC Schedule 40. D. Cleanout: Standard Plan No. S -2. PART 3 - EXECUTION 3.1 EXCAVATIONS A. All excavations over four. (4) feet deep shall be in conformance with WI'SHA shoring regulations and 1988 Standard Specifications (WSDOT), Section 7- 17,3(1)A. B. Typical trench ' section shall be as detailed. 3.2 DEWATERING A. The control of ground water shall be such that softening of the bottom of excavations, or formations of. "quick" conditions or shall be designed and operated so as to prevent removal of the natural soils. Foster Park 0 2 51 1-2 :. B. During excavation and installation of pipelines, and placement of trench backfill, excavations shall be kept free of water. The Contractor shall control surface runoff so as to prevent entry or collection of water in the excavations. The static water level shall be drawn from a minimum of one (1) foot below the bottom of the excavation so as to maintain the undisturbed state of the foundation soils and allow the placement of any fill or backfill to the required density. The dewatering system shall be installed and operated so that the ground water level outside the excavation is not reduced to he extent that would damage or endanger adjacent structures or property. C. Before dewatering is started, the Contractor shall submit to the Engineer a statement of the method, installation, and details of the dewatering system he proposes to use. Open and cased sumps shall not be used as primary dewatering for excavations deeper than three (3) feet below the static water table. 3.4 PIPE BEDDING AND LAYING A. Pipe bedding shall be placed as detailed. Pipe laying shall comply with the 1988 Standard Specifications (WSDOT). 3.5 CATCH BASINS C. Precast sections shall be placed and aligned to provide vertical slides. Foster Park 02511-3 A. Place the base section on the prepared bedding so as to be fully and uniformly supported in true alignment, making sure that all entering pipes can be inserted on proper grade and alignment. B. All lift holes and all joints between precast elements shall be thoroughly wetted and then be completely filled with mortar, smoothed and pointed both inside and out, to ensure watertightness with brushed finish. D. The Contractor shall construct structures of the type specified on the project drawings so as to provide adjustment space for setting frames and covers to a finished grade. Frame and cover shall be installed and adjusted in accordance with Standard Specifications. 3.6 BACKFILLING A. No storm sewer shall be backfilled until reviewed by the Designated Authority. 3.7 COMPACTION A. Mechanical compaction shall be required to a density of 95% (percent) in both paved and unpaved areas. 3.8 CONNECTIONS TO EXISTING SEWER MAIN A. The Contractor shall verify invert elevations prior to construction. The crown elevation of laterals shall be the same as the crown elevation of the incoming pipe unless specified. B. The Contractor shall excavate completely around the pipe to prevent unbalanced loading. The main shall be kept in operation at all times and the necessary precautions shall be taken to prevent debris or other material from entering the sewer, including a tight pipeline bypass if required. C. All damage to the main resulting from the Contractor's operation shall be repaired at . no expense to the Owner. 3.9 CLEANING A. Cleaning. shall comply with 1988. Standard Specifications (WSDOT), Section 7- 04.3(4). Cleaning shall include the existing. 18 inch concrete pipe In.139th and the first manhole to the north. A. The Contractor shall notify the Designated Authority at least 48 hours prior to commencing any testing: B. Gravity sewer pipe shall be tested in conformance with WSDOT Section .7- 1:7.3(4). END OF SECTION SANITARY SEWER TESTING PART 1- GENERAL . Paths SECTION 02612 ASPHALT CONCRETE PAVING AND STRIPING 1.1 DESCRIPTION A. Work in this section includes: Asphalt patching of road for utility connections, parking lot, asphalt paths, and parking lot striping. 1.2 QUALITY ASSURANCE 1.3 SUBMITTALS A. Submit composite data sheets on sterilant and joint sealer. PART 2 - PRODUCTS 2.1 BASE COURSE A. Parking Lot and Road Patching A. Standard Specifications: All construction shall be in accordance with the "1988 Standard Specification for Road, Bridge, and Municipal Construction ", prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association, Washington State Chapter. One and one - quarter (1 -1/4 ) inch minus shall meet the requirements as outlined in Section 9.03.9(3) of the Standard Specifications, Base course: ' .parking lot 4" compacted depth. Road patch: 6" compacted depth.. Crushed rock shall be 5/8" minus (top course) In accordance with Section 9 -03.9 •(3) of the Standard Specifications. 2.2 SOIL STERILANT ' Casaron W50. wetabie. powder or G4 dry. Owner's representative must be notified 24 .hours in advance of application of sterilant...No: steriiant, shall be applied ..without the designated authority present. 2.3 ASPHALT A. Two (2) inches compacted thickness of asphalt patching, parking lot, and paths conforming to Section 9- 03.8(6) of the Standard Specifications. B. Road Patching and Parking Lot - Class B C. Paths - Class G 2.4 JOINT SEALER AR -4000 joint sealer, WSDOT 9- 02.1.: Foster Park 2.5 PAINT STRIPING White, exterior type, chlorinated rubber paint shall meet the requirements of Section 8 -22.2 of the Standard Specifications. Four -inch typical width for parking stalls and handicap parking symbol with 12'6" stalls. PART 3 - EXECUTION 3.1 LAYOUT A. Stake center line of asphalt path for Engineer's approval prior to compacting subgrade. 3.2 SUBGRADE A. Prepare subgrade•in conformance with Section 02210. 3.3 BASE COURSE A. Construct crushed surfacing in one lift in accordance with Section 9- 03.9(3) of the Standard Specifications. 3.4 SOIL STERILANT A. Apply in accordance with manufacturer's recommendations over crushed rock base and crushed rock path subgrade in accordance with Section 5- 04.3(5)d of the Standard Specifications. 3.5 ASPHALT A. All Paving Construct in accordance with Section 5-04 of the Standard Specifications. B. Paths Obtain approval of base course prior to paving. Walk curves to be continuous; no angle points. Bevel edges as detailed. C. Patching: Construct as detailed. 3.6 JOINT SEALING Seal joints between new and existing paving. 3.7 PAINT STRIPING Prepare surface in conformance to Section 8 -22.3 (1 -3) of the Standard Specifications. Paint only when air and surface to be painted temperatures are above 50 degrees F. Line width shall not vary more than plus or minus 1/4 ". END OF SECTION Foster Park 02612 -2 PART 1 - GENERAL 1.1 DESCRIPTION A. Work in this section includes: 1. Wheelchair ramps. 2. Type E curb. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02210 - Earthwork Section 02612 - Asphalt Concrete Paving and Striping • Section 02621 - Concrete Plaza, and Walk PART 2 - MATERIALS 2.1 GENERAL A. Concrete shall be same as cast -in -place concrete (Section 02621). 2.2 EXPANSION JOINTS A. Premolded expansion joint filler shall be of sufficient size to cover the full depth of the concrete section. Joints shall be 3/8" thick. Joints shall be at a maximum spacing of fifteen feet (15'); with expansion joints at beginning of curbs, curb returns, and wheelchair ramps. 2 :3 CONCRETE CURB A. Type E shall be constructed in accordance with Section 8 -04 of the 1988 WSDOT /APWA Standard Specifications. 2.4 ACCESS RAMP/WHEELCHAIR RAMP SECTION 02620. CURBS A. Construct as detailed. Ramp to include diamond texture of 1/4" depth. 'Diamond shape shall be over entire portion of ramp. 2.5 REINFORCING BARS A. Grade 40, #4 typical, tie with No. 16 double annealed wire. PART 3 - EXECUTION 3.1 CURBS A The subbase for curb sections shall be compacted to ninety -five percent : (95 %) of maximum dry density as determined by the ASTM test method D -698 standard proctor before placing the curb. B. White pigmented curing compounds will not be allowed. Foster Park 0 2 6 2 0-1 C. The top of the finished concrete shall not deviate more than one-eighth inch (1 /8 ") in ten feet (10'), or the alignment on- fourth inch . (1/4 ") in ten feet (10'). D. All radii shall be formed with flexible form sections to conform to the radii shown. Rigid, straight steel sections are not allowed even in forming the large radii. E. Sack face of curbs as directed. 3.02. ACCESS RAMP/WHEELCHAIR RAMP A.' Place metal grid in firm, but wet concrete, -remove 'from set concrete, leaving 1/4" depth diamond texture full length and width of ramp. Foster Park END OF SECTION SECTION 02621 PORTLAND CEMENT CONCRETE WALKS & WALLS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Work includes, but is not limited to the following: 1. Concrete paving including sidewalks, walls, and miscellaneous concrete. 2. Construction of forms. 3. Placing reinforcing. 4. Placing and finishing concrete mixes. 1 .2 RELATED SECTIONS A. Coordinate related work specified in other parts of the Project Manual, including but not limited to the following: Section 01400 - Testing Laboratory Services Section 02210 - Earthwork Section 02620 - Curbs 1.3 REFERENCES A. ACI 301 Structural Concrete for Buildings ASTM C33 -85 Concrete Aggregates ASTM C94 -84 Ready -Mixed Concrete ASTM b171 -69 Sheet Materials for Curing Concrete (1980) ASTM C260 Air Entraining Admixtures for. Concrete ASTM C309 -81 Liquid Membrane Forming Compounds for Curing Concrete ASTM D1190 -74 Concrete Joint Sealer, Hot- Poured Elastic Type (1989) ASTM D1751 -83 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) Standard Specifications: All construction shall be in accordance with the "1988 Standard Specifications for Road, Bridge, and Municipal Construction ", prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association, Washington State Chapter. 1 .4 SYSTEM DESCRIPTIONS A. Sidewalk and paving installations: Edged, and broomed finish. Handicapped installations are required to conform to detail shown. Foster Park 02621 -1 1.5 SUBMITTALS A Submit certificates as specified in Section 01400 and 01300. 1. Certify: Portland Cement concrete compression, yield, and air content tests /ASTM C94. B. Submit product data as required and as specified in Section 01300. Include joint filler data. Include admixtures curing compound information. C. Submit design mix: Low slump as .specified. 1.6 QUAUTY ASSURANCE A Installer qualifications: To be expert in this line of work, and with 5 years minimum experience in comparable installation. B. Requirements of regulatory agencies (current as of Project Manual date). 1.7 DELIVERY A In accordance with Section 01600 and the following: 1. Deliver ready -mix. 2. Acceptance at site: Verify concrete satisfactory for immediate installation. 1 .8 PROJECT SITE CONDITIONS A Environmental requirements: 1. Allowable concrete temperatures: a Cold weather: Maximum and minimum, ASTM C94. b. Warm weather: Maximum concrete temperature 90 degrees F. 2. In addition, to other requirements, in cold weather treat; protect, and ' prepare the subgrade to be free from frost when the concrete is deposited. 3. Concrete placement will not be permitted when, in the opinion of the Construction Manager, the son, air temperature, wind or limitations of facilities furnished by the Contractor prevent proper finishing and' curing of the concrete in accordance with the requirements of this Specification section. PART 2 - PRODUCTS 2.1 MATERIALS A. Form work, reinforcing, and casting -in- place: ACI 301 including air entrainment. B. Crushed Rock Base: 5/8 inch minus. C. Paving: Ready -mixed concrete: ASTM C94. 1 Cement type: II Foster Park 02621 -2 2. Aggregate: ASTM C33 a Fine aggregate: Natural sand. b. Coarse aggregate for paving: Crushed stone or gravel, within the range of 3/4 to number 4. 3: Slump: 4 inches maximum as certified by the batch plant. 4. Air content: 4.5% tolerance of .± 1.5 %. 5. Strength: 4,000 psi compressive strength at 28 days. a. Admixtures: ASTM C260 - Air Entrainment... Admixtures as selected by Contractor and approved in writing by Engineer. No calcium chloride will be permitted. D. Curing material 1. ASTM C171 for sheet materials. 2. ASTM C309, Type I, Class B, for liquid membranes. Sonnenborn • "Kure -N- Seal ". E. Protective covering material: 1. Waterproof paper or plastic membrane. F. Expansion joint filler: 1. Premolded asphalt expansion joints 3/8" thick. 2.2 SOURCE QUALITY CONTROL A. Tests: May be made at plant prior to delivery. Coordinate as specified in .Section ,01400. verify conformance with specified requirements prior to placement. 1. Verify that earthwork is completed to correct line and grade. 2. Check that subgrade is smooth, properly compacted to degree specified in Section 02210, and free of frost and excessive moisture. PART 3 - EXECUTION 3.1 PREPARATION - WALKS A. Stake and lay out paving. Conform to radii and standards required, where applicable, by governing authorities. 1. Verify dimensions and shapes. B. Protect surrounding areas and surfaces to preclude damage. C. Assemble form work to permit easy , stripping and dismantling without damaging concrete. 1 Place joint fillers vertical in position, in straight . lines. Secure to form : work during concrete placement. Allow for sealant installations over Foster Park 02621 -3 2. Position forms and stake to true Tine' and grade. Use subgrade template to establish correct finish grades. 3.2 PREPARATION - WALLS A All forms shall be smooth, mortar - tight, true to the required lines, grades, and dimension, of sufficient strength to resist springing out of shape during the placing of concrete, and shall have a smooth, straight upper edge. All dirt, chips, sawdust, and other debris shall be removed from the forms before any concrete is deposited therein. Forms previously used shall be thoroughly cleaned of all dirt, mortar, and foreign matter before being reused. Before concrete is placed in forms, all inside surfaces of the form shall be thoroughly coated with form oil of a type as approved. Use full height forms. Piecing form boards with narrow battens or scabs, to compensate for insufficient board width, will not be permitted. Forms shall be held rigidly in place by steel stakes placed at intervals not to exceed four feet. Clamps and braces shall be used where required to ensure rigidity of the forms. 3.3 PLACING REINFORCING - WALLS A Bars Accurately place bars, adequately secure in position, and wire together to prevent displacement in excess of the following tolerances: 1 . Concrete cover to form surfaces: 2" minimum. 2. Minimum spacing between bars: minus 1/4 inch. Move bars as necessary to avoid interference with other reinforcing steel or embedded items. If bars are moved to exceed the above tolerances, obtain approval of the resulting bar arrangement. 3.4 FORMED JOINTS IN WALKS A Place joints as shown on the plans. Establish intervals to correct elevation and profile. Align curb and sidewalk joints. B. Place Joint filler between paving components and building or other appurtenances. 3.5 INSTALLATION A Crushed Rock Base: Place in one lift and compact to 95 %. • B. Slab: Place concrete in accordance with ACI 301. Install the work in accordance with Quality Assurance provisions, References, Specifications, Drawings, and manufacturer's instructions. Where these conflict, the more stringent requirements govern. Slope surfaces uniformly to an acceptable drainage system. Surface are required to drain properly and away from structures. 1 . Conventional cast -in -place concrete: Thoroughly dampen subgrade prior to placing. Spread uniformly between the forms and compact thoroughly. 2. Locate and construct conventional through - joints and dummy joints as shown on plans • or to align with curb expansion joints where walks and curb abut. Support premolded Joint filler until concrete is placed on both sides of through joints. Foster Park 02621 - 4 a After concrete has been thoroughly compacted and leveled, float with wood float and finish at the proper time with a steel float. Tool conventional sidewalk edges with 1/2 inch radius edger. b. As directed, brush the surface with a fiber hair brush in a transverse direction. c. Wheelchair, handicapped ramps: To Handicapped Regulation Standards, as applicable. C. Walls: Concrete shall be deposited as nearly as practicable in its final position, to avoid rehandling and flowing. It shall be deposited in uniform, horizontal layers, avoiding inclined planes; and each layer shall be placed before the previous layer has taken its initial set. Concrete shall be compacted as it is placed to obtain maximum density and to eliminate voids and rock pockets, by means of hand spading, rodding, and tamping as required. 3.6 FIELD QUAUTY CONTROL A. Tests and inspections: Verify that work conforms to Specifications. Include Section 01400, testing of cylinders for slump and air - entrainment in accordance with ACI 301. 1. Maintain records of placed concrete Items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.7 FORM REMOVAL A. Remove as directed. 3.8 CURING AND PROTECTION A. Apply curing agent immediately after finishing. Maintain for five days. Do not use white pigmented curing compound. B. Have readily available sufficient protective covering specified. Cover entire day's pour in event of rain or other unsuitable weather. C. Protect paving against damage or defacement of any kind until accepted by Owner. 1. Remove unacceptable, damaged, or defaced paving and install as originally specified. 3.9 PROTECTION A. Protect paving from traffic, premature drying, excessive hot or cold temperatures, and mechanical injury for seven days minimum or until a flexural strength of 450 pounds per square inch has been attained. 3.10 CLEANING A Leave installation clean. Leave premises clean and free from residue of work of this section. END OF SECTION Foster Park 0 2 6 21- 5 B. Posts PART 1 - GENERAL SECTION 02711. FENCING & BACKSTOP 1 . 1 DESCRIPTION OF WORK Four foot (4') high property line . fence and gate. Dug out and wing fence. Manufactured backstop. 1 .2 JOB CONDITIONS/PRECAUTIONS A. Coordinate post locations with utility lines. • 1 .3 RELATED WORK SPECIFIED ELSEWHERE A. Section 02760 - Site Furnishings PART 2- MATERIALS 2.1 4-FOOT HIGH CHAINLINK FENCE A. Top Rails All fences shall have top rails. Rails shall be standard galvanized steel pipe 1-5/8 pounds per lineal foot. Top rail shall be securely fastened to terminal posts and pass through tops of line post fittings, forming a continuous rail for the full length offence.. Top rail shall be furnished in random lengths from 18 to 20 feet long and with standard hot-dip galvanized steel expansion couplings not less than 6 inches in length. Short lengths shali . not be used adjacent to terminal posts. All posts shall be standard hot-dip galvanized steel pipe; straight, true as to section and unspliced. Line posts shall be 2-3/8 inch outside diameter Schedule 40 pipe, 3.65 pounds per linear foot. Terminal posts shall be 3-inch outside diameter pipe, weight 5.79 pounds per linear foot. • . Post finals shall be •,Mandard moisture proof, heavily galvanized, malleable Iron:seCurely., • • .•fastened to posts. • • . C. Post Setting . • All posts shall be set 36 inches in concrete footing. Holes for post footings shall be approximately 38 inches deep. Diameter of holes shall be no.less than 10 inches for line posts or 12 inches for terminal posts. Foster Park 0 2 7 1 1-1 inch outside diameter, weight 2.27 • Line post shall be spaced no more than 10 feet on center. Concrete for post setting shall conform to the Standard Specifications of Class "B" concrete. Tops of post footings shall be one (1) inch below fabric. Footings shall be neatly capped to drain. D. Brace Assembly All terminal and gate posts shall be furnished with standard complete brace assembly as specified by the fence manufacturer. E. Tension Bars Tension bars shall be used at all terminal posts. Tension bars shall be of type furnished and fastened as specified by the fence manufacturer and as approved by the Owner. F. Tension Wire Contractor shall provide a No. 7, W &M gauge, galvanized, high carbon coiled tension wire stretched along the bottom of fabric and fastened to the fabric at intervals of not more than 2 feet using steel hog - rings. G Fabric Standard fabric shall be continuous 2 -inch mesh, No. 9, W &M gauge. Fabric shall have knuckle top and bottom selvage. H. Gate 1. Gate shall be provided where shown on plans and hinged to swing back against fence. Frames shall be 2 -inch. outside diameter galvanized pipe, weight 2.72 pounds per lineal foot. 2. All joints shall be welded or have extra heavy malleable corner fittings to make a rigid frame. Welded frames shall be galvanized after welding. Frame shall be filled with same fabric as fence. Gate, hinges, latches, keepers, braces, and all other fittings shall be as specified by the fence manufacturer and approved. 3. Provision shall be made for padlocking all gates in an open (full open to the inside) or closed position. The device shall be subject to approval. 4. Gate widths are nominal, exact widths to be determined in the field. J. Galvanizing Galvanizing shall be in accordance with ASTM designation, Al20 or Al23, excluding paragraph 9b of Al23. Fittings shall be in accordance with A153. All material in fence or gates shall be aluminum or hot -dip galvanized, malleable iron, wrought or pressed steel. Except for fabric, the weight of galvanized coating shall be 1.8 ounce per square foot of actual surface. Foster Park 02711-2 All fabric shall be zinc coated with 2.0 ounces per square foot by the hot -dip process after weaving. Zinc coating shall be smooth, or reasonably uniform thickness, and free from uncoated spots and adhering particles of foreign material. 2.2 DUGOUT AND WING FENCE A Posts, Rails, and Braces Posts: 3 -inch outside diameter pipe, weight 5.79 pounds per linear foot (galvanized), set 4 feet in concrete footings (24 -inch diameter). Top, intermediate, and Bottom Rails: 1 -5/8" -inch outside diameter pipe, weight 2.27 pounds per linear foot (galvanized). Rings: No. 9 gauge galvanized rings for fabric to rails and posts at 12 -inch intervals and six -inch intervals through the curves of the posts. B. Fabric Nine -gauge 2" mesh knuckled selvage top and bottom. Galvanized after weaving 2.0 -ounce zinc coating. 2.3 BACKSTOP A Patterson- Williams. Perpendicular arch baseball backstop - Model 1218. PART 3 - EXECUTION 3.1 UNE AND GRADE A. Line and grade shall follow designed finish grade and the alignment shown. The Contractor shall notify the owner of his intention to begin work. 3.2 • DUGOUT AND WING FENCE A. Wing fence posts to match vertical curve of backstop ends. Field verify radius and shop bend. B. General: Do not begin construction until finish grading has been completed an approved. Drill holes for post footings in firm, undisturbed or compacted soil. Excavate hole depths approximately 3 Inches lower than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. C. Tension Wire: install tension wires before stretching fabric and tie to each post with wire ties or clips. D. Fabric: Pull fabric taut and tie to posts, rails and tension wires on 12 inch centers. Install fabric on field side (inside) of wing fences, and outside of dugout fence, and anchor to framework so that fabric remains in tension after pulling force is released. Cut fabric at bleacher side of dugout to match curve of dugout top. Bend out fabric for knuckle selvage finish. Foster Park 0 2 71.1- 3 3.3 BACKSTOP A. Install posts prior to placing concrete apron and curb.. Construct backstop In strict conformance with 'manufacturer's instructions. Backstop bottom rail to . be .. flush with top of curb. 3.4 CLEANUP 3.5 GUARANTEE A Contractor shall leave grounds in good condition, remove all sand, gravel, debris, dirt, and leave fence complete and workable in all details. : A The: Contractor. shall guarantee ' in every detail the material and ,construction against defects.' .Any defects which develop'. within one year front date of.final payment shall be. replaced at the expense of the Contractor END OF SECTION Foster Park 0271.1= PART 1 - GENERAL 1.1 SCOPE 1.4 SYSTEM PROTECTION 1.6 MAINTENANCE MANUALS Foster Park 02750 -1 SECTION 02750 IRRIGATION 1.2 AS -BUILT DRAWINGS AND LAYOUT The. Contractor shall maintain a current record of all pipe and equipment placement and shall record any variations approved by the Owner. Upon completion of the combined system and prior to release of final payment, the Contractor shall, provide the Owner with a neat and legible "As- Built" plan of the completed combined system. Any pipe not installed in accordance with the plans as originally contracted, shall be dimensioned to a permanent structure sufficient for location after burial. All system layout shall be done by the Contractor. As -built records shall be updated DAILY. Provide a reduced- scale, plastic -bound copy inside of the controller. 1.3 SUBSTITUTIONS Substitutions to the equipment specified will be permitted only in accordance with Section 01600. As part of the warranty under this contract, the Contractor shall be responsible for the deactivating and draining of the system prior to the onset of the freezing season andfor reactivating the system at the onset of the Spring growing season; each event must be accomplished once during the one year warranty. In the event the system is completed in a season when the system will not be in use, the Contractor shall winterize the system upon completion of testing (and approval by the Landscape Architect) and reactivate the system in the Spring. The Contractor shall, upon completion of the winterizing phase, submit a letter to the Owner certifying that the system was winterized and drained and indicate the date such action was accomplished. The Contractor will be liable for any damage resulting from failure to comply. 1.5 SYSTEM FAMILIARIZATION AND WINTERIZATION Upon final acceptance of the system, the Contractor shall provide the necessary keys and /or other tools necessary to operate /drain/activate the system and shall spend sufficient time with the Owner to ensure that the system operation /maintenance /winterizing can continue on after the departure of the Contractor. Provide two (2) complete sets of tools and keys to the Owner. The Contractor is to provide two (2) sets of all manufacturer's maintenance sheets, replacement parts lists and equipment brochures ,bound in three ring binders. All composite data, sheets shall have the specific products used on the field clearly identified in colored ink marking. Index and tab the manuals. 1.7 IRRIGATION SYSTEM COMPLETION In addition to those requirements elsewhere stated in these Specifications, the Contractor shall submit the following items to the Owner upon completion of the work: a. Warranty cards on all equipment so warranted. b. "As- Built" plans as specifically called for in these Specifications. c. Maintenance Manuals per paragraph 1.5 above. d. Tools, keys, etc. for system operation and winterizing as well as valve cover keys, quick coupler keys, etc, PART 2- PRODUCTS 2.1 GALVANIZED PIPE Shall be Schedule 40, domestic manufacture, and shall conform to ASTM A 120 -65. Fittings shall be malleable galvanized. All galvanized fittings and pipe below grade shall be painted with. Carbon 'Elastic Paint #2221 as supplied by American Tar Co., or approved equal. All galvanized pipe above grade shall be painted with one coat each galvanized metal primer and Matte Black alkyd oil enamel. 2.2 PLASTIC PIPE Shall be PVC 1120 or 1220, Schedule 40 for all mainlines and Class 200 for all lateral lines. Pipe shall be marked with the manufacturer's name, class of pipe, NSSF seal and date of manufacturing run. Pipe shall bear no evidence of interior or exterior extrusion marks. Pipe walls shall be uniform, smooth and glossy. Pipe may be pre - belled or with individual solvent -weld couplings. The successful bidder shall submit three samples of 1" Schedule 40 pipe and 1" Class 200 pipe, 1' -0" long (with the appropriate manufacturing markings on each sample) for approval. Pipe shall conform to US Product Standard PS 22 -70, ASTM D2241, ASTM D1784, D3139, and D1869. Fittings shall be Schedule 40 weight, full size except that all fittings on automatic valve assemblies shall be Schedule 80. Cement and thinner shall be Weld -On P -70 purple primer and Weld -On P- 711 heavy bodied PVC cement. The PVC pipe shall be Simpson Red - Diamond or approved equal. 2.3 SPRINKLER HEADS Sprinklers shall be of the type and size noted on the plans. 2.4 AUTOMATIC VALVES 2.6 BACKFLOW PREVENTER Backflow preventer shall be Febco 805Y Double Check Assembly. The DCVA shall include gate valves on both inlet and outlet sides. 2.7 AUTOMATIC CONTROLLER Shall be Hardy Model TC -2400 LX, 24 station solid state controller. Individual station timing shall be 1 second to 15 hours with 8 start times on each of the 24 programs. Controller shall be wall mount, 115 volt input, 24 volt output. Controller must be capable of radio - remote operation and shall be U.L. approved. 2.8 REMOTE TESTING DEVICE AND CONNECTION A weather resistant connector shall be installed with controller. Shall be Rainbird Remote Bird remote control device, transmitter, receiver and permanent controller connector including a weather resistant housing (240 -PCC) designed to accommodate 24 permanent connected stations minimum. Rainbird 240 -JR or approved equai.l Foster Park 0 2 7 5 0- 2 2.9 CONTROL WIRES FOR VALVES 2.16 Control wires for the automatic valves shall be insulated, single strand copper designed for 24 -50 volts and shall be UL approved as UF (Underground Feeder). UL and UF designations shall be clearly marked or embossed on the insulation jacket of the wire. Copper conductor must meet or exceed ASTM B -3 specifications. Conductors shall be # 14 AWG or larger as required. Colors required include red or black for hot side, white for common, and an orange color for auxiliary wire 2.10 ELECTRICAL WIRE SPLICES Electrical tape shall be black plastic, 3/4 inch wide and a minimum of 0.007 inches thick and the all - weather type. Electrical splices shall be or 3M DBY splices; no substitutions permitted. 2.11 SPRINKLER RISERS /QUICK COUPLING VALVE RISER Refer to details on plans. 2.12 STOP VALVE Shall be a 2 ", Mueller H -10283 or equal. Provide operating key 2.13 QUICK COUPLING VALVE Quick coupling valve for air- blowout of the systems shall be equal to Rainbird 5LRC, lock -top, 1" size. Quick Coupling Valves for the system shall be Rainbird 5LRC lock -top, 1" size. Provide two quick coupler keys as part of this contract. 2.14 WATER METER A 2" exempt water meter for the irrigation system will be provided and paid for by the Owner. 2,15 PRESSURE REDUCING VALVE PRV shall be Wilkens 500 with strainer, 2" size. Pressure fall -off at 80 gpm shall not exceed 8 psi, no exceptions. PIPE SLEEVES Sleeves under all paved walks, drives, and roadways shall be PVC, Class 160„6" size.. 2.17 PRESSURE GAGES Pressure gage at cut -in shall be liquid - filled, 0- 200psi range, Ashcroft 1009AL or approved equal. Include gage cock. Pressure gage assembly for Rainbird EFB- CP -PRS valve shall be Rainbird PHG Pressure Hose Gauge Assembly PART 3 - INSTALLATION 3.1 TRENCHING AND BACKFILL Pipe shall be installed with a minimum of 12" cover in lawn areas for laterals on spray sections. Cover for laterals on rotor sections shall be 16 ". Main to have 24" cover at all locations. All pipe, both mains and laterals shall have native material bedding above and below pipe. In refilling trenches, earth fill above pipe and fittings shall be free from stones and roots and shall be well tamped. The trenches shall be compacted at 90% density at optimum moisture content. Foster Park 02750-3 Lifts shall be 6" maximum. All roots, rocks, and surplus excavation shall be removed from the site. The Contractor is responsible for all trench settlement during the warranty period of this Contract. All pipe installed within the sand - underdrained athletic field shall be installed in the same trench as the drain pipes except where, as shown, it is necessary to connect a sprinkler to a pipe in the drain . trench. Cover shall be 16" or no Tess than 4" below the subgrade level of the field. 3.3 PIPE AND FITTINGS 3.2 AUTOMATIC VALVES Automatic valves shall be installed in "Jumbo" valve boxes, per the Specifications. Provide PVC compression coupling on the outlet side. Flush supply lines before installing automatic valves. Use valve box extensions to ensure that box extends completely below bottom of valve. Install at finish grade. Valve box shall be left with a clean layer of gravel in the bottom.See Detail. PVC pipe ends shall be cut at 90 degrees to the pipe length and cleaned of all cutting burrs prior to cementing. Use approved reaming tool. Pipe ends shall be wiped clean with a rag lightly wetted with PVC thinner. Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe. Pipe shall be inserted into the fitting and given a quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe. Pipe will be tested as indicated elsewhere in these specifications. No backfilling will be permitted other than at the centers of pipe lengths until the pressure test is complete. Solvent weld joints shall be given at least 15 minutes set -up time before moving or handling. Pipe shall be partially center - loaded to prevent arching or slipping. No water shall be permitted in the pipe until a period of at least 10 hours has elapsed for solvent weld set and cure. Backfilling shall be done when the pipe Is not in an expanded conditions due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short period of time before backfilling, or by backfilling in the early part of the morning before the heat of the day. Before pressure testing, solvent weld joints shall be given at least 24 hours cure time. Triple swing joints shall be assembled with three wraps of "teflon" type tape at each connection. When assembled, joint shall be watertight but capable of being adjusted up or down. EXCEPTION : Prefabricated swing Joints do not require wraps of "Teflon" tape at 0 ring locations. Great care shall be taken to ensure that the inside of the pipe Is absolutely clean. Any pipe ends not being worked must be protected and not left open. Cleaning of cutting burrs is MANDATORY. 3.4 GALVANIZED PIPE AND FITTINGS All buried galvanized pipe, including valve fittings, shall be painted with at least one coat of "Carbon Elastic Paint" to prevent•acid corrosion. Do not add any solvent to the paint. If the paint is too thick, heat without applying direct flames. Care must be taken to thoroughly paint all male threads. When painting is done before assembly, the paint shall be touched up after assembly. 3.5 CONTROL WIRES Control wires are to be taped together at 10 foot intervals; then, this bundle is to be taped to the bottom of the supply main at 10 foot intervals with at least three wraps of electrical tape. Install a 12 gauge bare copper wire on top of all mains and laterals. Tape to pipe at 10 foot intervals. All splices must be encapsulated In the device specified in the paragraph for "Electrical Wire Splices ". All splices must be contained in a plastic valve box wherein a valve is installed. No splices are permitted between the controllers and the valves. There must be a separate "hot" lead for each automatic valve. One common wire may be used to reach all valves. Auxiliary wires shall be installed as noted on the plans. Install auxiliary wires to pass through each intermediate valve box and to loop at least 24 inches of the wire in a coil as it passes through that intermediate box. Foster Park 02750 -4 Minimum size of copper wire for this project is #14 UF. The control wires shall be color coded as follows: Neutral (Common)Wire: - White Hot Wire: - Black Auxiliary Wire: - Orange 3.6 MAIN LINE Install minimum of 24 inches below finish grade. 3.7 AUTOMATIC CONTROLLER Install with wall mount in existing Restroom pipe chase. Connect to existing 115 volt panel; install new 20 amp breaker to service controller unit. Install controller and remote control connection per Mfg. recommendations. 3.8 PIPE SLEEVES Provide pipe sleeves where indicated on the plans. Sleeves shall be Class 160PVC , 6" diameter. 3.9 CONDUIT Use approved conduit for all 24 volt wiring from the controller to a point outside of the Restroom wall and at 18" cover. Also use rigid metal conduit from 115 volt supply to the controller per plans. 3.10 SYSTEM FLUSHING The entire system shall be flushed prior to the installation of the sprinkler heads. After capping all risers, Contractor shall remove the cap nearest the automatic valve, flush and recap. Repeat this process until the last head on the circuit is flushed. 3.11 BACKFLOW PREVENTER Install per plan with prior approval of Engineer. Minor adjustments of location may be required for aesthetic purposes at no additional cost to the contract. Install per code; include galvanized unions on both inlet and outlet sides. Double Check to be Installed In Carson 1730 -C -12B valve box. Box shall be plastic, locking. Install per detail provided including special vault drain. 3.12 PRESSURE REDUCING VALVE Install with double check in separate box. See Detail of Cut -In on plans. Install PRV to permit pressure adjustment from top of valve box. Ensure PRV can be adjusted to 82 psi at high end of regulation. Provide spring to accommodate. 3.13 PRESSURE TEST All system joints, connections, etc. shall be left exposed until after completion and acceptance of the pressure test. Entire system shall be capped and opened to main static pressure of 117 psi and shall remain so for a period of two (2) hours. Joints and connections shall be visually checked for leaks, however minor. All leaks, however minor, shall be corrected. Contractor may have the option of using the AWWA pressure test, (test with approved pressure pump at 100 psi with no more than 5 psi loss in 15 minutes). Engineer shall be present during the pressure test. The above test shall relate to mainlines only; laterals shall be visually checked for leaks when capped and pressurized with line pressure. 3.14 PERFORMANCE TESTS Upon completion of the system installation and after the flushing and pressure tests have been completed, the Contractor shall operated the system as may be required by the Landscape Architect.The Landscape Architect may request that up to five (5 %)percent of the total nozzles be substituted at no extra cost to the contract. Foster Park 02750 -5 Engineer shall be present for all tests and final approvals. SPECIAL NOTE: The Owner will order and pay for the installation of a 2" water meter. END OF SECTION PART 1 - GENERAL 1.1 DESCRIPTION SECTION 02760 SITE FURNISHINGS A. Work in this section includes aluminum bleachers, dugout benches, park benches, portable picnic tables, fixed picnic table, barbecues, trash receptacles, picnic shelter, bases and plates, and play area woodchips. B. All items are to be provided complete "In-place". 1.2 RELATED WORK SPECIFIED ELSEWHERE A. See section 01100 for possible affect on this section. B. See section 02621 for coordination of blockouts for dugout benches. PART2- PRODUCTS 2.1 ALUMINUM BLEACHERS B. General Construction A. Aluminum bleachers shall be closed deck, 3 rows, with intermediate steps, 27' overall footboard length, and 21' seat length. Dant Corporation Alum -A- Stands or approved equal. Available through Norpac Systems (206) 852.0801. Frames shall be fabricated from extruded aluminum channels and tubes. The following minimum dimensions and characteristics shall prevail: Description Dimension Vertical or risers 2 7/8" O.D. tube Horizontal braces & footrest supports 3" x 2 7/8" channel Cross braces and diagonals 2 1/4" x 7/8" channel All understructure components shall be 6061 -T6 alloy and have a mill finish. Frames shall be factory assembled with 7/16" x 3.1 /2" galvanized bolts. There shall be no welds. C. Seat Plank Seats shall be 2" x 10" nominal extruded aluminum of 6063 -T6 alloy. Finish to be clear 204R1 anodized, conforming to the Aluminum Architectural Standard AA- 022A31. Seatboards shall attach to uprights with a maximum of one (1) 3/8" bolts. Seats to have a centered space of 3/4 ". Foster Park 02760- 1 D. Footboards Footboards and walkways shall be 2" x 10" nominal extruded aluminum 6063- T6 alloy mill finish. Footboard shall .securely attach to the frames without using nuts, bolts or clips. E End Caps All plank ends shall be covered with factory installed aluminum end caps. F. Warranty All products shall be guaranteed for 5 years against defective materials or workmanship. G Quantity Provide one (1)-27' long section for each seating area. H. Substitutions Any request for substitutions must include verification that substitute has 2 7/8" 0.D. tube as risers or vertical supports. This requirement is for aesthetic reasons and will not be relaxed. 2.2 DUGOUT BENCHES A Description ,• , Dugout benches shall be aluminum with back, 6 feet long with straight legs. Quality Industries, Inc. or approved equal; available through VancoAssociates, Inc., (771-1412). Frame: 2 3/8" 0.D. galvanized steel pipe Seat Back: 2" x10" anodized aluminum Hardware: Galvanized Foster Park 02760 - 2 " • • B. Quantity Provide three (3) per dugout. C. Substitutions Any requests for substitutions must include verification that substitute has 2 3/8" O.D. galvanized steel pipe frames. - • : ' 2.3 PARK BENCH A. Description Natural Structures (503) 625 -2566. Model #03 -121. Galvanized frame and all hardware; Redwood tight -knot 4 x 4 planks; 5' -10" long. B. Quantity One (1) 2.4 PORTABLE PICNIC TABLES A. Description Natural . Structures (503) 625 -2566. Model #75 -106 Galvanized frame and all hardware; Redwood tight -knot 3 x 6 planks; 5' -.10 long. B. Quantity Four (4) 2.5 FIXED PICNIC TABLES A. Description Natural Structures (503) 625-2566. Model #69 -101 Galvanized frame and all hardware; Redwood tight -knot 6'x 6`plan B. Quantity Two (2) 2.6" BARBECUES A Description Natural Structures. (503) 625- 2566. Model #200 -30 Galvanized bolts. B. Quantity Three (3) 2.7 TRASH RECEPTACLES A Description Natural. Structures (503) 625 -2566. Model #28 -105 Galvanized frame and all hardware; optional surface mount; 2 x 4 Redwood lumber, including 30 6A galvanized container. B. Quantity Three (3) 2.8 PICNIC SHELTER A. Description Natural Structures (503) 625 -2566. Laminated beam shelters. Model #98 -203 (20'x28') with optional cedar shingles. Galvanized posts. B. Quantity One (1) 2.9 BASES AND PLATES A Description Bases (set of 3): Bolco 100 -ML bases with 205 -BA anchors complete. Pitchers Plate (1): Bolco 495 LCC. Home Plate (1): Bolco 300 AS. Bases and plates are available through Vanco (206) 771 -1412. B. Quantity One (1) set. 2.10 PLAY AREA WOODCHIPS A. "Play chip's" as supplied by Sawdust Supply Company (206) 622- 3476. PART 3 - EXECUTION • 3.1 BLEACHERS A. Contractor to coordinate with manufacturer to verify fit of bleachers both horizontally and vertically as generally shown on the plans. B. Entire bleacher section shall be enclosed with riser boards, including stairs. Foster Park 02760- 4 C. ` Anchor bleacher to concrete per manufacturer's recommendations. 3.2 :. ALL OTHER ITEMS A. Locate as shown. B: Erect and anchor In strict conformance: to manufacturer's instructions. • END OF SECTION PART 1 - GENERAL 1.1 DESCRIPTION A. This work includes seeding of the athletic field by Brillion drill, and seeding of all other areas by hydroseeding. 1.2 SUBMITTALS A. Seed Analysis A complete analysis of the seed shall be submitted by the Contractor, prior to planting, including the percent of pure seed, germination, other crop seed, inert and weed, and the germination test date. All crop seed in excess of one percent must be itemized. B. Fertilizer Certification Submit duplicate copies of all invoices for all fertilizer showing the grade furnished. PART 2 - MATERIALS 2.1 SEEDING A. Grass. Seed 1. Type 1 grass seed for athletic field and other lawn areas. Grass seed shall be certified quality seed and shall meet the following conditions: Mixture: % Pure Seed: Min % Germination: SECTION 02820 SEEDING Total weed seed for the mixture shall not exceed 0.5 %. 2. Type II grass seed for bioswale and detention pond. 15% Redtop Bentgrass (Agrotis alba) 30% Creeping Red Fescue (Festuca ruba) 10% Annual Ryegrass (Lollum multiflorum) 20% Perennial Ryegrass (Lolium perenne) 20% Tall Fescue (Festuca arundinacea) 5% White Clover (Trifolium repens) Foster Park 0 2 8 2 0-1 Material 100% by weight, Turftype, Perennial Ryegrass Ryegrass can be a blend of two or three of the following: Dasher, Fiesta, Diplomat, Omega, Manhattan II, Prelude or Yorktown II Ryegrass 90% Ryegrass 90% 3. Seed Law 4. Noxious Weed Seed 5. Rejection 2. For Use After The First Mowing or For All Reseeding: Use a 6 -2 -4 fertilizer with the following characteristics: Foster Park 02820 -2 All seeds shall conform to the requirements of the Washington State Seed Laws, and where applicable, the Federal Seed Act. All seed shall be free of seeds of weeds listed as primary noxious by the Washington State Seed Seeds shall not contain seeds of weeds listed as secondary noxious by the Washington State Seed Law, singly or collectively In excess of the labeling tolerance specified by the Washington State Seed Law. When seeds furnished under this specification fail to meet the requirements within tolerance, as provided by the Washington State Seed Law, the lot shall be rejected or subjected to fiscal adjustment. 6. Recleaning Seeds shall be thoroughly recleaned and of uniformly good quality and appearance throughout each lot. 7. Preparation for Delivery Seeds shall be packed in clean, sound containers of uniform weight. Seed shall be labeled as required by Law. 8. Reference Specifications ' Chapter 15.49, Washington State Seed Law. B. Fertilizer 1. For Incorporation with all Seeding: Use a 10 -20 -20 fertilizer with the following characteristics: 50% of the nitrogen shall be derived from 38% urea formaldehyde. Potash shall be derived from sulfate of potash. Fertilizer shall be retained by Taylor standard sieves as follows: No. 4 sieve retains 0% No. 20 sieve retains 65% No 80 sieve retains 95% Preparation for delivery: Fertilizer shall be packaged in new, water- proof, non - overlaid eighty pound (80 lb.) bags, clearly labeled as to weight, manufacturer and content. The following shall contain the following per ton: Nitrogen shall be totally derived from miloganite (1,020 lbs.) and 38% urea formaldehyde (160 lbs). Phosphoric acid shall be derived from miloganite. Potash shall be derived from sulfate of potashmagnesia. The fertilizer shall contain 4% magnesium, 3% iron, and 5% sulphur. The fertilizer shall be retained by Taylor standard sieves as follows: No. 4 sieve retains 0% No. 20 sieve retains 65% No. 80 sieve retains 95% Preparation for delivery: The fertilizer shall be packaged in new, waterproof, non - overlaid fifty pound (50 Ib.) and eighty pound (80 Ib.) bags, clearly labeled as to weight, manufacturer and content. 2.2 LIME (for athletic field only) A. Lime for incorporation into the top sand prior to seeding shall meet the following specifications: Lime shall be fine grind dolomite lime. Lime shall be retained by taylor Standard Sieves as follows: No. 20 sieve retains -% No. 100 sieve retains 25% Preparation for delivery: Lime shall be packaged in new, waterproof, nonoverlaid eighty pound (80 Ib.) bags, clearly labeled as to weight, manufacturer and content: 2.3 MULCH FOR HYDROSEEDING A. J -Tac available through Reclamare (206) 824 -2385 Apply at 40 lbs/acre. PART 3 - EXECUTION 3.1 ATHLETIC FIELD SEEDING A. Preplanting Fertilizer and Lime After the area to be seeded has been brought to finish grade, in accordance with these Specifications and Plans, and has been approved .by the Owner, apply preplanting fertilizer 10 -20 -20 at the rate of fifteen (15 lbs.) per one thousand square feet, together with dolomite limestone at the rate of fifty (50) pounds per one thousand square feet. Rototill the above into the top sand to the depth of three (3) inches. Use a tractor - mounted three -point suspension rototiller (Howard) or equal. Do not mix the top sand with the subgrade. Rubber -tire tractor is permissible if the tires are low pressure type. B. Finish Grading Bring the sand (top sand) to the finish grade, full depth and compact by light rolling. Finish grades shall be plus or minus one tenth (.10) of a foot. Grade with top sand in moist condition. Foster Park 0 2 8 2 0-3 C. Seeding Seed to the rate of 300 lbs. per acre (approximately 6.9 lbs. per 1,000 square feet). Half of the seed shall be sown at right angles to the first sowing, lightly raked to cover the seed, compacted by rolling and watered as required. Sowing shall be accomplished by use of a Brillion type drill with seed placed at 1/4" to 3/8" depth. D. Restore Finish Grade Restore any variations in finish grade from fertilizer and seeding by rolling to a smooth even finish grade free of ruts, tracks and footprints. 3.2 SEEDING ALL OTHER LAWN AREAS A. Finish Grading and Roiling in Lawn Areas Grade all areas to be seeded and roll to a smooth surface free of ruts and tracks. Remove all rocks and debris larger than 1" in any dimension. OBTAIN APPROVAL OF FINISH GRADE BEFORE SEEDING. B. Topsoil (outside of athletic field) Place In one lift to compacted depth and roll to a smooth even, firm finish grade. C. Seeding After finished grading is complete and approved, apply seed, fertilizer and mulch in one operation by an approved hydroseeder which utilizes water as the carrying agency and maintains a continuous agitator action that will keep seed and fiber in a homogeneously mixed slurry until pumped from tank. Distribution and discharge lines must be large enough to prevent stoppage and must be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the slurry. All spill over on equipment, pavement, trees, etc. shall be immediately cleaned off. D. Rates: 1. Seed - 6.9 Ibs per 1,000 square feet. 2. 10 -20 -20 fertilizer - 15 lbs per 1,000 square feet. 3. Mulch - per manufacturer's recommendations. 3.3 SECOND APPLICATION OF FERTIUZER (ALL AREAS) Approximately two weeks after seeding and before the first mowing, apply the second half of the 10 -20 -20 .fertilizer, (preplanting fertilizer) at the rate of fifteen (15) pounds per 1,000 square feet. 3.4 MAINTENANCE (all areas) The maintenance of all seeded areas shall include watering, weed treatment, mowing (every two [2] weeks between May and September) with a reel -type mower on soft pneumatic wheels and edging adjacent to paving, curbs or walls. Maintenance shall continue until the project is accepted by the Engineer. Foster Park 0 2 8 2 0 .4 3.5 FERTILIZATION AFTER FIRST MOWING (all areas) After the first mowing, the Contractor shall apply post- seeding fertilizer (6.2- 4) at the rate of one thousand three hundred pounds (1,300 lbs.) per acre or approximately thirty pounds (30 lbs.) per one thousand square feet (1,000 sq. ft.). First mowing shall occur when the grass first reaches two (2 ") inches in height and shall be mowed to a continuing height of one and one half inches (1 1/2 "). Mowing shall continue on a weekly basis thereafter until the all grass areas or the project as a whole is accepted by the Engineer. 3.6 INSPECTION AND SUBSTANTIAL COMPLETION After completion of all seeding, including the post - planting fertilization which follows the first mowing, the Engineer will review the planted areas for adequacy. Areas not fully germinated with uniform stand of grass, or areas damaged through any other cause prior to this inspection shall be reseeded, as herein specified at the Contractor's. expense. "Uniform stand of grass" shall signify complete cover of lush, thriving, green grass with no bare spots. 3.7 RESEEDING, (all areas) Reseed and fertilize with 6-2-4 at a rate of four hundred pounds (400 lbs.) per acre, all.areas failing to show a uniform stand of grass after germination of seed, or damage through any cause before final acceptance. The Contractor shall be responsible for protecting and maintaining all areas and continue to fertilize with 6-2-4 or Ammonium Sulfate at three week intervals at levels and type of fertilization as prescribed by the Engineer. It must be emphasized the acceptance may occur after the first mowing, but only when all of the other conditions of this project have been completely met. This additional maintenance may include disease control, special fertilizers, etc. SECTION 02822 TOPSOIL AND PLANTING PART 1 - GENERAL 1 .1 SECTION INCLUDES A Work includes but is not limited to topsoil for trees, ground cover and all lawn areas outside the athletic field; and planting trees and ground cover. 1.2 RELATED SECTIONS A Coordinate related work and requirements specified in other parts of the Contract Documents, including but not limited to the following: Section 02750 - Irrigation System Section 02200 - Earthwork Section 02800 - Seeding 1.3 REFERENCES A Refer to the following standards: WSDA Washington State Department of Agriculture - Ornamental Evergreen and Deciduous Plants, Nursery Stock Standards (Order No. 1229, 1230, 1321, 1322) American Standard for Nursery Stock, 1980 Sunset Western Garden Book, 1967 Third Edition Hortus Third, Cornell University 1 4 SYSTEM DESCRIPTION A Materials, equipment, and labor for planting; reestablishing finish grading of planting areas following planting; protection and immediate maintenance; guarantee and replacement; and related items necessary to complete the work indicated. B. Quantities: Determine exact amounts from Drawings. 1.5 SUBMITTALS A. Submit in accordance with Section 01300 and the following: 1. Notification: Within 30 days after the award of Contract, submit documentation that plant materials have been ordered, purchase order number, and sample of each plant species. B. Submit Maintenance Data as specified in Section 01730. Include special directions essential for Owner's maintenance program after guarantee/warranty period expires. Include duplicate copies for landscaping maintenance personnel use during maintenance period. Foster. Park . 02822 -1 1.6 QUALITY ASSURANCE A. Supplier, installer qualifications: Contractor to have at least five years experience performing comparable work. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver as required. Protect all plant material from harm. Deliver fertilizers in original unopened containers, each bearing manufacturer's guaranteed analysis. Heal -in all rootballs if not planted the same day as delivered. B. Acceptance at site: Verify undamaged conditions. C. Protection prior to installation: Protect from sun and drying winds from beginning of digging, during transporting, and on site. D. Handle and protect plants, roots, rootballs, and tips to prevent plant injuries. Pick up all plants from the rootball or container, not the trunk. E. Immediately remove unsatisfactory materials from site. 1.8 PROJECT SITE CONDITIONS A. Environmental requirements: Plant during periods normal for optimum growth, as determined by season, weather conditions, and accepted practice. You may conduct planting operations under unseasonable conditions, without additional compensation, by accepting full responsibility for subsequent resulting losses. B. Underground condition: 1. Locate utility lines and underground obstructions to avoid damage during excavation. 2. Repair and replace damaged buildings, equipment, underground utilities, irrigation equipment, paving, surfacing, stairs, and other work damaged as a result of your operations. 1.9 SEQUENCING AND SCHEDUUNG A Coordinate ordering of materials immediately following General Contract award. Ensure that specified sizes and quantities are furnished. 1.10 WARRANTY A. Warranty Period for this work begins at Owner acceptance. Warranty period for all plant material shall be one year from date of Owner acceptance. 1. Guarantee replacement: Acceptance of sample plants does not constitute acceptance of all plants. Final acceptance of plants shall occur at Owner acceptance of the completed project. a Plant materials: Warrant to be healthy and thriving. b. Remove and replace immediately during the Guarantee Period: Dead, diseased, dying, broken, or missing plant materials (except as noted below). Use specified plant and plant as specified; guarantee until acceptable, active, healthy growth is evident. Foster Park 02822 -2 c. Contractor's responsibility: During Guarantee Period, you are not held responsible for replacing plants destroyed or damaged by vandalism, accidents caused by vehicle (other than yours), or Acts of God, provided that you have exercised due care to protect the work. d. When required replacement time falls during nonplanting season, you may request Owner's permission to defer planting until proper season. If granted, Immediately remove dead plants, including roots, from site. e. Backfill pits properly with planting mix. Finish grade and leave in acceptable condition until proper planting season occurs. Replace with plants of same kind and size as those originally planted. Plant as originally specified. PART 2 - PRODUCTS 2.1 MATERIAL - GENERAL A. Comply with Quality Assurance provisions, references, specifications, and manufacturer's data. 1. Plant materials: Meet or exceed following reference standards for quality, size, and condition: a Washington State Standards for Nursery Stock: Order No. 1627. b. ANSI Z60.1 -1980: Nursery Stock. c. American Joint Committee of Horticultural Nomenclature: Standardized Plant Names. 2. Fertilizer: Conform to referenced FS O- F -24D, Commercial Fertilizers and WSDA Laws. B. Topsoil: Nutramulch and sandy loam, available through Northwest Cascade (206) 848 -2371. C. Fertilizer: Foster Park 1. Plants a • Osmocote 18 -6 -12 as top dressing for plant material. b. Agriform 20 -10 -15 planting tablets for planting pits. D. Plant abbreviations (see Drawings for plant list): B &B Balled and burlapped S Small BR Bare root • M Medium b r Branches L Large cal • Caliper EXL Extra large •• • cont Container NON No common name dia Diameter oc On center . • • . • gal Gallon tri- spaced Triangular spaced E. Mulch: "Nutramulch ". PART 3 - EXECUTION 3.1 INSPECTIONS A Verify installation conditions as satisfactory to receive work of this section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes your acceptance of conditions as satisfactory. 3.2 PREPARATION A. Field measurements: Verify actual layout in relation to Drawings: Make adjustments as required by Engineer. In grouped planting areas, follow specified distances on center rather than estimated number of plants, be it a larger or . . smaller quantity. B. Plant locations: After placement of topsoil, stake tree locations for acceptance by Engineer. Make required field adjustments as directed. Avoid obstructions such as irrigation equipment. Large blocks of planting may be staked out by boundary rather than individual plants. C. Protect the public, adjacent properties, surfaces, and surrounding areas to prevent harm during work of this section. 3.3 INSTALLATION A Install the work in accordance with References and specifications. 3.4 SOIL CONDITIONS A Verify existing soil conditions for contaminants that may have been discarded by other trades, such as thinner and plaster. Report findings immediately to Engineer before placing topsoil. 3.5 NOTIFICATION OF ADVERSE CONDITIONS A. Notify Engineer of adverse drainage conditions affecting plant growth. 3.6 FINISH GRADING A Finish subgrade and obtain approval of Engineer before you start planting or place any topsoil. Finish subgrade shall be smooth and conform to the final finish grade after topsoil placement. Allow for added topsoil and mulch in individual plantings as specified. 3.7 PLANTING A Preparation 1. Before planting, soak dry rootballs. 2. Prune broken roots. 1/2 inch or greater in diameter. Make clean cut 3. Plant when plant materials are available and weather conditions are consistent with good horticultural practice. B. Sequence: 1. Plant trees prior to placing topsoil over lawn areas. Foster Park 02822-4 2. Place topsoil over lawn areas. 3. Plant ground cover. C. Tree Pits: 1. Dig tree pits and plant according to details prior to placing topsoil. Waste pit spoils evenly over subgrade. 2. If you encounter clay soil or unusual conditions likely to be detrimental to new plantings, notify Engineer immediately. 3. Remove unsuitable material excavated from plant holes and dispose of it legally off project site. 4. Install plants with POSITIVE drainage away from rootball, unless otherwise noted. D. Trees & ground cover: Hold plant in center of hole, approximately 2 inches above normal growing position and backfill with specified topsoil approximately halfway. 1. Place plant tablets evenly around rootball: trees (4) 21 gram; ground cover (1)21 gram. 2. Backfill to within 5 inches of finish grade; fill hole with water and allow to settle. 3. Backfill to finish grade. E Lawn Area Topsoil: Place topsoil to a uniform depth as shown on the plans. F. Osmocote: Broadcast Osmocote over all tree pits and ground cover planting beds. Rate: 20 Ibs /1,000 s.f. 3.8 TREE STAKING A. As detailed. 3.9 MULCHING A. Before installing mulch, obtain approval of Engineer of planting areas, grades, soil depths, plant locations, and Osmocote broadcasting. 13. Provide uniform 2 -inch mulch layer material over cleaned and graded subsurface. 3.10 FINAL INSPECTION A. Remove defective materials; in their place, install new materials, as specified. Furnish in same variety and current size of existing healthy plant materials, subject to 1 -year guarantee beginning at the date of new installation. Remove any weeds. Foster Park 3.11 CLEANING A Sweep paving clean. Leave installations properly planted, clean, and orderly; premises free from scatterings and other residue of work. Leave site neat and clean at end of each working day. 1 Remove and legally dispose off site such items as excess earth, clippings, trimmings, leaves, litter,' and debris: 2. Rake planting areas to an even, fine,grade. Wash hard surfaces clean. 3. Remove flag labels from plantings. PROTECTION OF COMPLETED WORK Install barriers as necessary and required to protect the work during . Guarantee Period;" or for :shorter period as directed. PART 1 - GENERAL 1..1 DESCRIPTION A. This section includes fabrication and .installation of hand rails and bat racks. 1.2 QUAUTY ASSURANCE A Standards Conform to American Institute of Steel Construction (AISC) "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings ", and "Code of Standard Practice for Steel Buildings and Bridges ", and "American Welding Society" (AWS) "Standard Code for. Welding in Building Construction ". B. Building Code Conform to requirement of Uniform Building Code as supplemented and modified herein: 1.3 SUBMITTALS A Shop Drawings Submit for approval prior to •fabricating in accordance with General Provisions and Special Provisions. Show dimensions, details; .welds and necessary accessory item include all information necessarylor fabrication and for erection. Verify dimensions and correlated work with. adjoining work. • 1.4 ALTERNATES A See Section 01100 for possible affect on this section. PART 2 - PRODUCTS 2.1 HANDRAILS SECTION 05500 METAL FABRICATIONS A Steel railings shall be standard - weight steel pipe conforming to ASTM Specification A53. 2.2 BAT RACKS A Structural steel to conform to. ASTM A- 36 -70. 2.3 GALVANIZING A. Comply with ASTM A 386 -65 for zinc coatings on assembled steel products. Weight of coating per Table I for class and thickness of material to be coated. Galvanize after fabrication. Foster Park 3.1 HANDRAILS PART 3 - EXECUTION A Fabrication Jointing of post and rail shall be by mitered and welded joints made by fitting posts to rails , groove welding joints, and grinding smooth. , Railing `splices shall be butted and reinforced by a tight - fitting interior sleeve not less than 6 inches long. Handrails shall be hot -dip galvanized after fabrication. Any field welds shall be painted with Galvacon. Finish shall be smooth with no sharp or protruding burrs (as determined by; the Engineer). B. Installation.: in Concrete Rails shall be installed by means of PVC pipe sleeve nserts seland anchored In the concrete as detailed. Posts shall be inserted Into the pipe sleeves, leveled, plumbed, and aligned. The; annular space between pipe posts and pipe sleeve inserts; shall be filled solid with molten lead or quick - setting :hydraulic cement. Anchorage joint shall be covered with pipe collar secured to slab with epoxy:, 3.2 . BAT RACKS Grin all edges smooth Hot dip galvanize after fabrication. PART 1 - GENERAL 1.1 DESCRIPTION 1 .2 WORK BY OTHERS PART 2 - MATERIALS 2.1 SERVICE LINE & APPURTENANCES SECTION 15201 DOMESTIC WATER SERVICE A Install domestic water system Including wet tap at existing main, .underground piping, vaiving, services, and all appurtenances. A The City of Tukwila will provide a template for the meter, then furnish and install it once the Contractor has made the tap into the existing main and completed installation of the service line. The Contractor shall make application and pay for permits. A Tapping Saddle: Double Strap Rockwell, Mueller, or approved equal (iron pipe thread). B. Corporation Stop; Mueller H -10013 or approved equal. C. Meter Valve: Jones, J -372F, or approved equal, one on each side of the meter, highest point of valve to be 8" to 10" below finish grade. D. Pipe Material: Type K copper tubing. E. Bedding: Pipe to be bedded in pea gravel, sand, or crushed rock (3/4" minus or smaller). F. Backfill: Bedding material inside R.O.W. On -site select structural fill outside R.O.W. G Meter Box: Fogtite #2 with 1/4" diamond plate solid steel lid or approved equal for 1 -1/2" meter; 2' x 4' meter box with diamond plate solid steel lid for 2" • meter. 2.2 DISTRIBUTION PIPING A. Shall be Schedule 40 PVC, Type 11, 1120, conforming to AWWA Standard C900. Joints shall be solvent weld. B. PVC Pipe Fittings: Fittings for PVC pipe conforming to ASTM D22421. Solvent material shall conform to ASTM D2564. C Bedding: On -site fill free of wood, debris, concrete, asphalt, or rocks larger than one (1) inch in diameter. Foster Park 15201- 1 2.3 DRINKING FOUNTAIN A. Haws Model No. 3176, with self closing bib faucet (no threads); sand blast finish. B. Appurtenances As shown on the detail. PART 3 - EXECUTION 3.1 CONNECTION TO EXISTING WATER SYSTEM A. All new connections to the City of Tukwila water system shall be in strict accordance with the appropriate subsections of Section 742 of the APWA Specifications, except as herein amended. B. No connection shall be made between the new piping and the existing main until the new piping has been flushed, disinfected, and tested. Temporary plugs shall be Installed at the points of connections to the existing system. C. After the new piping is tested and disinfected, the final connections can be made. D. All closure pieces and fittings shall be swabbed with a very strong chlorine solution (56% CL), in accordance with AWWA Standard C -601. 3.2 SEPARATION OF WATER LINE AND SEWERS A General The water line shall be at least 10 feet horizontally from the proposed side sewer. The distance shall be measured edge to edge. DOE requirements shall also be met. B. Crossing Where the water line crosses the existing sewer, provide a minimum vertical distance of 18 inches between the outside of the water line and the outside of the sewer. This shall be the case where the water line is either above or below the sewer. At the crossing, one full length of water pipe shall be located so both joints will be as far from the sewer as possible. 3.3 TRENCH EXCAVATION A Trenches shall as be detailed and in accordance with OSHA/WISHA. B. The trench shall be kept free from water until joining is complete. Surface water shall be diverted so as not to enter the trench. The Contractor shall maintain sufficient pumping equipment on the job to insure that these provisions are carried out. Foster Park 15201- 2 C. Remove all material including boulders, rocks, roots and other obstructions the width of the trench and to a depth of six inches (6 ") below water line grade. D. Trenching operations shall not proceed more than 100 feet in advance of pipe laying without written approval of the City. E. Back - filling and surface restoration shall closely follow installation and testing of pipe, so that not more than 300 feet is left exposed without express approval of the City. 3.4 PIPE BEDDING AND BACKFILL SERVICE LINE A. Bedding material shall be placed and compacted around and under the water line by hand tools. B. The remaining back -fill shall be compacted to 95% of the maximum density as determined by ASTM Designation D 1557 -66T. 3.5 BACKFILLING DISTRIBUTION LINE TO DRINKING FOUNTAIN A. The distribution line may be buried in the same trench with irrigation lines. 3.6 PRESSURE AND LEAKAGE TESTING A. All water lines and appurtenances shall be pressure tested for leakage in accordance with City of Tukwila requirements. B. In general, the water line and appurtenances shall be brought to a hydrostatic pressure of 200 psi. There cannot be any Toss in pressure during a one hour test period. 3.7 'HYDROSTATIC TEST A. Prior to the acceptance of the work, the installation shall be subject to a hydro- static pressure test at the high point in the line, and any Teaks or imperfections developing under said pressure shall be remedied by the Contractor before final acceptance of the work. No air will be allowed in the line. Insofar as possible, no hydrostatic pressure shall be placed against the opposite side of the valve being tested. Test pressure shall be maintained while the entire installation is in- spected. The Contractor shall provide all necessary equipment and shall per- form all work connected with the tests. Tests shall be made after all connections have been made. This is to include any and all connections as shown on the plan. Insofar as is practical, tests shall be made with pipe Joints, fittings and valves exposed for inspection. The Contractor shall perform the test to assure that the equipment to be used for the test is adequate and in good operating condition and the air in the line has been released before requesting the City to witness the test. The City shall witness the test. Foster Park 15201- 3 3.3 DISINFECTION A All new, cleaned or'repaired water lines shall be disinfected in accordance with AWWA Standard C -601. The specifications include detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. B. Following the flushing. procedure, the Contractor shall request that the Tukwila Water Department collect water samples from the new system. • C. These samples shall be taken in sterilized bottles and tested by a DSHS approved testing lab, as designated by the Tukwila Water Department. All samples must meet the DSHS quality standards prior to placing the lines into service. 3.9 STERILIZATION AND FLUSHING OF WATER MAINS A ; Sterilization of water mains shall be accomplished by the Contractor in accordance with the requirement of the State Health Department and in a manner satisfactory to the City. At no time shall chlorinated water from a new main be flushed into a body of fresh water. When a chlorine concentration of not less than 50 PPM has been established throughout the line, the valves shall be closed and the line left undisturbed for 24 hours. The line shall then be thoroughly flushed and water samples taken for approval by the local health agency. Flushing period must be approved by the City., The Contractor shall exercise specific care in flushing to avoid damage to surrounding property. Should the initial treatment result in an unsatisfactory bacteriological: test, the test procedure shall be repeated by the Contractor until satisfactory results are obtained. 3.10 WATER SERVICE AND METER INSTALLATION STANDARDS A The work required shall be in accordance with section 78 of. the APWA Standard Specifications except as herein modified. B. The City shall provided and install the meter. The connection shall be made by a wet tap. The costs (labor, supplies, and equipment) for the completed installation shall be reported on the permit form as a`condition of acceptance of the installation. 3.11 DRINKING FOUNTAIN A. Install drinking fountain in strict conformance with manufacturer's instructions. Foster Park 15201- 4 CE 91052 PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. Scope Included in the scope of this bid are work and related items necessary to provide a complete installation as shown on the .Drawings and as specified .herein. In general, this includes all labor, material, equipment, tools, etc., to complete the following: 1. Provide new underground 120/240V, single phase service from existing Seattle City Light power pole to service entrance panel at restrooms. 2. Provide power pole conduit riser, precast concrete . junction vault and metering equipment per Seattle City Light Standards. 3.'. Provide service entrance panel',' lights, switches, conduit 'wire receptacles time clocks, photocell and related equipment necessary for a complete installation 4. Provide all trenching and backfill:' Codes All work shall confirm latest addition, national state, and local codes. Contact Seattle City Light and coordinate new underground service installation. per 'Seattle City Light standards. ELECTRICAL SECTION 16000, PAGE 1 C. Permits , Secure all necessary permits and pay all fees. D. Workmanship All work shall be done by competent crafstmen. Workmen shall cooperate with other'trades for the best interest of the Owner. Equipment' shall be installed in a neat and workmanlike manner 'following the best practice of the trade. CE 91052 E. As -Built Drawings F. Guarantee PART 2 - PRODUCTS 2,01 MATERIALS 2.02 BURIED WARNING AND. IDENTIFICATION TAPE ELECTRICAL SECTION 16000, PAGE 2 Final "As- Built" 'drawings shall be prepared by a competent draftsperson on a clean set of blueline drawings, showing actual conduit routings and junction box locations. Date, firm and "Corrected to As- Built" shall be on each drawing. If there are no changes, record drawings shall be so marked. Provide a written guarantee to repair or replace, without cost, any defective materials or workmanship which becomes evident within one year after final acceptance, to the Owner's satisfaction. A. All material shall be new, free from defects, and listed by Underwriters' Laboratories, Inc., for the purpose. Each item of a given type of material shall be of the same make and quality throughout the job. A. Buried • warning and identification tape shall be polyethylene plastic tape manufactured for warning and identification of buried electrical lines. Tape shall be yellow, provided in rolls of 6" minimum width, designed for the intended service with warning and identification imprinted in bold black letters continuously and repeatedly over entire tape length. Warning and identification shall be "CAUTION - BURIED ELECTRICAL LINE BELOW" or similar wording. Code and letter coloring shall be permanent, unaffected by moisture and other substances contained in trench backfill material. 2.03 Conduit A. For all conduit exposed.above grade, .use rigid steel conduit, including bushings, :couplings, elbows, nipples, and other fittings, galvanized by hot - dipping, electroplating, sherardizing,.or metalizing process and meeting the requirements of ANSI C80.1, ANSI C80.4, UL, and the NEC. Setscrew type couplings, bushings, . elbows, nipples, and other fittings are not acceptable. CE 9105 ELECTRICAL SECTION 16000, PAGE 3 B. For conduit installed below grade, use rigid PVC Schedule 40 conduit, UL listed for concrete - encased, underground direct burial, concealed and direct sunlight exposed use, and UL listed and marked for use with conductors having 90 °C insulation. Use conduits, couplings, bushings, elbows, nipples, and other fittings meeting the requirements of NEMA TC 2 and TC 3, Federal Specification W -C -1094, UL, NEC, and ASTM specified tests for the intended use. Use only conduit with a factory formed bell on one end. Conduit that requires the use of couplings for straight runts is not acceptable. Use PVC sch. $0 conduit under Milton Way and any other road crossing. 2.04 CONDUIT FITTINGS A.. The Contractor shall furnish. and install all conduit as called for on the Drawings including all associated fittings, joints, sweeps, caps, end bells, and pull ropes required for a complete project. 2.05. SITE WORK A. TRENCHING . 1. Trenching shall be to depths required by code, Seattle City Light, and as required by the installation. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock, rocky, contains debris larger than 1 ", or material with sharp edges, Contractor shall over excavate 3" and fill with 3" of sand. 3. Separation between new electrical utilities and other utilities shall be 5 -0" (horizontal) for parallel water and .sewer lines. 4. All crossings of existing roadways shall be performed only by jacking conduit. 5. Contractor shall install, operate and maintain all pumps or other dewatering equipment required for control of water in trenches and excavations during the entire construction period. CE '91052' PART`3 EXECUTION A. Backfill and Compaction ELECTRICAL SECTION 16000, PAGE 4 1. Backfill around vaults and.handholes shall be free of debris larger than 2" in all directions to 18" from vault or handhole. Backfill over conduits shall be sandy soil in 6" lifts.` Manual compact the first - lift. Manually or mechanically compact remaining lifts. All construction work shall be done in a thorough and workmanlike manner in accordance with the and Specifications. The 'latest edition of •the National Electrical Safety Code and NFPA 70 shall be followed, except where local regulations are more stringent; in Which local regulationsshall govern. . Conductors shall: be carefully handled at all times -to avoid damage and : shall not be dragged across the ground, fences, or sharp projections C are shall Hbe exercised to avoid excessive bending of the conductors. The ends of: the : conductors ° shal l ° be sealed at all times against moisture with proper end caps.' Where it i necessary to cut the conductors; :the' ends shall be 'terminated or sealed AMMediately after, the .cutting operation. Part 2 - Restroom Section Title 03300 Concrete 06100 Rough Carpentry 07200. Insulation 07313 Wood Shake Roofing 07600: Flashing & Sheet Metal 07810 • Skylights 07900 Sealants 08100 Hollow Metal Doors and Frames. • 08700 Finish Hardware 09900 Painting 09950 FRP Wall Panels 1.0160 Toilet Partitions 10800 Bath Accessories 15000 General Provisions Mechanical 15400 Plumbing 16890 Electrical Heater 1. Codes and. Standards`: Comply with the provisions of the " following codes, specifications and standards, except as otherwise shown or specified: a. ACI 301 "Specifications for Structural Concrete for Buildings ". b. ACI 311 "Recommended Practice for Concrete Inspection ". c. ACI 318 "Building Code Requirements for Reinforced Concrete ". d. ACI 347 "Recommended Practice for Concrete Formwork ". e. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete ". Concrete Reinforcing Steel Institute, "Manual of Standard Practice ". 03300 2. Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the Engineer. 3. Material Certification: Certificates of material properties and compliance with specified requirements may be submitted in lieu of testing, when acceptable to the Engineer, by the material producer and the Contractor.. PART 2 - PRODUCTS 2.01 Materials: A. Form Materials: 1. Forms: Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal - framed plywood -faced or other acceptable panel -type materials, to provide continuous straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. Use overlaid plywood complying with U.S. Product Standard PS -1 "B -B High Density Overlaid Concrete Form ", Class I. 2. Form Coatings: Provide, commercial formulation form coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent' treatments of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compound. B. Reinforcing Materials: 1. Welded Wire Mesh: Welded plain cold -drawn steel wire fabric, ASTM A185. 2. Reinforcing Bars: Deformed steel bars, ASTM A615, Grade 40. 3. Steel Wire: ASTM A82, Plain cold -drawn steel. . 03300.2 03300 4.. Supports for Reinforcement: 'Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI recommendations, unless otherwise specified. Wood, brick and other devices will not be acceptable. For slabs -on- grade, use supports with sand plates or horizontal runners where wetted base materials will not support chair legs. Concrete Materials: 1. Portland Cement: ASTM C150, Type 1 -A, unless otherwise acceptable to Engineer. Use only one brand of cement throughout the project, unless otherwise acceptable to Engineer. 2. Aggregates: ASTM C33, and as herein specified. Provide aggregates from a single source for all exposed concrete. Local aggregates not complying with ASTM C33 but which have shown by special test or actual service to produce concrete of adequate strength a'nd durability may be used when acceptable to the Engineer. 3. Water: Clean, fresh, drinkable. 4. Air - Entraining Admixture: ASTM C260. 5. Water- Reducing Admixture: ASTM C494, Type A. Calcium chloride will not .e •ermitted in concrete by Engineer. unless otherwis authorized in writing 6. Set- Contfol Admixture: ASTM C494, Type B, Retarding. D. Related materials: 1. Granular Fill: Washed Gravel, 7/8" Minus. 2. Vapor Barrier: 4 Mil. polyethylene. 3. Exterior Concrete Sealer: Sealer for exterior slabs shall be Thompson Water Seal or approved equal. E. Proportioning and Design of Mixes: 1. Design mixes to provide concrete with the following properties, as indicated on drawings and schedules: 03300.3 03300 2500 psi 28 -day compressive strength. 517 lbs. cement per C.Y. concrete (5.5 sacks). 2. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the Engineer before using in the work. 3. Admixtures: Use air- entraining admixture in all concrete, unless otherwise shown or specified. Add air - entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: a. 6% for maximum 3/4" aggregate. 7% for maximum 1/2" aggregate. Use 'admixtures for water - reducing and set - control in strict compliance with the manufacturer's directions. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. 4. Slump Limits: Proportion and design mixes to result in concrete slump at the point of placement as follows: a. Reinforced Footings and Walls: Not less than 1" and not more than 3 ". b. All Other Concrete: Not less than 2" and not more than 4 ". 5. Ready -Mix Concrete: Comply with the requirements of ASTM C94, and as herein specified. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. 03300.4 PART 3 - EXECUTION 3.01 General: A. Preparation: B. Excavation: 3.02 Forms: 03300 During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. 1. To minimize differential settlement it is essential that earth surfaces, upon which footings will be placed, be compacted to the approval of the Engineer and in accordance with the compaction requirements establishe3 in this Section of these Specifications. 2. Verify that all compaction is complete and approved prior to excavating for footings. 1. Excavate to the established lines and grades; Cut off bottom of trenches level, and remove all loose soil. Where soft spots are encountered, remove all defective material and replace with lean concrete at no additional cost to the Owner. A. Design, erect, support, brace, and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. Design formwork to be readily removable without impact, shock, or damage to cast -in -place concrete surfaces and adjacent materials. Construct forms complying with ACI 347, to sizes, shapes, lines, and dimensions shown; and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for keyways, redesses, screeds, sleeves, anchorages, and inserts, and other features required in work. Use selected materials to obtain required finishes. Solidly butt joints and provide back -up at joints to prevent leakage. 03300.5 03300 B. Form Ties: Factory- fabricated, adjustable- length, removable or snapoff metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. C. Provisions for other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses and chases from trades providing such ties. Accurately place and securely support items built into forms. D. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. E. Placing Reinforcement: Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's details and methods of reinforcement placement and supports, and as herein specified. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as required. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement An position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Do not place reinforcing bars more than 2" beyond the last leg of continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar constructions loads. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 03300.6 03300 1. Pre - Placement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. 2. General: Comply with ACI 304, and as herein specified. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as ,herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. 3. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 24 ", and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold • joints. 4. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, nodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the recommended practices of ACI 309, to suit the type of concrete and project conditions. 03300.7 03300 Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the placed layer of concrete and at least 6" into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segreation of the mix. 5. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. When air temperature has fallen to, or is expected to fall below 40 deg. F., uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 50 deg. F., and not more than 80 deg. F. at point of placement for seven (7) days after each pour. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 03300.8 Bring slab surface to the correct level with a straightedge and strikeoff. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. Maintain reinforcing in the proper position during concrete placement operations. 6. Cold Weather Placing: Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306, and as herein specified. 3.04 Finishing: Do not use calcium chloride, salt and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in writing by the Engineer. A. Monolithic Slab Finishes: 03300 1. Float Finish: After screeding and consolidating concrete 'slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power- driven floats, or both. Consolidate surface with power- driven floats, or hand - floating if area is small or inaccessible to power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Non -Slip Broom Finish: Apply non -slip broom finish to exterior slabs as indicated on drawings. Immediately after trowel finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. B. Concrete Curing and Protection: 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 7 days and in accordance with ACI 301 procedures. Avoid rapid drying, at end of final curing period. 2. Curing Methods: Perform curing of concrete by moist curing, by moisture - retaining cover curing, by membrane curing, or by combinations thereof, as herein specified. 03300.9 03300 a. Provide moisture curing by following methods: Keep concrete surface continuously wet by covering with water. Continuous water -fog spray. Covering Concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. { b. Provide moisture -cover curing as follows: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. c. Provide membrane curing as follows: Apply membrane - forming curing compound to damp concrete surfaces as soon as water film has disappeared. Apply uniformly in two -coat continuous operation by power -spray equipment in accordance with the Manufacturer's directions. Recoat areas which are subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. '03300.10 03300 damaged by form removal operations, and provided that curing and protection operations are maintained. B. Re -Use of Forms: 1. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, 'delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. 2. When forms are extended for successive concrete placement thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. 3.06 Concrete Repair: �,. A. Miscellaneous Concrete Items: 1. Filling -In: Fill -in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete, as herein specified, to blend with Repair of Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test 03300.11 03300 unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having required slope. Repair finished unformed surfaces that contain defects which adversely affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to Engineer. Repair defective areas, except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4 " clearance all around. Dampen concrete surfaces . in contact with patching concrete bonding agent. Place patching concrete before grout takes its initial set. Mix patching concrete of same materials to provide concrete of the same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. Repair isolated random cracks and single holes not over 1" in diameter by dry -pack method. Groove top of cracks and cut -out holes to sound concrete and clean off dust, dirt and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating. Place dry -pack before cement grout takes its initial set. Mix dry -pack, consisting'of one part Portland Cement to 2 -1/2 parts fine aggregate (passing a No. 16 mesh sieve) using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched areas continuously moist for not less than 72 hours., Repair methods not specified above may be used subject to acceptance of the Engineer. 03300.12 3.07 Backfilling and Compaction: A. Backfilling: 1. 2, In all excavations, use satisfactory excavated or borrowed material that has been sampled, tested and approved. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment and not more than 4" in loose depth for material compacted by hand operated tampers. Place backfill and fill materials evenly adjacent to structures, to the required elevations. Take care to prevent wedging action of the backfill against structures by carrying the material uniformly along the structure to approximately the same elevation in each lift. Compaction: Compact each layer of backfill and structural fill material at 95% maximum dry density in accordance with ASTM D1557. PART 1 - GENERAL 1.01 General: D. Submittals: Section 6100 ROUGH CARPENTRY Wood framing for walls,.ceilings & roofs; Plywood roof sheathing; Wood trusses; Wood beams and headers; Plywood siding, battens trim; Plywood ceilings; Framing anchors; Wood sills, plates, nailers & blocking; Soffit venting. 06100 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: The-work of this Section shall include all labor, materials, equipment and appliances required to complete the Rough Carpentry work as indicated on the Drawings and as specified herein. C. Work Included: The extent of the Rough Carpentry work is shown on the Drawings and includes, but is not necessarily limited to the following: D. Quality Assurance: 1. Lumber Standard: Comply with PS 20, except as otherwise'indicated. 2. Sheathing Standard: Comply with PS 1 except as otherwise indicated. Factory -mark each piece of sheathing with % type, grade, mill and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish. 2. Shop Drawings: Submit five (5) copies of shop drawings for roof trusses indicating all critical dimensions for determining fit and placement in the building, design loading, and installation recommendations. Roof trusses drawings shall bear the stamp of a professional Engineer registered in the State of Washington. All Shop Drawings shall be approved prior to fabrication. 06100.1 F. Job Conditions: PART 2 - PRODUCTS 2.01 Materials: 061Q0, E. Product Handling: Keep materials dry during delivery and storage. Protect, against exposure to weather and contact with damp or wet surfaces. Stack lumber and plywood, and provide air circulation within stacks. 1. Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking grounds and similar supports to allow proper attachment of other work. Lumber - General: Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS 20, for the moisture content specified for each use. 1. Provide dressed lumber, S4S, unless otherwise shown or specified. 2. Provide seasoned lumber with 19% maximum moisture content at time of dressing. B. Light Framing Lumber (2" to 4" thick and 4" wide), for non- bearing partitions. 1. Hem -Fir (North), Standard or better. C. Structural Light Framing Lumber (2" to 4" thick and 2" to 4" wide), provide the following species and grade: 1. Hem -Fir (North), No. 2 or better. D. Plywood Roof Sheathing: Shall be APA Structural I, Rated Sheathing, Exterior, 1/2" thick. E. Plywood Siding (Includes interior walls & ceilings): Shall be Premium Cedar Rough -Sawn Plywood, 5/8" x 4' x 8' F. Battens and Trim: Shall be Rough Textured, B & Btr., Cedar in 1x6 and 1x8 sizes as indicated on the drawings. Trusses: trusses b Roof ruses: Shall be factory manufactured t uss by approved truss supplier with at least five (5) years experience in the field. The trusses shall be custom designed to fit the dimensions,and indicated on 06100.2 to comply with the AWPB Quality Mark requirements for the specified requirements. Pressure -treat aboveground items with water -borne preservatives complying with AWPB LP -2. After treatment, kiln - dry to a maximum moisture content of 15 %. Treat indicated items and the following: a. Wood cants, nailers, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and waterproofing. b. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with concrete. c. Wood joists closer than 18 inches, or wood girders closer than 12 inches to the ground. 2. Complete fabrication of treated items prior to treatment, wherever possible. If cut after treatment, coat cut surfaces with heavy brush coat of same chemical used for treatment. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. J. Framing Accessories: Shall be by P.H. Bowman Co., Inc., or approved equal. A. General: Discard units of material with defects which might impair the quality of the work, and units which 06100.3 are too small to fabricate the work with minimum joints or the optimum joint arrangement. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. Securely attach carpentry work to substrates by anchoring and fastening as shown and as required by recognized standards. Use common wire nails, except as otherwise indicated. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; predrill as required. B. Wood Grounds, Nailers and Blocking: 3.02 Wood Framing: 06100 1. Provide wherever shown and where required for attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. 2. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. Where possible, anchor to formwork before concrete placement. . Wood Framing, General: 1. Provide framing members of sizes and on spacings shown an4 frame openings as shown, or, if not shown, comply with the recommendations of the "Manual for House Framing" of the National Forest Products Association. Do not splice structural members between supports. 2. Anchor and nail as shown, and to comply with the Recommended Nailing Schedule - Table I of the "Manual for House Framing" and other recommendations of the NFPA. 3. Firestop concealed spaces with wood blocking not less than 2" thick, if not blocked by other framing members. Provide blocking at each building story level and at ends of joist spans. 06100.4 [ B. Stud Framing: 06100 1. General: Provide stud framing where shown. Unless otherwise shown, use 2" x 4" wood studs spaced 16" o.c. with 4" face perpendicular to direction of wall or partition. Provide single bottom plate and double top plates 2" thick by width of studs, except single top plate may be used for non - load - bearing partitions. Nail or anchor plates to supporting construction. 2. Construct corners and intersections with not less than three studs. Provide miscellaneous blocking and framing as required for support of facing materials, fixtures, specialty items and trim. 3. Provide continuous horizontal blocking row at mid - height of partitions over 8' high, using 2" thick members of same width s wall or partitions. 4. Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Set headers on edge and support on jamb studs. 5. For non - bearing partitions, provide double jamb studs and headers not less than 4" deep for openings 3' and less in width, and not less than 6" deep for wider openings. 3.03 Trusses Rafters: A. General: Provide trussed rafters where shown. Comply with the applicable requirements of the NLMA's "National Design Specifications for Stress Graded Lumber and Its /Fastenings ". B. Fabricate trusses as shown Use wood materials of the sizes shown and of the species and grade specified, or if minimum stress values and "E" value are specified; provide lumber of any species and grade, complying with the specified values as published in official grading rules conforming to PS 20 "National Grading Rule for Dimension Lumber". 3.04 Sheathing A. Roof Sheathing: 1. Provide roof sheathing on roof as shown on drawings. Install with face grain across trusses, using panels continuous over two or more spans with end joints between panels staggered and located over center of trusses. 06100.5 06100 2. Nailing for roof diaphragms shall be as follows: 8d nails at 6" o.c. along edges over framing and . at diaphragm boundaries and 8d nails at 12" o.c. over intermediate framing Provide "Ply Clips" at all unsupported edges. Allow 1/16" open space between end joints and 1/8" open space between edge joints for expansion and contraction of panels. 'Protection: Advise the Engineer of reguirements for the protection of 'wood frame c onstruction during the remainder of the construction .period. Advise `installers of other.work the required limitations on notching and boring holes through wood frame members. END OF CARPENTRY '0610,0_.6` PART 1 - GENERAL Section 7200 INSULATION 2. Work included in this Section: 07200 1.01 General: A. Related Documents:' The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: 1, General: The work of this Section shall include all labor, materials, equipment and appliances required to complete the Insulation work as indicated on the drawings and as specified herein. a. Batt insulation in frame walls. (Elec. /Mech. Room only) b. Batt insulation in ceiling. (Elec. /Mech. Room only) C. General Requirements:. Deliver 'materials in unbroken containers labeled with Manufacturer's name and "R" value. Do not break seals or use materials until time for installation. PART 2 - PRODUCTS 2.01 MATERIALS: A. Ceiling Insulation: Batt insulation with a minimum "R" value of 30, as indicated, complying with Federal Specification HH- I -521F, Type II. B. Wood Frame Wall Insulation: Batt insulation with a. minimum "R ".value of 11, complying with Federal Specification HH- I -521F, Type I1. PART 3 - EXECUTION 3.01 EXECUTION: A. Batt Insulation:. Install in locations shown on drawings, thicknesses as required to attain specified resistance (r) values. Install vapor barrier on inside or "warm" side. Installation shall be in strict accordance with the Manufacturer's printed instructions for the specific. product. END OF INSULATION 07200 Section 7313 PART 1 — GENERAL 1.01 General: B. Description of Work: D. Job Conditions: PART 2 PRODUCTS WOOD SHAKE ROOFING 07313 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. r 1. General: The work of. this Section shall include all labor, materials, equipment and appliances required to complete the Wood Shake Roofing as indicated on the Drawings and as specified herein. 2. Work Not Included in this. Section: a. Furnishing of metal flashing and other sheet metal work, see Section 07600. C. Submittals: Submit Manufacturer's Literature con- cerning material description and recommended installation procedures. 1. Do not install underlayment or shakes on wet surfaces. Do not apply shakes when air. temperature is below 40 degrees. 2.01 General: A. Wood Shakes: Shall be No. .1 Blue Label, 18 inch (perfections) centrigrade Red Cedar Shakes, treated by FTX pressure treatment for Class "g" shake. B. Felt Interlayment: Shall be a 30 ib. asphalt saturated, 30 lb. felt, 36" wide. C. Hip or Ridge Shakes: Pre -cut Manufacturer's standard or job cut. 07313.1 PART 3 - EXECUTION 3.01 General: A. Inspection: C. Flashing: 07313 D. Nails: Shingle Nails, 6d x 13 ga. x 7/32 inch head diameter shingle nails. 1. Assure that surfaces to which shakes are to be applied are uniform, smooth, sound clean, dry, and free of irregularities. 2. Verify that installation of metal flashings has been completed. 3. Verify that work of other trades which penetrates roof deck has been completed. 4. Do not start work until unsatisfactory conditions are corrected. B. Felt Interlayment: 1. Lay one (1) layer of 36" wide, type 30 felt horizontally at eave line. After each course of shakes, lay one (1) 18" wide strip of type 30 felt over the top portion of the shake 15 " from the butt, extending onto the sheathing. 1. Vent pipes: All pipes projecting through roof shall be flashed and counter flashed. These flashings shall extend 3" up under the sheathing paper and not less than 3" horizontally. They shall be of sufficient length to cover the shingle course next below the pipe, and to extend up under the straight course above, as far as possible without being punctured by nails. D. Roofing Application: 1. Shakes shall be doubled at all eaves and butts, and in the first course shall project 1 -1/2" from the edge of roof eaves to insure proper spill into gutters. 2. Shakes shall be spaced apart not less than 1/4" nor more than 3/8 ". 3. Shakes shall be applied with a weather exposure of 7 1/2 ". 07313.2 E. Ridges: 1. All shingle ridges shall be of alternate overlap type applied at the same exposure as field of roof and, with nails long enough to penetrate into sheathing at least 1/2 inch. 07313 Nails and Nailing Shakes: 1. Nails shall be driven flush but not so that the nail head crushes the wood. They shall be placed approximately 3/4" from the side edges of the shakes and 1 -1/2" above the butt line of the following course. . Each roof shake shall be secured with two full corrosion - resistant nails. Adjust and Clean: 1'. Replace damaged shakes. 2. Remove shakes not debris from project site. OF WOOD SHAKE - ;ROOFING f extra. stock 'and PART 1 - GENERAL 1.01 General: B. Description of Work: PART 2 - PRODUCTS 2.01 Materials: Section 7600 FLASHING AND SHEET METAL A. Related Documents: The. General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. 1. General: The work of this Section shall include all labor, materials, equipment and appliances required to provide and install all the Sheet Metal work indicated on the Drawings and as herein specified in conformance with SMACNA Architectural Sheet Metal Manual. 2. Work Included: The following is a partial list of major items included in this Section: a. Install sheet metal flashing, gutters and downspouts as noted on the Drawings and as required for complete watertight building. Work Excluded: The following is a partial list of related items not included in this Section: a. Painting of sheet metal work (except shop priming). A. Galvanized Steel: Shall be zinc - coated, conforming to ASTM Designation A- 93 -63T, commercial coating class with 1.25 oz. coating per square foot. All galvanized sheet metal shall be No 24 USS gauge. B. Zinc Allow: Shall be "Hydro -T- Metal ". 07600 C. Solder: Shall conform to ASTM Designation B32 -60A, alloy grade 50A. Flux: Shall be approved brand of non - corrosive flux or raw muriatic acid killed with zinc. Remove excess flux and neutralize surfaces after soldering. 07600.1 07600 E. Nails,' Bolts, Screws, and Rivets: Shall be of type best suited for the purpose and of composition that will not support galvanic action. F. Caulking: All caulking material shall be Dow Corning 790 Building Sealant, General Electric Silicone Construction 1200 Sealant, or approved equal. PART 3 - EXECUTION 3.01 Execution: A. Workmanship: 1. All workmanship shall be equal to the best of standard practices in modern sheet metal shops. All sheet metal work shall be accurately formed to the dimensions and - shapes required. Molded and broken members shall finish with true, straight and sharp lines and angles; and where intercepting each other,• shall be coped to an accurate fit and securely soldered. All exposed edges of sheet metal work shall be turned back 1/2" unless otherwise detailed. . Apply all sealants and caulking compound strictly in accordance with Manufacturer's instructions. Painting: All painted surfaces of all galvanized sheet metal work shall be cleaned of all flux and shop painted one (1) coat of zinc dust galvanized icon primer of approved manufacturer. Inspections: The Subcontractor shall carefully examine and, if necessary, test all sheet metal work specified herein, and this Subcontractor shall make all repairs to the work if necessary, leaving it in a•condition satisfactory to the Engineer. PART 1 - GENERAL 1.01 General: A. Related Documents:. The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: Quality Assurance: 1. Submittals: Submit three copies of Manufacturer's literature for each item for Engineer's approval. PART 2 - PRODUCTS 2.01 Materials: A. Skylight: Shall be Type D, No. 2852 (2'x 4') and No. .5252 (4'x 4'), sealed, double dome, white over clear, acrylic, curb mounted skylight as manufactured by.Bohem Manufacturing Co., or approved equal. B. Sealants: Shall be Silicone Construction Sealants by Dow Corning, General Electric or approved equal; color to be clear. PART 3 - EXECUTION Section 7810 SKYLIGHTS 07810 1. General: The work of this Section shall include all labor, materials, equipment and appliances required to provide and install the Skylights as indicated on the Drawings and as herein specified. Fasteners: Shall be stainless steel, sizes as necessary. 3.01 Installation: A. Preparation: Protect skylights from damage during installation. Installation: Install skylights in' with Manufacturer's recommendations. END OF SKYLIGHTS P1%RT 1 - GENERAL 1.01 General: • Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. PART 2 - PRODUCTS 2.01 Materials: A. Sealant: Shall be Silicone Construction Sealants by Dow Corning, General Electric, or approved color to be bronze, unless noted otherwise. Backing Material: Shall be expanded closed cell polyethylene for joints other than expansion joints. . Primer and Bond Breaker: Shall be as recommended by sealant manufacturer. PART 3 - EXECUTION Section 7900 SEALANTS 3.01 Execution: A. Workmanship: 1. All caulking work shall b'e done in accordance with the product manufacturer's printed recommendations as specified. Description. of Work: 1. General: The work of this Section shall include all labor, materials, equipment and appliances required to complete the Sealant work as indicated on the Drawings and as herein specified. • Work included: Priming and caulking expansion joints when noted, caulking joints around doors, sealing roof accessories, joints between wood and concrete construction, and elsewhere as shown, or as necessary to provide weathertight 07900 2. All surfaces to be caulked shall be cleaned and dry prior to caulking. work. Clean metals with aromatic solvent. Apply primer to concrete surfaces. Use nozzle width of proper size to fill joint neatly and completely. Minimum application temperature 40 deg. F. Tool joints smooth with beading tool. Surface of joint shall be slightly below adjacent surfaces. Care shall be taken to prevent smears on adjacent surfaces. Any smears shall be removed immediatley. Use masking tape as necessary. . Work shall be done prior to painting. 07900 07900.2 Bond Breaker shall be used between sealant and . expansion joint material, if recommended by sealant manufacturer. PART 1 - GENERAL 1.01 General: 1.03 Submittals: Section 8100 HOLLOW METAL DOORS AND FRAMES 081 00 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: 1. General: The work of this Section shall include all materials, equipment and appliances required for the completion of the Hollow Metal Doors and Frames as indicated on the drawings and as specified herein. The extent and location of each type of hollow metal door and frame is shown on the drawings and in schedules as indicated herein. 2. Related Work Specified Elsewhere: a. Finish Hardware .Section 8700. 1.02 Quality Assurance: A. Provide hollow metal doors and frames manufactured by a firm with not less than five years successful experience in the production of this type of work. B. Provide hollow metal doors with louvers and hollow metal frames ap herein specified. A. Manufacturer's Data - Hollow Metal Doors and Frames: For information only, submit three (3) copies of manufacturer's data for fabrication and installation instructions. B. Shop Drawings - Hollow Metal Doors and Frames: 1. Submit shop drawings for the fabrication and installation of hollow metal doors and frames. Include details of each frame type, elevations of door design types, louver details, conditions at openings, tolerances, details of construction, location and installation requirements of finish hardware and reinforcements, and details of joints, connections, anchorage and accessory items. 08100.1 1.04 Delivery, Storage and Handling: A. Deliver hollow metalwork cartoned or crated to provide protection during transit and job storage. B. Inspect hollow metalwork upon delivery for damage. Minor damages may be repaired only upon approval by Construction Manager. Remove and replace damaged items. C. Store doors and frames at the building site under cover. Place the units on at least 4" high wood sills or on the floors in a manner that will prevent rust and damage. Avoid the use of•nonvented plastic or canvas shelters which could create a humidity chamber. If the cardboard wrapper on the door becomes wet, remove the carton immediately. Provide a 1/4" space between stacked doors to promote air circulation. PART 2 - PRODUCTS 2.01 Materials: 08100 2. Provide a schedule of doors and frames USING SAME REFERENCE NUMBERS FOR DETAILS AND OPENINGS AS THOSE ON DRAWINGS. 3. Provide shop drawings to hardware supplier. Coordinate fabrication of hollow metal door's and frames for backing and hardware reinforcing placement. ' A. Hot- rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled, comply with ASTM A 569 and ASTM A 568. B. Cold - rolled Steel Sheets: Commercial quality carbon steel, complying with ASTM A 366 and ASTM A 568. C. Galvanized Steel Sheets: Zinc - coated carbon steel sheets of commercial quality, complying with ASTM A ' 526, with ASTM A 525, G60 zinc coating, mill phosphatized. D. Shop - Applied Paint: For steel surfaces,.use rust - inhibitive enamel or paint, either air- drying or baking, suitable as a base for specified finish paints. 2.02 Fabrication - General: A. Fabricate hollow metal door and frame units to be rigid, neat in appearance, and free from defects, warp or buckle. Accurately form metal to required sizes and 08100.2 08100 profiles.. Wherever practicable, fit and assemble units in the manufacturer's plant. Clearly identify work not permanently factory- assembled before shipment, to assure proper assembly at the project site. B. Fabricate exposed faces of doors and panels, including stiles and rails of nonflush units, from only cold - rolled steel. C. Fabricate frames, concealed stiffeners, reinforcement, edge channels, and moldings from hot - rolled steel. D. Fabricate exterior doors, panels and frames from galvanized sheet steel. E. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat patch head security screws. Heads shall be twisted off and ground flush. F. Finish Hardware Preparation: 1. Prepare hollow metal units to receive concealed finish hardware, including cutouts, reinforcing, drilling and tapping in accordance with final Finish Hardware Schedule and templates provided by hardware supplier. 2. Reinforce hollow metal units to receive hardware items as required by hardware manufacturer. Reinforcing to be of 1/8 ", 3/16" and 3/8" plate steel. Drilling and tapping for surface applied finish hardware may be done at the project site by the supplier, at his option. 3. Locate finish hardware as shown on final shop. drawings. G. Shop Painting: 1. Clean, treat, and paint exposed surfaces of fabricated hollow metal units, including galvanized surfaces. 2. Clean steel surfaces of mill scale, rust, oil, grease, dirt and other foreign materials before the application of the shop coat of paint. 3. Apply shop coat of prime paint of even consistency to provide a uniformly finished surface ready to receive field- applied paint. 08100.3 2.03 Hollow Metal Doors: 08100 B. Anchors: Provide frames with a minimum of three anchors per jamb as required for adjoining wall construction. Provide anchors of not less than 18 gage steel strip or 3/16" diameter wire adjustable or "T" shaped. Provide all frames with minimum 18 gage anchors for attachment at the floor. PART 3 - EXECUTION 3.01 Installation: A. Fabrication & Installation: 08100.4 A. Hollow Metal Doors: Shall be S.D.I. Type II, Heavy Duty, Style 1, as manufactured by Ceco Corp., Curries Mfg., Inc. Overly Mfg. Co., Republic Builders Corp., or approved equal, and conform to the following specifications: 1. Steel, in U.S. Standard gages herein specified: ; Prime quality cold - rolled, pickled, annealed stretcher leveled steel; free from scale, pitting, rust, surface or internal defects. 2. Internal door construction shall shall consist of either 22 gage steel horizontal "U" forms, honeycomb core, foamed -in -place polystyrene, rigid core of polystyrene foam, 18 gage steel vertical and horizontal channels with rigidized webbing coated with a synthetis resin based sound deadener, or a solid block core of hydrous calcium silicate. 3. Minimum gages: 12 ga. Hardware reinforcement unless noted otherwise 14 ga. Lock Reinforcement 10 ga. Hinge Reinforcement 18 ga. Face Sheets 2.04 Hollow Metal Frames: A. Frames: Pressed steel frames, where required, shall be constructed of 16 gage steel. Miters shall be welded their entire length, including rebars, stops and trim and cleaned and ground to present a smooth surface. Welding of trim face miters only is not acceptable. All joints shall be dressed to make them invisible and all fastenings shall be concealed. 08100 1. Use only skilled mechanics and best grade of modern shop and field practice. Seams and joints, including reinforcements shall be welded. Accurately fit and fabricate all parts with surfaces free from warp, wave, buckle or other defects. Corners shall be square, angles sharp, surfaces in proper alignment, and all edges shall be sharp and straight. Welded joints shall be welded full length of joint, tight, and ground smooth and flush with surface of base metal. Exposed joints shall be made invisible. Provide welded back plates at mitered joints. 2. Door shall be constructed from two full flush steel sheets, welded for flush pan assembly. , Provide interior vertical channel, honeycomb, or z-.bar reinforcing stiffeners, spaced noc over 8" on centers, full length of the door, uniformly spot welded to outer face sheets. Provide continuous reinforcing channels welded to face sheets at top and bottom of all doors. Close reinforcing channels with steel plates to form top and bottom edges. Provide sound insulation filler placed full height in space between reinforcing channels. a. Welding: Conform to applicable standards of American Welding Society for high grade hollow metal work, with exposed beads ground smooth. b. Filling: Use mineral filler sparingly to conceal seams, not for concealing defects in . workmanship. c. Hardware Preparation: Provide concealed rein'forcement of sheet or bar steel to receive hardware for all hardware form templates furnished by the hardware supplier. Drill and tap to template requirements for field installation of hardware. d. Finish: After fabrication and thorough cleaning, bonderize and give all metal surfaces one shop coat of quality primer. e. Frames: Deliver frames with temporary floor spreaders and do not remove until frames are secured in place. Reinforce, drill and tap frames at factory as required to receive hardware, provide metal boxes. Provide three holes in each jamb for silencers. END OF HOLLOW METAL DOORS & FRAMES 08100.5 PART 1 - GENERAL 1.01 General: Section 8700 FINISH HARDWARE 08700 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. Description of Work: 1. General: The work of this Section shall include all labor, materials, equipment and appliances required to provide and install the Finish Hardware work as indicated on the Drawings and specified herein. 2. Work Included: Hardware described in the Hardware Groups specified herein is assigned to the various doors on the Drawings. Items not specifically mentioned, but necessary to complete the work, shall be furnished to match the items specified for similar locations in quality and finish. 1.02 Standards: A. Conform with requirements of Uniform Building Code. 1.03 Quality Assurance: A. Hardware Schedhile: 1. Upon being awarded the Finish Hardware contract, the Finish Hardware Supplier shall submit for approval, three (3) copies of a complete schedule of Finish Hardware required. 2. Schedules must be completely detailed in vertical form including all quantities, stock numbers, finishes, and sizes. List hardware for each opening separately. Schedules in horizontal or coded form are not acceptable. 3. Approval of the Finish Hardware Schedule shall not relieve the hardware supplier of the responsibility of errors or omissions. 08700.1 B. Templates: 3. Keys & Keying: B. Packing and Marking: 08700 4. After the schedules have been approved, make any necessary corrections and send two revised copies to the Engineer for his use during construction. 5. At the completion of the project three copies of as -built hardware schedules, including keying shall be sent directly to the Owner. Carbon copies of the transmittal letter shall be sent to the Engineer. 1. Hardware for application to metal shall be made to template. 2. After receipt of the approved finish hardware schedule, provide hollow metal door and frame manufacturers with two revised copies of the Finish Hardware Schedules and blueprint templates (or template numbers if the manufacturers have template catalogs.) 3. Templates and hardware schedules shall be provided no later than 10 days after approval of hardware shedules. C. Keying Schedule: 1. After receipt of the approved Finish Hardware Schedule, the hardware supplier shall prepare keying schedule. The keying schedule shall then be discussed with the Engineer and Owner of the project to insure all locksets are functionally correct and keying fulfills the desires of the project Owners. Copies of the proposed keying schedule shall be given to the Engineer with all corrections inserted into the proposed schedule. 2. As soon as possible after the key conference, typed copies of the keying schedule shall be sent to the Engineer and to the Owner. 1. All keyed cylinders shall be subject to a new Masterkey system. 1.04 Handling A. All hardware to be furnished with proper fastening devices to coordinate with conditions of the work. 08700.2 PART 2 - PRODUCTS 2.01 Finishes: 2.02 Substitutions: 2.03 Manufacturers: 08700 1. All hardware items to be packed in their original factory shipping cartons. 2. The hardware supplier shall mark each item of hardware individually for each opening as to location of installation in accordance with approved hardware schedule. A. Hardware items shall be supplied in the following finishes. Any deviations from these listed finishes will be called out next to the specific items involved under the hardware groups. Butts Latchsets Deadlocks Push Plates, Pulls Closers Door Stops Kickplates A. Except as listed in the following paragraphs, no substitutions of materials will be accepted unless approved by the Engineer seven (7) days prior to bid opening. B. Catalog cuts or physical samples must be submitted for approval. C. If any hardware items are approved, the Engineer will advise all of the contractors in writing as to which items or manufacturers are accepted as equal. A. Butts: Provide non - removable pins (NRP) for all exterior outswinging doors and on those doors specifically called for under the Hardware Groups. Butts shall be by Stanley Hardware, or approved equal. B. Latchsets: Shall be as manufactured by Best Lock Corporation, or approved equal. 1. Types: US 10B US 10B US 10B US 10B STAT Paint US 10B Plastic C.A.S. 08700.3 • 08700 a. Cylindrical type: Latchsets shall be with functions and designs as indicated in the hardware groups: Provide 2 3/4" back set, unless specified otherwise under Hardware Groups. 2. Latchsets shall be furnished with sufficient strike lip to protect trim. 3. All Latchsets shall have wrought box strikes. C. Closers: Shall be as manufactured by Corbin, or approved equal. 1. Types: a. All closers shall be sized as recommended by the manufacturer's catalog. b. Wind condition should be taken into consideration, and the closer size should be increased accordingly. c. If, after the closers are installed, a larger size closer is required, the hardware supplier shall furnish the larger size at no additional cost to the installing contractor. . Closers shall be guaranteed against mechanical defects for a period of five years. A. Floor. and Wall Stops: Shall be as manufactured by Builders Brass Works, Corp. (BBW), or approved equal. 1. Types: a. Provide stops as listed in the hardware groups. b. Contractor shall provide proper backing for all wall type stops. c. Where wall stops are specified, but cannot be used because of a construction detail, floor stops shall be furnished. E. Kickplates: Shall be as manufactured by Builders Brass Works, Corporation (BBW), or approved equal. 1. Types: Provide 1/8" thick, color as selected (C.A.S.), plastic with full threaded screws, oval' head, counter sunk. 08700.4 F. Silencers: Three silencers, Glynn Johnson (GJ) 64 or 65, as applicable, shall be supplied for each hollow metal door. 2.04 Locations: A. As recommended by A.S.A.H.C., B.H.M. S.D.I., and N.A.A.M.M. All measurements are from floor, except top butt. 1. Butts: - top: 11 3/4" center of butt to top of door - intermediate: equal distance between top and bottom butts - bottom: 13" center of butt to bottom of door 2. Latchsets 40 5/16" to center of strike 3. Deadlocks 60" to center of strike 4. Push plates 45" to center 5. Pull plates 42" to center 6. Door closers as per manufacturers instructions 2.05 Hardware Groups: Refer to door schedule and previously listed instructions for related information concerning following Hardware Groups: HARDWARE GROUPS: HW GROUP #1 - Doors #1 and #2 1 -1/2 Pr. Butts - Stanley #FBB 179 4 -1/2 x 4 -1/2 1 Ea. Deadbolt - Best #6T7L1613 1 Ea. Pull - BBW #47 x 290 3" x 12" Bronze 1 Ea. Push Plate - BBW #47 - 3" x 12" Bronze 1 Ea. Closer - Corbin #DA100 -3 1 Ea. Floor Stop - BBW #F- 8064 - -2X 1 Ea. Kickplate - BBW #37 Plastic HW GROUP #2 - Door #3 1 -1/2 Pr. Butts - Stanley #F 179 3 -1/2 x 3 -1/2 1 Ea. Deadbolt - Best #6T7L1613 1 Ea. Latchset - Best #83K7ON4ASTK613LHRB 2.06 Special Tools: 08700 2. Sizes: Kickplates shall be 10" high x 1 -1/2" less than door width. A. Provide Two (2) sets of any special tools required for installation and maintenance of hardware to the Owner. 08700.5 08700 PART 3 - EXECUTION 3.01 Supplier: A. Finish 'Hardware shall be supplied by a recognized hardware distributor who has been furnishing hardware in the same area as the project for a period not less than 5 years. B. The distributors organization shall employ qualified consultants and locksmiths who are available at all reasonable' times during the course of construction to meet with the Owner, Engineer, or Contractor for hardware or keying problems. C. The supplier shall maintain a stock and parts inventory of all Finish Hardware items supplied for future service to the Owner. 3.02 Contractor: A. The Contractor shall be responsible for proper installation and operation of hardware in location corrections required due to improper installation. B. The hardware supplier shall furnish certification that items specified have been properly installed and are functioning properly. C. Provide for final check and adjustment of Finish Hardware. Instruct Owner in proper maintenance and adjustment of hardware. END OF FINISH HARDWARE 08700.6 PART 1 - GENERAL 1.01 General: Section 9900 PAINTING 09900 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: The work of this Section shall include all labor, materials, equipment and appliances required to complete the Painting work as indicated on the Drawings and as specified herein. PART 2 - PRODUCTS 1. Work Included: The following is a list of the major items of work included in this. Section: 1.02 Quality Assurance:, 2.01 General: a. All exposed interior and exterior metal that is not prefinished, including all hollow metal doors and frames, flashing, gutters and downspouts. b. All interior wood and trim. c. All exterior wood, including siding and trim. Work Excluded: The following is a list of the related items of work not included in the Section: a. Prefinished materials, including factory finished equipment. A. General: Preparation and application of materials shall be in strict accordance with the paint or stain manufacturer's recommendations. B. Submittals: Submit duplicates of color chips for each type of paint and stain prior to ordering material, for approval and selection by the Engineer. A. All paints and materials shall be•the standard product of one of the manufacturers listed. Where only one manufacturer is listed, the particular product specified shall be used, unless otherwise approved by the Engineer. 09900.1 B. Touch -up factory finish paint on in -place building components furnished and installed by others to match original. 2.02 Materials: A. Paint: All paint, unless specified otherwise, shall be the standard product of one of the following manufacturers: PART 3 - EXECUTION Cowman - Campbell Paint Co. E. I. Dupont Co. Glidden Co. Parker Paint Mfg. Co. Pittsburgh Paint Co. Pratt & Lambert Co. Sherwin - Williams Co. 09900 Paints of other manufacturers may be substituted at the approval of the Engineer. 1. Metal: Semi -Gloss Oil Base Enamel. B. Stain: Shall be semi - transparent oil base stain and wood preservative as manufactured by Darworth.Co., or approved equal. C. Miscellaneous Materials: Miscellaneous materials such as linseed oil, thinners, turpentine driers, colors, paste fillers, etc., if any, shall be the product of the same manufacturer of the paint used for this project. Such materials as are not manufactured by the paint manufacturer shall be of the best grade available; approval for use of such materials must be obtained from the Engineer before being used. G. Colors: All colors shall be as directed by the Engineer. Undercoats shall be of slightly different color to permit identification. All colors shall be incorporated into the paint at the plant. No color mixing will be permitted at the job site unless specifically allowed by the'Engineer. 3.01 General: A. All materials to be delivered to site in unopened containers bearing the manufacturer's label specifying the name and the quality, grade and description of the contents. The materials shall be applied in strict accordance with the manufacturer's directions, and they shall not be reduced or adulterated except as specified 09900.2 • 3.02 Surface Preparation: A. Interior Wood Trim (Not Prefinished): Shall be sanded and dusted clean. Nail holes, cracks, or other defects, shall be carefully puttied. Use putty compatible with type of stain to be used. B. Primed Metal: Shall be cleaned of grease, oil, dirt, or dust, rust, scale, and defective paint shall be removed by scrapers, wire brush or other approved means. Final cleaning shall be done not less than 30 minutes nor more than 5 hours prior to application of paint. C. Wood Siding and Trim: Remove all dirt, mildew, or other contamination and loose wood fibers. Also remove any pencil marks, grade stamps or other discolorations. The surface must be clean and dry. 3.02 Paint Schedule: Surface Material Coverage Rate Interior Wood Trim Stain 1 Coat (Not Prefinished 200 SF /Gal and Cut Ends) Lacquer 2 Coats Metal Wood Siding Stain 2 Coats & Trim 250 SF /Gal 3.03 Protection: 09900 herein or directed and then only in accordance with the manufacturer's directions. Primer Touch -up Finish 2 Coats MDF 1.4 Mil A. Take necessary precautions to protect this work and work of other trades. Furnish and place sufficient drop cloths to fully protect all parts of the work during execution of this contract. The Contractor shall be held fully responsible for paint droppings. Paint droppings shall be entirely removed, or damaged surfaces shall be repaired in a manner acceptable to the Engineer. 3.04 Cleaning: A. All rubbish, waste or surplus materials shall removed from time to time, and all woodwork, hardware, floors, 09900.3 B. Skylights shall have all paint spots and brush marks removed, and upon completion of the painting work, shall be washed and polished, on both sides. Skylights that are scratched or damaged by the painter's work shall be replaced as specified under the Skylight Section. C. Hardware and other unpainted metal surfaces shall be cleaned, using lacquer thinner or paint remover. No edged tools or abrasives will be permitted. The use of thinners and solvents on hardware or other -finished materials shall be done with care so as to avoid possible damage or removal of protective coatings or finishes. or other adjacent work Shall :be oleanedup when so 'directed. A. No work will be accepted which shows laps, •stains, flat or g spots or imperfections in surface over which paint or other finish is applied. The Engineer shall have the right to .reject all work which is unsatisfactory and to require the Contractor to replace such work at the expense of the Contractor. END OF PAINTING.. 09900 09900.4 PART 1 GENERAL B. Description of Work: PART 2 — PRODUCTS 2.01 Materials: PART 3 - EXECUTION 3.01 Installation: Section 9950 FRP WALL PANELS 09950 1.01 General: A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. 1. General: The work of this Section shall include all labor, materials, equipment and appliances required to complete the FRP Wall Panel work as indicated on the drawings and as specified herein. C. Storage: Panels shall be stored indoors, protected from weather and exposure to sunlight. Prior to installation, panels shall be re- stacked on solid flat surface to minimize package distortion. A. FRP Panels: Shall be.KEMPLX frp surfaced panels as manufactured by Dyrotech Industries, Inc, or approved equal. 1. Panel thigkness to be 1/2" in 4' x 8' sizes. 2. Color shall be Soft Beige 70. B. Accessories: Provide moldings, fasteners and sealants as required for complete installation. A. Install FRP Panels in strict accordance with "Installation Guide" as provided by manufacturer. END OF FRP WALL PANELS 09950.1 PART .1 - GENERAL 1.01 General: Section 10160 TOILET PARTITIONS 10160 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: The work of this section shall include all labor, materials, equipment and appliances required to complete the Toilet Partition work as indicated on the drawings and as specified herein. C. Work Included: The work of this Section shall include the following items: 1.02 Submittals: A. Shop Drawings: Contractor shall submit three (3) copies of shop drawings to Engineer for approval indicating dimensions, fabrication details and installation details. B. Colors: Contractor shall submit samples of manufacturer's 'standard colors for selection by Engineer PART 2 - PRODUCTS 2.01 Materials: 1. Toilet partitions, urinal screen and associated hardware. (Does not include any doors) A. Toilet Partition: Shall be "POLY -MAR HD" floor mounted with overhead bracing, solid plastic toilet partitions, as manufactured by Santana Solid.Plastic Products, or approved equal. B. Urinal Screen: Shall be "POLY -MAR HD ", floor supported, solid plastic urinal screen, as manufactured by Santana Solid Plastic Products, or approved equal. 10160.1 PART.3 - EXECUTION' 10160 3.01 Installation: A. General: Inspect surface to which toilet partition door are to be attached. Notify General Contractor of any unsatisfactory conditions detrimental to the installation of the work. Commencement of the work will constitute acceptance of the surfaces by the Installer. END OF PARTITIONS : 2 • Install partitions and screen in locations shown on Drawings in accordance with manufacturer's recommendations." Provide all miscellaneous hardware and fittings necessary for complete installation of partitions and screen. PART 1.- GENERAL PART 2 - PRODUCTS 2.01 Materials: Section 10800 BATH ACCESSORIES 10800 1.01 General: A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: 1. General: The work of this Section shall include all labor, materials, equipment and appliances required to complete the Bath Accessories work as indicated on the Drawings and as herein specified. C. Submittals: Submit three (3) copies of shop drawings or Manufacturer's literature for all items of this section for Engineer approval. A. Mirrors: Shall be McKinney 140, 18" x 24" instituitional metal mirror, or approved equal. (4 required) B. Toilet Tissue Dispenser: Shall be supplied by Owner (To•be installed by Contractor). C. Waste Receptacle: Shall be McKinney 1636, or approved equal. (4 required) D. Toilet Grab Bars: Shall be McKinney 9703 Type F 42" and 9703 Type F 36", or approved equal. (4 ea. required) E. Hand Dryer: Shall be McKinney 1050R, or approved equal. (2 required) F. Paper Towel Dispensers: Shall Be McKinney 610, or approved equal. (2 required) 10800.1 PART 3 - EXECUTION 3.01 Installation: 10800 A. Installation: Installation of all bath accessories shall be in strict accordance with manufacturer's written instructions and approved shop drawings. . Location:. Bath Accessories shall be installed at locations shown on plans at heights as required in the Washington State Regulations for Barrier Free Facilities PART 1 - GENERAL 1.01 General: A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: The work of this Section shall include all labor, materials, equipment and appliances required to complete the Mechanical work as indicated on the Drawings and /or as specified herein. 1. Mechanical Contractor shall be responsible for locating all openings required in building construction. . 2. Mechanical Contractor shall be responsible for proper "rough -in" on all equipment to which he makes connection. C. Associated Mechanical Work: 1. Work done by others in connection with the Mechanical work shall be done under the Mechanical Contractor's supervision and direction as required. 2. The Mechanical Contractor is responsible for the adequacy and timing of his instructions. D. Drawings: Section 15000 GENERAL PROVISIONS - MECHANICAL 15000 1. The drawings are to some extent diagrammatic and do not attempt to show exact details. 2. Verify all measurements and connections on the job, and check vertical clearances. 3. Refer to the Architectural, Structural, and Electrical plans and specifications for other details of the job affecting the mechanical work. 4. When discrepancies occur between plans and specifications, the Engineer will determine which takes precedence, and the Contractor shall perform the selected requirement without additional cost. 15000.1 1.02 Quality Assurance: A. Ordinances and Permits: 1. Follow local and state requirements for all work. B. Workmanship: C. "Or Approved Equal ": 1. Items of equipment or material designated in the plans or specifications by use of a specific manufacture and number are so noted to indicate a standard of design, and are not necessarily intended to be restrictive. 1.03 Submittals: A. General: 2. Laws, codes, and ordinances take precedence over the plans specifications. 3. Take out and pay all permits and inspection fees required for the work. 1. All equipment and materials shall be new, latest model, and of the best quality. 2. Install all equipment and material in good workmanlike manner, in accordance with the Manufacturer's recommendations or instructions, and following the best practices of the trade. Where a substitution is proposed, the Engineer shall be the sole judge of its acceptability. a. If the equipment selected by the Contractor varies in dimensions from the details on the drawings, the Contractor shall submit a drawing of the space, accurately to scale, showing all such equipment. This shall apply to both plans and sections. • 15000 1. The Contractor shall submit three (3) copies of submittals and lists for approval within 14 days after contract is let. . Include in the order listed, items so designated throughout specifications. Submit complete bound copy at one time. Partial lists not considered. 15000.2 • PART 2 - PRODUCTS 2.01 General: PART 3 - EXECUTION 3.01 General: 15000 4. Except as otherwise specified or shown, all material and equipment shall be standard catalog items of the Manufacturer. B. Submittals: Before ordering, submit an itemized list of the following equipment, including Manufacturer's specifications: 1. Plumbing Fixtures A. Orders For Materials: Fixtures or equipment shall hot be placed by Contractor until approval is obtained from Engineer in writing. Verbal approval will not be considered final. B. Material and equipment stored on site shall be suitably protected against weather, corrosion and dirt. A. Interference: Mechanical. Contractor shall coordinate the installation of his work with other contractors to eliminate conflicts and interference. B. Temporary Utilities: 1. Water: Make water available for Contractor use during construction. Water shall be paid for by Owner. 3.02 Testing, Balancing and Inspection: A. Testing: 1. Pressure Testing: Mechanical Contractor shall be responsible for pressure testing of domestic water supply system. Piping shall be tested with water .at a pressure of 50 psig higher than line pressure but not less than 150 psig for 8 hours. Any defects shall be corrected and tests repeated. 2. Sanitary Testing: Mechanical Contractor shall be responsible for sanitary testing of domestic water supply system. Pipelines shall be sterilized with chlorine in an amount to provide a dosage of not less than 50 parts per million. After a contact 15000.3 B. Inspection: Mechanical Contractor shall conduct a complete final inspection of all mechanical systems and equipment. He shall operate all systems and equipment to verify that all are functioning as intended. He shall make any repairs or replacement necessary to insure a complete and operational mechanical system as shown on the Drawings and as specified herein. 3.03 Documentation: A. Guarantees: 1'. Make complete mechanical installation, connecting to equipment shown on the plans, or called for in the specifications. 15000 period of not less than 8 hours, system shall be flushed with clean water until residual chlorine content is not greater than 0.2 part per million. Sanitary test samples shall be taken in accordance with King County Health Department regulations. Re- sterilization will be required when unsatisfactory samples are encountered. 2. All work, material, and equipment to be free of defect. 3. Without cost to Owner, correct all defects and failures discovered within one year from date of final acceptance; except when, in the opinion of the Engineer, such condition is due to neglect or carelessness of the Owner. . The guarantee of the Mechanical Contractor is independent of shorter time limits by any manufacturer of equipment he has furnished. 1 5. Make all necessary adjustments during first year of operation. 6. The presence of an inspector during any construction does not relieve the Contractor from reponsibility for defects discovered after completion of the work. B.. As -Built Drawings: At completion of job, submit one set of blue or blueline prints on which the Mechanical Contractor has drafted deviations from the original plans for concealed lines. 15000.4 3.04 Protection and Cleaning: Protect all equipment from damage and against rust and dirt during progress of the job; END OF GENERAL PART 1 - GENERAL 1.01 General: A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: The work of this Section shall include all labor, ' materials, equipment and appliances required to complete the Plumbing work as indicated on the Drawings and as specified herein. 1. Work Included: The Plumbing work shall consist of all interior piping and fixtures, which include the following major items of work: PART 2 - PRODUCTS 2.01 Materials: A. Water Supply System: 1. Building Piping Material: a. Aboveground: copper. • Section 15400 PLUMBING Cold water supply piping; Waste and vent piping; Insulation of pipes; Plumbing fixtures as scheduled. 15400 ASTM B -88•, Type "L" hard . Wrought copper fittings. Bend piping with Senna Bender where practical. c. Underground: ASTM B -88' Type "K" or "L" copper. d. Solder: Silver alloy solder for buried piping; 50 -50 tin -lead solder for aboveground ▪ Brass I.P.S. nipples for fixture connections. • Use insulating unions where joining dissimilar metals. 1.5400:1; B. Drainage and Vent Piping: 1. Drain, Waste and Vent Material: Acrylonitrile- butadiene- styrene (ABS) drain, waste and vent pipe and fittings conforming to ASTM D 2661. C. Pipe Insulation: Shall be 1" thick Fiberglas ASJ /SSL- II Heavy Density One -Piece Pipe Insulation with All Service Jacket/ Double Self Sealing Lap as manufactured by Owens /Corning Fiberglas Corp., or approved equal. D. Plumbing Fixtures: 1. General: a. Obtain exact locations from Architectural plans. Mounting heights of fixtures shall be in accordance with the Washington State Regulations for Barrier Free Regulations. b. Stop valve for each water connection for each 'fixture, including sinks, except where integral stops are specified. c. Where trim or rough is not specified, furnish as necessary for the completion of the job, and of the same quality as specified elsewhere. d. All fixtures shall be white, acid- resisting enameled cast iron, unless noted otherwise. e. All trim chrome - plated. f. Escutcheon plates for exposed lines thru walls and floors. g. Install wall carrier fittings where specified and as required for wall mounted fixtures. Where special wall carriers are not specified, use carriers or hanger clips furnished as standard for the particular fixtures. Provide backing. h. Install as specified and connect to equipment furnished by others. i s Where not otherwise specified, P -traps shall be 17 gauge tubing, chrome- plated. Each trap plainly stamped with manufacturer's mark and gauge .of .trap. Lavatory traps - 1 1/2" 17 gauge chrome - plated. 15400 15400.2 PART 3 - EXECUTION 3.01 Installation: 2. Fixtures: 15400 a. P -1 Wall Hung Lavatory Regalyn Wall Hung Lavatory, Model 4869.012 with Heritage centerset lavatory faucet, Model 2103.137, by American Standard, or approved equal. b. P -2 Water Closet Neolo Toilet with Integral Seat, Model 2531.011, by American Standard, or approved equal. Flush valve shall be Sloan Royal #144, or approved equal. c. P -3 Urinal Allbrook Water Saver, Model 6540.017 by American Standard, or approved equal. Flush valve shall be Sloan Royal 180-1.5, or approved equal. d. P -4 Floor Drain Model ZN -415 floor and shower drain by Zurn Industries, Inc., or approved equal. e. P -5 Floor Cleanout Model Z- 1455 -2 Dura - Coated floor cleanout by Zurn Industries, Inc., or approved equal. f. P -6 Hose Bibb Model 24C anti - contamination wall faucet by Woodford, or approved equal. g. P -7 Drinking Fountain Saratoga Drinking Fountain, Model 8310.120 with integral strainer and wall hangers by American Standard, or approved equal. A. Installation: Installation of plumbing items and fixtures shall be in accordance with Section 15000, General Provisions Mechanical and the Uniform Plumbing. Code. Provide all miscellaneous materials and accessories necessary for complete and operational plumbing system. END OF PLUMBING. 15400.3 PART 1 - GENERAL 1.01 General: PART 2 - PRODUCTS 2.01 Materials: PART 3 - EXECUTION 3.01 General: Section 16890 ELECTRIC HEATER .END OF.ELECTRIC HEATER 16890 A. Related Documents: The General Provisions of the Contract, including the General and Special Conditions shall apply to the work specified in this Section. B. Description of Work: The work of this Section shall include all labor, materials, equipment and appliances required to complete the installation of the Electric Heater as indicated on the drawings and as specified herein. A. Electric Heater: Shall be Model No. FHW- 1758, .750 Watt, Electric Wall Heater with built -in thermostat, as manufacturered by Emerson - Chromalox, or approved equal. B. Other Material: All other materials not specifically described, but required for a complete and proper installation, shall be as selected by the Contractor subject to the approval of the Engineer. A. Installation: Install Electric Wall Heater as indicated on drawings and installation shall be in strict accordance with manufacturer's recommendations. Electric Wall Heater shall be install a minimum of 60" off 'the floor. APPENDIX Calculated Coordinates Test Pit Locations and ` Logs Standard Plans Type 1 Catch Basin Inlet Type 2 Catch Basin with Flow Restrictor Oil Separator ► Cleanout/Shear Gate Vaned Grate for Catch Basin and Inlet 9ST SST 2 I L9T OLI ELT ggq LSI ...tSI 891 .: ILi 9f �EI POINT NUMBER NORTH EAST DESCRIPTION 4824.176 4492.254 4492.108 4824.107 4545.821 4553.905 4742.411 4556.899 4365.399 4550.087 4748.399 4525.038 4462.830 4513.014 4538.646 4526.622 4511.291 4499.312 4492.121 4496.121 4550.756 4495.765 4537.762 4485.148 4515.148 4584.133 4492.113 4516.946 4604.603 4561.613 4543.102 4681.069 4639.162 4616.145 4678.906 4723.955 4727.510 4697.290 4756.595 4813.097 4818.106 4776.282 4773.177 4740.842 4761.903 4613.409 4726.341 4588.717 4655.197 4609.803 5505.560 5509.050 6028.918 6028.145 5543.522 5647.123 5580.298 5771.634 5713.947 5855.255 5829.321 5928.910 5866.667 5940.927 5942.525 5954.543 5969.865 5983.619 5981.205 5981.206 5863.046 5877.122 5926.734 5900.011 5900.020 5938.703 6011.056 5975.524 6063.230 5969.658 6001.694 5984.680 5835.452 5980.639 5976.978 5988.696 5981.529 6042.445 5989.236 6028.171 6028.159 5980.744 6025.637 5954.654 5933.290 5895.395 5898.226 5896.003 6041.538 5910.684 PROPERTY CORNER PROPERTY CORNER PROPERTY CORNER PROPERTY CORNER START OF CURVE P.R.C. RADIUS PT - 200 & 245 FT P.R.C. RAD PT - 155, 200 & 208 FT P.R.C. RAD PT - 192, 200 & 245 FT P.T. RADIUS PT - 88 FT ANGLE PT ANGLE PT ANGLE PT P .C. P.R.C. END OF CURVE RADIUS PT - . 4 FT START OF CURVE P.C.C. RADIUS PT - 65 FT END OF CURVE RADIUS PT - 30 FT RADIUS PT - 30 & 38 FT START OF CURVE P.C.C. RADIUS PT - 124 & 132 FT P.R.C. RADIUS PT - 37 FT P.R.C. RADIUS PT - 147 & 155 FT P.C.C. P.R.C. P .R.C. P.R.C. RADIUS PT - 60 & 68 FT P.R.C. END OF CURVE START OF CURVE P.R.C. RADIUS PT - 40 & 45 FT RADIUS PT - 30 & 38 FT P.C.C. P.C.C. P.R.C. P.R.C. RADIUS PT - 152 & 160 FT P.R.C. 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 189 190 191 192 193 194 19.5 196 197 198 199 4615.883 4611.154 4617.554 4773.157 4776.558 4778.100 4795.563 4836.927' 4807.119 4793.119 4793.116 4807.116 4776.473 4771.522 4772.753 4756.858 4754.671 4757.158 4766.195 4772.910 4768.970 4808.572 4813.438 4752.131 4804.138 4809.138 4969.138 4804.165 4758.171 4758.165 4809.165 4755.172 4755.165 4537.487 4493.637 4537.486 4482.161 4537.495 4691.171 4679.169 4691.169 4666.524 4611.170 4579.166 4611.166 4579.159 4644.024 4586.165 4616.357 4611.169 4586.166 4586.165 4624.524 4589.164 5904.048 5965.422 5971.750 5974.649 5976.754 5947.178 5891.911 5935.374 5938.185 5938.183 5964.183 5964.185 5911.492 5906.217 5910.022 5909.097 5916.219 5913.086 5926.302 5924.114 5923.421 5832.919 5831.767 5846.275 5794.901 5794.902 5794.922 5589.556 5543.550 5589 5589.557 5535.550 5589.550 5535.521 5514.930 5543.523 5510.784 5478.523 5543.541 5555.540 5555.541 5545.538 5545.531 5577.527 5577.531 5632.883 5552.535 5610.383 5552.532 5552.531 5577.528 5582.716 5555.533 5590.883 RADIUS PT 9 FT P.R.C. RADIUS PT - 9 FT P.R.C. RADIUS PT - 4 FT P.R.C. P.R.C. RADIUS PT - 60 & 65 FT CORNER CORNER CORNER CORNER P.R.C. P.R.C. RADIUS PT - 4 FT P.R.C. P.R.C. RADIUS PT - 4 FT P.R.C. P.R.C. RADIUS PT - 4 FT P.R.C. P.R.C. RADIUS PT - 58 & 63 FT P.T. P .T. RADIUS PT - 160 & 165 FT P.C. P.T. RADIUS PT - 46 FT P.C. P.T. RADIUS PT - 54 FT P .C. END OF CURVE P.C. END OF CURVE RADIUS PT - 57 & 65 FT P.C. END OF CURVE RADIUS PT - 12 FT END OF LINE P.C. P.T. RADIUS PT - 25 & 32 FT END OF LINE MIDPOINT OF LINE MIDPOINT OF LINE ANGLE PT P .C. P.T ANGLE PT P .C. P.T 200 201 202 203 204 205 206 207 208 . 209' 210 211 212 213 214 215 216 217 218 219 220 4616.519 4589.157 4569.495 4593 045 4564.559 4564.703 4581.446 4482.006 4489.444 4489.505 4490.084 4497.638 4490.145 4511.491 4513.811 4503.436 4494.880 4494.644 4493.814 4484.581 4493 578 5582.885 5645.528 5673.839 5669.211 5773.942 5885.176 5880.085 5569.497 5561.936 5569.436 556 5569.753 5569.430 5662.158 5758.655 5833.603 5841.090 5832.093 5841.118 5832.357 5832.121 RADIUS PT -.28.5 FT START OF CURVE P.R.C. RADIUS PT'- 24 FT P.R.C. P.C.C. RADIUS PT - 17.5 FT START OF CURVE P.T. RADIUS PT 7.5: FT P.C. P.R.C. RADIUS' PT. 7.5 FT P.R.C. P.R.C. P.R.C. P.T RADIUS P .C. END OF RADIUS 9 FT PT - CURVE PT - . FT •1- 116241q 19, 1991 Collor Wall 0 • 91 1 '! E i j 95 Q 5 3 x 3 5 95 5 ' g ♦� s� r oo v c rar.T7 fir f/ -- st a...mcwonsp■m■mw liqi P � 3 3 Creative Engineering Options INC. ic Geaecflr* ai Engineers. Gedogists b Ernlronmertal SdertKts C 53rd Avenue S Picnic S e r TEST PIT LOCATION PLAN Foster Park f il'esso an roe H° nt O. M.• f i=4S. ...r C. or Tu CV. n +x 3. fw.{A . • .yC - u - 1 I • a Ya��a "41l 1 1 4 r- - -- Plate 2 MAJOR GVIS ONS SOIL CLASSIFICATION • GENERALIZED GROUP DESCRIPTIONS Coarse Grained Sod; More than 50% Material Wirt than No 200 Sieve Size Gravel And Gravely Sods More plan 50%coarse Fraction Retanect on No 4 Clean Gravels (lace or no fries) Is w w w w w " A ^ A " w •• GW Wet - Graded Gr Gravel • Sand Matures, Lace or r No No Fries . . GP Poory -Graded Gravels. Gravel - Sand Matures, Late or No From Gravels with Fines (appreciabe amount of Ma( 0 to 2 2 to 4 to 6 8 to15 15 to 30 over 30 GM Say Gravels, Gravel • Sand - Sit Matures J GC Matur Gravels, Gravel •Sand • • 33 41 Clean Sand Irate or no fins I I �'•'• �'• • """"•- ftirtir • ,t ;t ;� SW SP Wel • Graded Sands. Gravely Sands. Line or No Fines Poony•Graded Sands.Gravely Sands, Lae or No Fines Sands with Fines appreciable amount of fries) ` <' F.. i < :f'�•' i'' SM Say Sands, Sand • Sit Matures Clayey Sands, Sand • Clay Matu,es Fine Saauned More than 50% Materur No 2 0 Sine Sam Silts rid Liquid Lott ClaYs Less than 50 ML Inorganic Sits 6 Very Fne Sands, Rock Fleur, Silty- Clayey Fne Sands, Clayey Sam w /Sight Plasticity CL �ly S « andy yC C tu uys , Silty u Clays • Lean i r • I , r r OL vI 'r Organic Sits and Organic Sty Clays of low Plastcty its S ind Loud Umt Clays Greater Oran 50 MH InaganC Sits. Micaceous or Datomaceous Fne SandaSty Son / / /JJJ CH � , Inagan High Floury, , Fat C CN-I Organic Clays of to High Fsastcry, Organic Silts H Organic Son y ga ' :'�•� •• • PT •••••• Pew, Humus. Swamp Sots wntt Hign Organic Contents Topsoil r r r A .i• Humus and Duff toyer fill � • • • Hghy V a r i a b l e Constituents COHESONIESS SORSIa) COHFSME Sdtslbl Density ICI N tkrasn'tICI Ream D MI Consistency N ttwws/t c) Uncraned she 1dI fRal SAY 0 to 4 4to10 10 to 30 30to50 over50 0• 15 15.35 35 • 65 65. 85 a85 YAINO 0 to 2 2 to 4 to 6 8 to15 15 to 30 over 30 § -fr COMPONENT SIZE RANGE Doublers Above 12 in Cobbles 3 in to 12 In Gravel Sin to No 414 76mm) Coarse gravel 3 to to 3/4 in Fne gravel 3/4 in. to No 4 (4 76mm) Sand No 4 (4 76mm) to No 20010 074mm) Coarse sand No 4 (4 76mm) to No 10 (2.0mm) Medium sand No. 10 (2 Omm) to No 40 (0.42mm) Fne sand No 4010.42mm) to No 200 (0 07mm) Sit and Clay Smaller than 0 200 (0 07rmm) DESCRIPTWE TERMS • RANGE OF PROPORTION Trace 0.5% Late 5.I2% Some or Pdjectrre (a) 12 • 30% And 30.50% Unified Soil Classification System Noes: Dual symbols are used to indicate baderine sal ctassfcation. Upper case leer s/ncoh designate sample ctaui icsoo u based upon Ireoratory testing; over case letter symbols designate ctasulkabons na vented try tabaatay testng Relative Density or Consistency Utilizing Standard Penetration Teat Values a) Sass conseang ci gravel, sand, and sit, ether sepnaey or n cornb,rsaoon. possessing no ctwact nsocs err plasndy, and e laCersg Waned behaAOf. b) Sass possessing the characteristics ct plassory. and wits eng unclaimed behavior. c) Resin to tee of ASTM D 1566.64 Iona demon of N: in nomsary Cortndtrdited colsesionless soils Relalse Densry gems we based on N values corrected for avetcurden pressu es d) Undraped Vex strength • 1/2 unconfined compression wwengnn. Creative Engineering Options INC. CEO s.o► v Geaedtrtical Engineers. Geologists L tiswaimer pal Sdentlsts The Discussion In The Text Of This Report Is Necessary For A Proper Understanding Of The Nature Of The Material Presented In The Attached Logs Component Definitions by Gradation Descriptive Terminology Denoting Component Proportions P SS HD SH PIT a C Notes V WATER LEVEL (DATE) ■ WATER OBSERVATION WELL is TORVANE READING, tsf qu PENETROMETER READING, tsf W MOISTURE, percent of dry weight pcf DRY DENSITY, pounds per cubic ft LL LIQUID LIMIT, percent P1 PLASTIC INDEX LEGEND Foster Park Samples Sampler Pushed Sample Not Recovered SPT Sampler (2 0' 00) Heat Duty Split Spoon Shelby Tube Pitcher Sampler Buk Cored Plate 7 — «» Y , SP SM , Sp Brown silty SAND, moist, medium dense, little rounded gravel. (Fill) ' . --SM - %Lr & SM Gray to gray -brown silty SAND, moist, medium dense to dense with little rounded fine to coarse gravel, occasional pieces of small tree root. (Fill) Gray -brown silty SAND, wet to saturated, loose to medium dense. (Fill) Test Pit terminated at 9.0 feet below existing grade. Ught groundwater seepage encountered at 6 ft. during excavation 10 - is BOH Brown silty fine to medium SAND, moist, dense, little rounded fine to medium r.<•s >•.., >: SM gravel. G f {.?:• ,.;•:.::;. 13.9 BOH Test Pit terminated at 6 feet below existing grade. No groundwater seepage encountered. - r ti�ti1ti.ti01:o ▪ •r.. / .r 10 0‘.....1.-101.0 • rsr•r•r•r•r+ SP SM , Sp Brown to gray-brown fine to coarse SAND. wet, loose to medium dense, little gravel, chunks of concrete asphalt to - 24 -Inch size, pieces of brick, - 2 Inch thick layer of leaves at 6 to 9 Inch depth. (Fill) Gray -black SAND, wet, loose (Fill) ' . %r:f s €$ /. CCBA " "" SM Gray -brown silty SAND, wet to saturated, loose to medium dense. (Fill) Test Pit terminated at 9.0 feet below existing grade. Ught groundwater seepage encountered at 6 ft. during excavation 10 - is BOH Depth (ft.) Symbols 0 5 10 15 Logged by: GM Date: 5/6/91 Logged by: GM Date: 5/6/91 Creative Engineering Options INC. maul Geotedrrcat Engineers. Geologies & &Mramaral Scissile; • Test Pit No. `i . Soil Description 'Test pit elevation determined by interpolation between contour lines shown on a Site Plan by Irwin Engineering, dated 4/1J91, sheet 1 of 1, job #9829. Test Pit No. 2 TEST PIT LOG Foster Park Elevation: 122.5 feet* W(%) Elevation: 118.0 feet subsurfars conditions depicted represent our observations at the Urns and location of this exploratory hole, modified by engineering tests, analysis, and judgement. They an not necessarily reprosentative of other times and locatlone. We cannot accept reepatisbltty for the use or interpretation by others of information presented on this log. Plate 8 01.1192/Itay 19,1091 _ y �� k<� Brown to gray -brown silty SAND, moist, medium dense, little rounded gravel, contains cobbles, asphalt chunks, and small boulders. (Fill) SM '0:: Gray -blue silty SAND, moist to wet, medium dense, little rounded and angular — '" f'' '' SM fine to coarse gravel. _ ' _ Yellow -brown silty fine to medium SAND, wet, dense, little rounded fine to medium gravel. BOH Test Pit terminated at 8 feet below existing, grade. . – Test Pit terminated at 8.5 feet below existing grade. No groundwater seepage encountered. No groundwater seepage encountered during excavation, • '` . V ; Dark gray, brown and gray -brown intermixed fine to coarse SAND and silty SAND, moist, medium dense, with asphalt pieces and concrete chunks to - 24-inch size. (Fill) SP SM — �• •.�. _ ' SM Yellow -brown silty fine to medium SAND, wet, dense, little rounded fine to medium gravel. BOH – Test Pit terminated at 8.5 feet below existing grade. No groundwater seepage encountered during excavation, Depth (ft.) Symbols 0 5 10 15 0 5 1 15 Logged by: GM Date: 5/6/91 Test Pit No. 3 Soil Description Elevation: 127 feet W( %) Logged by: GM Date: 5/6/91, Creative Engineering Options INC. 4- E ^ Geatedsnical Engheors. Gealoghts i Envirorxnerrai sdenusa • Test Pit No. 4 TEST PIT LOG Foster Park Elevation: 130,5 feet Plate 9 1.1.1 '.�ti ti SWAA1. ▪ J•J•r.e.e. .r.J•J•J•J %.10,.....1006".10,0%.%. ▪ J•J•J•J•J•J•J•J•J•J•J ,1'1'1'S'1'ti'1'1'1'1'ti' 17: .1.7.%7 %;% ;%;% ;% S�ti ti ti ti t1% •J•J.J•J•J•J•r.e.o.e•r.r•J• r:l rr;rr.r:f r r:r:r =r .. : , J r- e- r.r1J.J.J.r- r -r-e." " Brown fine to coarse SAND, moist, medium dense, little silt, little rounded fine to coarse gravel and cobbles. becomes dense at - 2 feet Brown fine to coarse SAND, moist, dense, little rounded fine to coarse gravel 9.8 11.1 BOH Test Pit terminated at 7 feet below existing grade. SP becomes very dense at - 4 feet. _ No groundwater seepage encountered during excavation. 8.5 _ BOH Test Pit terminated at 9 feet below existing grade. No groundwater seepage encountered. 1.1.1 '.�ti ti SWAA1. ▪ J•J•r.e.e. .r.J•J•J•J %.10,.....1006".10,0%.%. ▪ J•J•J•J•J•J•J•J•J•J•J ,1'1'1'S'1'ti'1'1'1'1'ti' SP Brown fine to coarse SAND, moist, medium dense, little silt, little rounded fine to coarse gravel and cobbles. becomes dense at - 2 feet 9.8 BOH Test Pit terminated at 7 feet below existing grade. _ No groundwater seepage encountered during excavation. Depth (ft.) Symbols 0 5 10 15 0 5 10 15 Logged by GM Date: 5 /6/91 Test Pit No. 5 Soil Description Elevation: 140 feet W ( %) Logged by: GM Date: 5 /6/91 CEO Creative Engineering Options INC. Geotectrrnl Engheers. Geologists /. rtnMar ne *ale Sda+I&% Test Pit No. 6 TEST PIT LOG Foster Park Elevation: 134 feet Plate 10 " ?'s SM Brown silty SAND, moist, medium dense. (Fill) „; { <' > %^ ^Y''`'`'" SF SM Gray -blue to black, organic silty fine to coarse SAND, moist, medium dense, intermixed pockets of root matter, little rounded fine to coarse gravel, cobbles - strong organic odor. (Fill) 11.1 BOH SM ; 8.5 " Hole halted due to caving. BOH Test Pit terminated at 11 feet below existing grade. Light groundwater seepage encountered at 8 feet during excavation " SM Gray -brown silty fine to medium SAND, moist, dense, little rounded fine to coarse gravel and cobbles to - 18-inch size. (Fill) 1-inch diameter water line at 2 -1/2 feet Light gray to light brown fine to coarse SAND, moist, dense, little silt, little rounded fine to coarse gravel and cobbles to - 18 -Inch size. Test Plt terminated at 5feet below existing grade. No groundwater seepage encountered during excavation. .ti.ti. ofeeo . } °r'r .aell. e •e. SF SM 5 10 15 BOH i Logged by: GM Date: 5/6/91 Depth (ft.) Symbols 0 5 10 15 Test Pit No, 7 Soil Description Elevation: 131 feet W ( %) Logged by: GM Date: 5 /6/91 Test Pit Noe 8 Elevation: 127.5 feet CEO Creative Engineering Options Geotednical Engivers. Geo ogkli & &Mimmen al sdentt .: TEST PIT LOG' Foster. Park Plate Depth (ft.) Symbols 0 10 15 Logged by: GM Date: 5/6/91 Creative Engineering.Options .•1..sss■• Geotechnical r +,eery ckaogius c Emilu. ua*M scientist Test Pit No 9 Soil Description • TEST PIT LO ,Foster -Perk= Elevation: 116.5 feet • W ( %) Plate 12 •3 bar.eoch corner •3 bar. each . side •3 bar each way MIMI aims minis Frame and grate (See Standard Plan for details) 6' Riser Section The bottom of the precast base section may be rounded. Precast bases shall be furnished with cutouts or knockouts. Knockouts shall have a wall thickness of 2' minimum. 12' Riser Section ^i- Precast Base Section . Measurement at the top ' ''' 4 4 , Cof the base Notes: Catch Basins to be constructed in accordance with ASTM C 478 (AASHTO M 199)& ASTM C 890 unless otherwise shown on plans or noted in the Standard Specifications. As an acceptable alternate to rebor. welded wire fabric having a minimum area of 0.12 square Inches per foot may be used. Welded wire fabric shall comply to ASTM A 497 (AASHTO M 220. Wire - fabric shall not be placed in the knockouts. Knockouts nay be on all 4 sidos with.maximum diameter of 20'. Knoc tout s may be either round or '0' shape. Pipe t•. be installed in factory supplied knockouts. Knockout o 7, cutout hole she Is equal to pipe outer diameter plus catch basin wall thickness. The maximum depth from the finished grade to the pipe invert Is 5'-0'. The ta;.er on the sides of the. precast base section and riser section shall not. exceed Y2'/ft. 'Catch basin frame and grate .shall be In accordance with Standard Specifications and meet the strength requirments of Federal Specification RR -F -6210. Mating surfaces shall be finished to assure non- rocking fit. Frame and grate may be installed with flange down or cost into riser. • CATCH BASIN TYPE I •.1NL7W 1101 (11■0I14111 P 111.604•011•471 any, 0■140..41111 e �%i ,... nCJ(1 01.10 ....oto i) ' .corbel STANDARD PLAN B-i .. devotion Z to provide 71 detention io ,' oil separation per plods Over flow ' Restrictor plate with orifice – (See note 9) A A Round Uonhole cover marked "DRAIN" LP AN with locking bolts. (See note 3) Pipe support(s): — 3 x .075" aluminum or .079" steel bolle! or imbedded 2 in wall at 1 1'_0 " 3' spacing. MAX MiN OUTLET Metal Pipe VIEW SECTION A A NOTES 1. Except as shown or noted, units shall be constructed in accordance with the requirements far Catch Basin Type 2, 54" minmmun diameter. 2. For details showing Grade Ring. Ladder. Steps, Handholds and Top Slabs, see Standard Plan "Miscellaneous Catch Basin ()etas". 3. %" diameter stainless steel expansion bolts 4. The restrictor /separator and pipe supports shall be of the some material and shall be fabricated from .060" aluminum or .064 aluminized steel or .064" galvanized steel pipe in accordance with AASHTO la 36, M 196, M 197 and U 274. Galvanized steel shall have. Treatment 1. 5. Outlet shall be connected to culvert or sewer pipe with a standard coupling band for corrugated metal pipe or grouted into the bellof concrete pipe. G. The vertical riser stem of the Restrictor /Separator shall be the some diameter as the horizontal outlet pipe with a 8" minimum size. 7. Frame and ladder or steps to be offset so that: A. Cleanout gate is visible from top. B. Climb-down space is dear of riser and cleanout gate. C. Frame is dear of curb (if any exists). 8. Multi - orifice elbows may be located as shown or all on one side of riser to assure ladder clearance. Size of elbows to be determined by the Engineer. 9. Restrictor plate with orifice as specified In the plans. Omit plate if only for oar pollution control. Specified opening to be cut round and smooth. 10. Cleanout gate /Shear gate Aluminum alloy per ASTM B- 26- ZG -32a or cast Iron ASTM M8 Class 308 as required. Lift Handle either sad or tubing with adjustable hook as required. Neoprene rubber gaskets required between flanges. 11. A/ternote Cleanout gates /Shear slates to the design shown on sheet 2 ore acceptable provided ' they meet the material specifications above and have a six bolt, 10Ye bolt circle Steps or for bolting to the flange connection. ladder Removable — watertight —Cleanout Gate /Shear gate' coupling 8" Diameter unless otherwise specified Plate with orifice as specified ELBOW DETAIL CATCH BASIN TYPE 2 WITH FLOW RESTRICTOR -OIL SEPARATOR wars NAM 1:10..I1■4 a n +•"s 0.1V% linatediTlis I.el". .Lti.f rain rms., .tuarll .t..31 ed... t10111 • STANDARD PLAN B-3 sw «I I .f t tn.l. Ill i" _. Holes 6 places on 10- bolt circle for bolting to flange connection on tee Lift handle shale be attached per Cleanout/Sheor Gate manufacturer's recommendations. FRONT' CLEANOUT / :SHEAR GATE SIDE ! lalair IRO .101. trim • mormit Handle with lock pin Adjustable lock hook with lock screw 1" Rod, variable length CATCH BASIN TYPE 2 WITH FLOW ` RESTRICTOR -OIL SEPARATOR .•I., lint .o.,I,a11 e. nrm•s I.-I.Q 0i.1. 10 Tar farmaI ...ew Orr STANDARD PLAN B -3 9wl 2 et 2 .heel o I _2 24" t • ( � 2 I/2" 1 2 3/4" 23/4" 2 3/4" 2 3/4 2 3/4" 3/4 " 2 3Ar I" Iva' R. 15/8" V8" G a 17i 4- 23H ") 23/41 Alternate (See note 8) TOP VIEW SECTION B -S ' Approximate weight =101 Lbs. - NOTES I. The name of the manutachrer and direction of flow shall be embossed on the top surface of each Grate. Lettering to be recessed Vl6' 2. Material shall be in accordance with Division 9 of the Standard Specifications "Metal Frame and Grate for Catch Basins or Inlets." 3. The material used for the grate shall be designated by embossing either DI(for Ductile iron) or CS(for Cost Steel) near the name of the manufacturer. 4. Dimensions shall hove a ± 1/16" tolerance, except as noted. 5. Edges shall have I /B" radius, 1 /8" chamfer, or com- plete deburring. 6. The frame shall be manufactured in accordance with Standard Plan B -2a. 7 Welding is not permitted. 8. As an alternate, 8 pads 1 1/2 x 3/4" x 1/8 ", integrally cost with the grate, may be used. r— 1/2" Min.(Typa 3/4" Max. 4Cs APPR'D VANED GRATE FOR CATCH BASIN AND INLET w■l111lel7e RAM Meetlleer e=tYrplaaa" w."n& tesele" November 22,1983 STANDARD PLAN B -2b standard Drawings NOTE: Trap to be made of 22 Ga. Galvan- ized sheet metal. All joints to be seamed and soldered. All longitudinal joints to be riveted. Dimension "D" is nominal diameter of outlet pipe. Q. 68 / DIV. VII Section A -A Type 60B-I Trap N Top View Type 1 Trap Trap Hook Trap Hooks may be round or square In cross-section. 1 L Lf Type 60B-1 Trap to be used with 8 "I.D Outlet Pipe. Type 60B-2 Trap to be used with '4 "or 6'1.0 Outlet Pipe. Trap may be Cost Iron ASTM Designation 448 Class 25 or Cost Steel ASTM Designation A27 Grade 70 -36. Type GOA Trap Trap Hooks Pipe — Catch Basin Wall Trap Installation Section B.B Top View Type 2 Trap Type 60B-2 Trap Trap STANDARD PLAN NO.60 Type 60A and Type 60B Outlet Trap A k r ..— 73/4" 8". 15" Cast Iron Ring And Cover 45 deq.(1 /8) Ben Finish Grade ATT� ? I � V 121 EN Cover Sheet -1 Grading & Paving Plan C -2 Field & Stbrfn Drainage, (Sanitary Sewer & Denies Domestic Water C -3 Sec tons C -4 Detail: C -5 Details C -6 Details M -1 Irrigation Plait M-2 Irrigation Details L -1 Planting Plan A4 Res troo`� P'1 t t . yin a 5, ��le�a�oits � .Dotes A -2 tro n i ,d �s �, �'l umlbil�ng & �leetrg�.al l'la.ns �ecti+� � Details Ele.�t-iel Plan Mayor- Gary 's I�►�aser Director cif 'arks & Recreatio l Don yV ili ms hec Ci Public Work - .0 ss a.rnst City Engineer -2.on °areron '.E D R ob e rtson, Pret.. ]amt S I;a.rence Joe ..ff ie Claren ori a: :1a Ekberg J ohn Rants Joan Hernande F . .. Y•s. ,�?/.. fa-. "r/ 1� p . .�. '!� ,f �: ;;,�i'i�S. '+4. {, ''^,� ''.Ii 4t' -l� � Sl) gk,ar f.. Y� .��.:,. Yq4 ¢ c� 11111111 �I 1 11 1 11{ 11 { 111 11 1111 �� 1 1 1 11 4 1 L r 1� 1 f Ir 1 rf 1 i I �. � 4 f , �: ��, 1�1 , i �� �� . ��� ; �P����, Iiy y �... > 9 10 1 1• ►4WEM8ERWNY 12 N -m: Yf.' the' taicrofilmed document is less clear than this notice, it is due to the quality of the original doturaent. oc 6z Lz ; .pz ez ie pZ $G 91 L 9G St W vt trt �� u ► kil ���l���r�til�i� �t ►Ri��� I ��11d ii��i�r�i �ii�i�����it��lii�������i��i��i �f'� 1 ii l i u.:. :., � _.,. >� a :.. _... � �l .r ll�l l 1111l 1.1 Illn��lli� .! .e ,:. i -.T ),. ,.. x.: � -. ,. f,.. 4:..,.,ry "Y.'r.,.- ,. w :. .:., - r. ,: . , .{. „•r,. .. r t ..4 .'.S!_.. ... 1 +. .. n,. �1 y.. .- .., ...,. 1 1 1111 X111 �r CITY O KWILA ose h Foster p ti ]PROJECT ]COCA' 'SON • FOST `1R BARK AD DIT I O N 144th S t. :'•139t6 Si, a . , ��. x c"'". 4! ria�w '1,•?�.nuc :'y,'",ra.y�••v:i:.! 141tb St. w, C S. 152nd St. RECEIVCD O1�"fi1:1l��iR AUG ' 1'5" " ' 1 9M PER IT CE iTE l R FILE COPY I understand that the Plan Check approvals are 3object to errors and °Missions ar'd approval Cl Mans does not aWt prize the t; iniavon el any adopted code or ordinance. Receipt of contractor's copy of appr veci plans acknowledged. bete Ig Pernilt N.o: 4� .�,. •;S ffi WATER WATER CONCRETE PAV BAC"KST"OP & SI Al INiG AREA FIXED PICN TABU TYPE E CURL Frjort /Sr dinienfai mn ronlrnI Votec t A'spriitirentgtton pond and silt fence are in place at the sit„ low Ali iSion and sediment faacilll s shalt .be maintained to a stisfact cort ' sit such time that caedring,arnt/4Sr coIIYtrsktion is 04i tpletRd-and poienti fur on•site erosion has passed. The'implementation, mainten.utce, replacenicnt, and additions to erosion/sedimentation control systems shall be'the :etponsih.lityof the Contractor. 2. The erosion and sedimentation control system is intended to meet the minimum requirtmcn(°to meet a!L.ap,rect "site conditions ' As constriction progresses and uncxp:cted or seasonal condo nnsdietale. the Contractor should anticipate that more ONision and Sedimentation control facilities will be necessary to insure complete siltation control or the srte,, faring the Course of consu•ucrron, it shall be the obligation and responsibility of the Contractor to address any new conditions that may be 'created by his activities and to provide additional facilities, over and atove'those existing, as' may be` needed to protect adjacent propenier- and water quality of the B g y receiving drainage system 3. All erosion /scdunentaiion control 'ponds wiiti'a dead storage depth exceeding b inches must have a fence with a minimum height or ' feet. I30 this &I. rt�NTRQM A layout plan, coordinate points, and calculated coordinates are it the appendix of the specifications. Cdordinate pot`itts` are provided for the property coi BOUNDARY SH 1S A S SHOWN'ON SURVEY BX CIIADQW�CK S URVEYING • SU RVEYS , r 75, KING COUNTY, WA., •MARCH`3, 1978. 1 RNI W t */`s7%N& / •r eeiG BENCH :SLAi3 Proposed coitotirs ?' 121• `- Proposed spot eleV, Lion Q` "high chaitslink' rC Top of curb Top` paving 1=ligh point of ff I,E( `FND Existing, Conditioi s l: t( 'i"Y:) 4 r. ° • r'QS r" ,? rsz Yr : d i' CALF; Fttit`tg'contotir. • Exlsling'spot elevaion. FILTRAT SWALE c`a it r i ti?<rs iTYt)FTI� f VVI A Alin 15 1991 PIERNAiTe rtirER STATE OF w AS iI,'GT0N 1212: it:i,LRi D LAN kAr// / iTECT � Al VIN f3. DEE$ CERTIF1CATt NIA 209 -ENGIKIEEFIIIINIG.STREETS WAlrEIR• MIEVVER.IPARK 8 •��otLDIN "�•' BRUCE DEES & ASSOCIATES 222 East 26th Street, State 202 Tacoa, WA 98421 (2O6) 627 -7947 DRINKING FOUNTAIN CB 109 (CONTROL STRUCTU GB i 08 (OVERFLOW STRUCTURE) LEGEND B catch basin with 't tdti l grate. ypelicaich basin' with round gitte 4C o Q Control str'u`ctilre. - r'Domestic water. "See note 1 t'below. NOT . Place e water line in e6Trinitin trench' f`d sleevirig' vitl it igatitin`lines:'' See Sheet RECEP/ED art Y OF ItiONILA AUIi 1 1 5 1 i PERMIT CeNTER CITY OF itiliINIUk APPROVED s P 13 1991 AS NOTED BUILDING DIVISION NORTH STATE OF wqS1I 'GTON Rku'i;a �:Ft,CU, LA ._l.Arc, \l CCT Pe BRUCE DEES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma, WA 98421 (206) 627 -7947 revisions CITY OF TUKWILA APPROVED S.1' 13 1991 AS NOTED 81.1!LDING D!V SION RECEIVED OTYOFTIJKWILA Autj 1 5 1991 PERMITCENTER 1/8" = V.0" 1/8" - V-0" STATE OF WASHINGTON REGI;irEREO LAN[ T:CA• tnri f;til rECT ALVIN D. DEES CERTIFICATE No. 209 • •ENGIONEERI NG . STREETE 3- WATER . SEWER•PARKS•BUILDING. BRUCE DEES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma. WA 98421 (206) 627-7947 CONCRETE RETAINING WALL MONOLITHIC CURB & WALK re2P'OP PerAll, F /Ai • BENCH SLAB ;VOL /0 O Afe77 /4/67 c74yriea4 • 377/1 R,//t/P0A _ 2" 71 ,g 4-44 744 1-‘ e /r/a ). //g 12W/ 0,,/e z,-4f•AS .58/0/14V 0 :tat /rre.e. fio.p pre4 orEP- - 5,1at ion 0 10 20 30 40 50 60 70 80 90 100 110 120 130 140 150 160 170 180 190 200 210 220 .225 . a 2 4M 4" 4 6.0 6" 6 8.0 12'' , 9.0 of 10.0 2 /0 10.5 2 FIXED PICNIC TABLE 145.8 144.8 143.3 142.0 140.5 139.5 139.0 138.6 138..1 137.5 136.5 135.5 134.8 134.2 133.9 133.8 133.5 133.3 132.6 131.5 130.5 129.8 129.4 129.3 3'-6" 4 4%3" 5 1.1•••■•■•■MIC940•11110 Einish Grade 146.0 142.0 138.8 136.4 133.2 131.4 130.0 129.7 129.3 128.9 128.8 128.5 128.3 128.1 rzy.9 127.9 127.8 127.8 127.7 127.6 127.6 127.5 127.4 127.4 No key No key 12" 15" 21' 24" eilar= 6/0 0.2 2.8 4.5 5.6 7.3 8.3 9.0 8.9 9./ 8.6 7.7 7.0 6.5 6.1 6.0 5.9 5.7 5.5 4.9 3.9 2.9 2.3 2.0 1.9 #4 414 45 #5 #.5 414r TO hp 4,e, ,c2v§v&- J aridlAV::5;14544,0sa' A q . frAT lir Irtoi r t .1.1■1114 L. 1 , • • • • t C -1510461e. ea r/ivc.eiivey2 WHEELCHAIR .allra■••••■••■■■• RAMP 1114 I.M.Mpilla r p.b.MISIOOOMMIAMIOMINEMOW (77 es4,4„-eelziEs (7 w/4-7g' -,E;e3c4xi 4/7W 412-7 IV/ 4 ://" r WilEe0 Szoil/V av peew. re, NA/7 ifXR 07,41 16,9771 5./t- 5 car:" go/VP. NTS evezati 6 4c rtiv/449- DRINK j__N_GL E Di TA I pi SCALE: 1/2" = l'-0" PICNIC SHELTER LAYOUT 3 c.„4,499 0 iv 5r/ther cat/PATE,C) /PEACH 341,e,or-Ace. A5cif-441.-7 041 ice f IT , iwirtr 0 tno asaici 1 2 ' 3 / -+ 5 6 .7 , 8 • NOtk: if the microfilmed document is less clear than this notice, it is due to the quality of the original document. 114.1■111 MOZIMIR.0 11 .611W-MMI111110111111.1.0mmpaw.10.111M IIIIi1111111111111111111111111111111111111111111111 9 r o 11 >.■AptiNGER) 12 nE 63 9G L 9Z ¶ CZ ZZ to oz 6l 8L LL 91 95 +it et et a 01. 6 8 4 9 c'z +y C v4Z 1 v ` 0 1I I I I 1I II I IIIII 1 IIHWIllitifik 111011 fill 111111,1111111 H1111 111111111 ilb 1 ital,ffillffill iffiliill0111111111111IPOIMINIAIIIIIIIIIIIIIIIII41111116111111111111 111!11111 I I 1 I 1 /Z7E,Sa4P-. ( - Cri/CF= AGt- 5/i _ ../13‘4 07AI:7a:rte.. 5 aitti9. /6'o.e.1 AVM ekS reOzdtisa, Fzexi 4 reAry/ f2.1e4-ekseyg APPP41,451 fit 77, fetilce/4 NTS - 7Y/%c-AL Fi0,7746 H)/zz . //V .577- Cefiv,447 7Z2 /(44VG/77iF 4577E1 Thicizeatc. kv ofiemAr*Asc>ger 4 7??4/V5 6?-10111.1 e" .11&irra .1111111■1111110MIMNIA1 4111•MIN•117.0MIC WINSMISMO• AR11171.111.11/1 or,44 . •Ity. A., -4111" /f " f fleYV/C 7 707 TABLE ANCHOR (7)-12440 4. SCALE: 3/32" = 1-0" 4ef Azsr,e 67.4 6 fc4 7?, -5y* r pot/xi Aeuvi:.. SCALE: 1/2" = V-0" ' way 0//ps az ek-AG k why (tmt.; pr„.449 /-/froa 491.411.- PRT cm,w st/et- c.54/7-654e. PLAN TABLE ANCHOR gell///t/ f& ZaP' 45 7v A illek271 ev RECEIVED eiTY OF Ti IKVVILA AN 1 5 1991 PERMIT CENTER ,2 C-atereF , 6 '9T e-,-1 P5FW TO 4424*' (YievA/ Merl. NTS 74z- Erg vo L NTS AS SHOWN CITY OF TUKWILA APPROVED SEP 1NG DIVISION - STATE "1.) : W A S ri I N REG 1 ... I LAN . ...:;...t•se" tti C.C.T ALVIN Lt. Oia:-.5 CERTIFICATE N. 209 .01901.11..IMIMMOOMON11■■•■••■• • EN NEERCNG•STREETS. WATER •BEVVER °PARKS•Bl. I DING BRUCE DEES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma, WA 98421 (206) 627 -7947 FOSTER PA .. RK ADDi1'ION MANUFACTURED BACKSTOP & WNG FENCE ( PI 477L,A ) CONCRETE APRON & GRASS SLOPE , � BLEACHER & RAIL WALLS AT '2 WALLS AT LEACHERS 3LEACI-IER CONCRETE APRON & GRASS SLOPE STEEL RAIL M BACKSTOP & WING FENCE 3 DUGOUT AREA BAT RACK INLET AT DUGOUT T.0 F. I -. T.P. I3.W. E.J. 7 /g9 7 /29. sZ 600 - 4' pe,' / i r! -(111 1 - ' INI I I III I vy zz SECTIONS 1:w aT /I /N6 A / TOP OF CURB PLOWLINE TOP OF PAVING BOTTOM OF WALL EXPANSION JOINT /=0/2q``� NTS i%,VEL. C,4 5 SLAB AT DUGOUT OPENING J� �p •p nnl , m n111. = 111117 a 1 • SCALE: 1/2" = 1' -0" MM: Ce/RWI F7 i 711. W rnA1 /5r46K &W12 ,c zAY�I /PY' � ` -- 2'yY5 TT 6 ;. __ _ _ _ y,L TO6ETH.;,GZ --- Z" eg,0 / i / 2 • - 73''V /a9 14 ,9e/W) 7") e, ''1Aer ∎15. ieYaev4P.a if -S.4 "4.w iN 7%' 95% —/� ° , 4 1/,(2141/Z- , ry;c7. IY /Nla FEiYGEf£'5T. C-140/ 4 /V/VG /A C E 7Z'%47 C// 'VE el< BACKfJ/L�. . lil ri - �II,�JI 1►1 7 I I e•.t ! ' Il , 1 , , , I . t AI 6 , L_. J DUGOUT AREA 4 • BAT RACK oAer- 2o'(/r24'. 17/L2, fol /No- 0 64 Fri 4'/ STEEL RAIL 2+"OJ L7 ,,..! gyp' 6 ,9a Ot/r .6./V W a Acei /'zi,,< rr earn E. 2 721.E . (if/or £u/#/wiY) PA Ic• (# r+ai4,) JL�1 C- 1 l J� I a . a wee - D 1 - % ';y 'L ,l 17 :40. se &A- .nA'occna,ax=7 will/ Ao2,. oe.4,id/t' --- 2 " mac e Ji; e S I L T :Nim = 1111E -11TB M- (jl -- 91-7 /:aCY-,'=- BLEACHER . & RAH �PEUc �i tX /G i / c/r r s S,e/c ; a coc/E-c l 7 U P - A c Y / , 7 / % 5 V E",// F 4 Z /4NUG,Y2 7 6O77a>' zze-zzyr arE r / . •• 1 -4- NTS iii °C./G+b�1F� 494 - 5/L4) -40 L4,2 saw IIXII1 111 6 WING WALLS AT BLEACHERS NTS ra' t s. %: _ . . .�' i E 3V#�M,+ "N'lXi� aF✓ , !IIi111I111i1(III)lii, r I il Ii1flil�liilllilfli , fi t };I if 3 4 5 6 7 8 HOTR: If the microfilmed document is less clear than this notice, it is due to the quality of the original document. iil�l 111 1 1 { 1111111 1 9 1 10 11 UE W 64RMAKY 12 O£ 6Z ee LZ 1, f O� 1 O01- i t 1 i I I I I �+ 97 S? bZ 1 £� 7 1 2 t ( II ( I it I� I � I I 1 ( l � } I I ' �I • ` i 1 i 1 C i c, it riw 111111111(111,11,! 14111li11 1! {i 1111 Il,lill�': ;1111111111W Jt l .111Ulli 1,!l1i111111,1111111.111111„i lltli1111,I11� .l. 11111111!hi !11!11111 111111111 11111 1111111 111.1, {I II1111 IlIIIIiIlfllllill 1111�{{I11111111111t11111 - A /- //r14tV / ee.EACHii 2 /' A roaP • ' . ! A =7-7771;:# 1�= 71:r aesJe- -�i IR / :ar- zP 4 1 T!' P /AGO 4/N AT RACK NTS PARTIAL PLAN • 2 WNW= 4111 1 = • , V £x.Ye•7A PiWr •21c74, � ,g<14* 7Z+ FAxeR.C.4770V Zidr T // '3,-'H7 /47 ¢ /4/G.e.4e •7't! 9iie r , mil" AT , A.y •.4te:C E� //E tG► etc 44" NVT .4.c7cR Fa.'Lmk::4774V I J ef` c. CY/, S , • T Tb 414� 'JTr., firer M / yp I i y' c3aG V Cr ice' /.,ate 13x,75, 4 f s ae ftal1tt =, Ti t', FeE.v c34/4F ESr le .1- /6 tet l'//RF O F.�4 G /j' • / 'a✓ /oe 17 L '7$ / / T 844 SCALE: 1/2" = 1 )04,02,..or crypt.). , - %� 4-40 C ra \ t;;;;„4 ,. „ye s 'a • I ILI `d'4S(.�rL /7 ' /OW ...ecife -- M� a' F AWi 3 1 5 1991 PERMIT CENTER o 6ZeA, .05 ' .eel- Gve Get 5 7 — b "pi/a= INLET AT DUGOUT F- 70 W-.Q 7 0 (�r�a w / /.e ua) CITY OF TUKWILA APPROVED SEI' 13 191 AS NOTED BUILDING DIVISION SLAB AT DUGOUT OPENING NTS ALVIN B. DEES CERTIFICATE No. 2094 NI'S NTS 4,r rarr_r rE 61/E41=, 711,44417;g SECTION A ve/c/fr ' M/ FEAT - — SCHEMATIC PLAN STATE OF WASHINGTON REGIS TiiREO LAN CAr'£ I•ECT gm„.> BRUCE DEES & ASSOCIATES 222-East 26th Street, Suite 202 Tacoina, WA 98421 (206) 627-7947 TYPICAL COLLECTOR PIPE SECTION /4•M- 1/44-vE. / IFI!C. ex / DOMESTIC WATER SERVICE fhc h TYPICAL CATCH BASIN SECTION SANITARY SEWER TRENCH, BEDDING, & BACKFILL DRINKING FOUNTAIN .1"0057 TIM X, 'ow Vorn ai/eavroyet-- ,z/A n44r,Eve.weV71/41,5a12z. eti.5 et5P/4 •4v4 57 'I�4 Av/fxrxe,o AfAce.zr -/1- 'MIA/41 If:41-4/40004110.4 5 6 7 8 0 16 Tit S INCli 1 3 4 NOtki if the Microfilied deciiis notice, it is doe to the quality of the vaginal document. 0 111111.1111111111111111i111111111111111111111111111 9 10 11 SAME GERM1441 12 OC 6Z RC 12 9Z 9Z 4 /Z CZ Z.Z LZ oe 61. Si /..1 91 91 4 71 Cl L I 01, 6 9 G 141 Q ot .11111111 I I I liffilffilirldni /M/4 Or i9c --- 95i4/9e FfFE. Canfr 3lle,a A &e.i.O. JAI Werrt;c- nocir- Wim . i" 51,-/CE Arre ar--r3 NE.4?7 CONTROL STRUCTURE N.T.S. 46•4•6•--17 c (Wy) Lewd :64 /5-4...A.focrg--Azw r --,1-4Ves.^126e.e,44 , o4r 7, ii1/1 1 _,Lboikr /e/A/Vc-r-. 7"0 etwrxee. go:Ix-re/04s Raz-- 7P privy - Y6 )e6 /We 64.-44 ) RECEIVED riT or TI IKWILA AO 1 5 11 PERMIT CENTER /Ner.-67;* OXigr/Aecr /1A /A' tleg/e-g, - z/6 sArw iae,e.4577 /040/ CITY OF TUKWILA APPROVED SEP 13 1991 AS NOTED STATE OF WASHINGTON REGISTERED LANDS At MCHIFEF CERTIFICATE No. 209 1 .44 -=.14:44.:43.7.41&4, •ENGINEEIRING•8TREEE`'•B• WATER BIUJCE DEES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma, WA 98421 (206) 627-7947 revisions FOSTER ]PARK ADDi'I'ION NOTE: if the microfilM docUment ia iSss clear than this notice, it is due to the quality of the original document. Hunter I-40-36S-42 full circle rotor sprinkler, 55' ntd., 12.3 gpm, 60 psi, arc indicated on plan. ,6 Hunter 1-40-A DS-42 part circle rotor sprinkler, 55' rad., 12.3 gpm, 60 psi, are indicated on plan. Hunter part circle rotor sprinkler, 60 psi, nozzle and arc indicated on blunter 1-20-ADS-XX part circle ro:or spzinkler, 60 psi, nozzle and arc indicated on Rainbird R-50C, 60 psi, nozzle and arc indicated on plan. Schedule 40 PVC mainline piping. 6" Class 160 PVC sleeves under tr.vin;4. Rainbird 51,RC quiek coupling valve, I", lock top. A Backflow Prevention Assembly; see cut-in-detail. NOTES VALVE DATA CHART V-1 2" 74 Field FC Rotor V-2 2" 74 Field FC Rotor V-3 2 ' 72 Field PC Rotor V-4 2" aa Field PC Rotor V-5 2" 81. Field PC Rotor V-6 1" 7 Field PC Rotor V-7 1 1/2" 38 Infield Rotor V-9 1 1/2" 32 Slope Rotor V-11 1 1/2" P 52 Lawn Spray V-12 11/4" P 37 Lawn Spray V-14 11/2" P U4 Lawn Spray V-15 1 3/4" P 49 Lawn Spray V-16 1 1/2" P 50 Lawn Spray V-17 1 1/2"P 50 Lawn Spray V-18 1 1/4" P 47 Lawn Spray P Pressure Regulated RECEIVVD CITY OF TUKWILA PERMIT CENTER 0 .L3 Rainbird 1800 series lawn sprays on 18C,'4 body, 30 psi, nozzle and arc indicated on plan. Rainb:74 1800 series lawn strip sprays on 1804 body, 30 psi, nozzle and arc indicated on plan. - Pk Rainbird 1804 SAM-PRS in place of 1804. Rainbird EFB-CP automatic remote control valve, 24 volt, for rOtors. • Rainbird EFB-CR-PRS pressure regulating autoniatic remote control valve, for sprays. Class 200 PVC lateral line niping (3/4" unless Otherwise noted). [lardy TC-24001,X 24 station controller with Rai:third Remote Hunter I-20-36S-XX full circle rotor spr:nkler, 60 us:, nozzle and arc indiCated on 1. This systeth is winterized by the use of carnpressed air injected in the quick coupling valve in the cut-in-assembly. 2. Install sportsfield irrigatien piping in same trench with drainlines Where 3 Locate autoMatic Valves outside of all playing surfaces. 4. Install sleeves Where 'Main or laterals pass beneath paved areas or through preposed subtrerranean strtictures, even if not shown on the plan 5. Provide three auxiliary wires from controllers to valves as indicated below; From controller to V-11 via V-4 and V-5. From control ler to V-18 via V-16. Front Controller to V-23 V-20 and V-2. Arcs op part cirele rotors to lie adjusted retioired tO ProVide good irrigation coverage Of turf. 56 Lawn Spray 44 Lawn Spray 21 Lawn SPray 37 Lawn Spray _ 01 itiltWILA 46 La" Spray APPROVED sEp 1:3 1901 AS NTED BUILDING DIVISION sTdg (THREADED BOTH ENDS) PVC MAIN TO SYSTEM 1" QUICK COUPLING VALVE 0-•200 PSI PRESSURE GUAGE W/ GUAGE COCK 2" PRESSURE REDUCING VALVE SET AT 82 PSI JUMBO VALVE BOXES - - - -- 1'" 1/2" DRALN VALVE 2" DOUBLE CHECK VALVE TRENCH DRAIN, SEE DETAIL --- ` - - r THIS SHEET 2" STOP VALVE IN 10" DIA. --- VALVE BOX 2" IRRIG. WATER METER (EXEMPT) SEE SHEET C-2 FOR DOMESTIC WATER SERVICE DETAIL - LATERAL PIPE 5" x 3/4" PVC NIPPLE (THREADED BOTH ENDS) AND PVC 90 DEG. ELL (THREADED 130TH ENDS) INTO THREADED OUTLET TEE OR ELL NOTES: 1.USE TEFLON TAPE ON ALL THRFADED JOINTS 2.USE THIS SWING 'JOINT ON ALL HUNTER 1 -20 AND RAINBIRD 12. -50C 3:ALL THREADED PVC NIPPLES TO HAVE MIN. WALL THICKNESS OF SCHEDULE 80 TYPICAL SWING JOINT oP c2I L- 6E0 1OT 1 --- Pt 464.4 S.V51- 41-" G.1z P Mn4 TRENCH DRAIN AT CUT -IN FINISH GRADE 3 0" PVC NIPPLE (THEADED BOTH ENDS) AS RISER --- INSTALL WITH 45 DEG. ANGLE - 2 -PVC 90 ELLS (THREADED BOTH ENDS) AND PVC THREADED NIPPLE P-4015 f_2 : 1, lo' of 4" Go izeUGATEr -); Pale -tprAren PIPE Cc . P .e) IP 10' F' YEt_ T EfJ F-i PER d7 T; 1[. . Ti2sI.at ,ANC) np.AN TO PE✓' AW ,.` neom 1.7e U6t CkIEGI! . S1rNl�s..`( 2 %. t1 (Hi%i 012A1P ,raj N G'1CATEc7 ¢Y c -uT-IN D1:TNIL , .P2W �TIG N.T.S. B: VALVE BOX -- M 0 SCH.80 PVC 90 DEG. ELL SCH.40 PVC -- MAINLINE TEE (BUSH AS REQ'D.) FINISH GRADE flllllllll fSCH.80 PVC. I NIPPLE -14-1 l�1 SCH.80 PVC MALE -- - CWPrY. - !P? ADAP'T'ER • "--- SCH.80 PVC NIPPLE AUTO VALVE ASSEMBLY ' 11 = - 1I I— 111- -I I I_ I I ,-- FINISH GRADE QUICK COUPLING VALVE --- -TO TRIPLE SWING JOINT COUPLING VALVE —AUTO. VALVE 1" X 1 "X 1 /4" ANG�,E IRON -- 18" LONG W/ H L'S FOR U' BOLT "U" BOLT: ANCHOR LOW ON VALVE — THREADED PVC NIPPLE RISER c r I c- COMPRESSION COUPLING - LATERAL LINE 3/4" WASHED GRAVEL N.T.S. oz w E y THREADED OUTLET FEE OR ELL yy -SYVAi lT�4�.Gx4 I► IIIIIIlIIIII 1►III►IIIIIIIIIII'Il111 0 IS THS INCH 1 2 11lII1111Il11111111 3 ti �• . NW��G'aMM.r+.^,yY.M.C3Y.WYYIF44 �y. ...:. -. ..- -. -.i: �,. — I'Ii i1f'II� i� "iIIIIJlI1IIIi1 11ii1111ij 1 I�!(�IIf+I IIIt•fiI }f I I 4 5 6 "7 > NOTE: If the' Microf9.lmed docuz*entis less clear than this notice, it is due to the quality of the roriginal document. 0€ 6Z 86 Le 9? S?. 17e. £z zz 1Z 4Z 61. 91 GI 9i 91 Oil E1 Zl 1.1 41, 6 8 L 9 S ii £ l Pi " 0 111111111111111111 11111111111',lllilini11li11 111111111111 111111111111111!hilll!t 111d nI111111- bilIIIII1111!lIIlliill61.111li! Gllilllllilflll111lIIIIIIi1111 . 1111 I 11111111 y 111UI . 11 111111111 lII1111111I11111i11 1 1114(1111111,6111 1 1!III I 11111 I llll1i11lllllllllllll1111ir 1 ' I11I 1 9 t; irFtlDitl�krK s 1 1 1 1 1 1 1 IIIIIIIIIIIII 1 1 1 1 1 1 1 I 1 1 1 1 1 11I 1 1 1 IIIII 10 11 tIN� 12 MAINLINE OR LATERAL LINE NOTE: '"USE THIS SWING JOINT ON ALL QUICK COUPLING VALVES, HUNTER I -40 AND I -25 ROTORS. *THREADED ONE END NIPPLE & SOLVENT JOINT NIPPLES TO DE SCH. 80. * SUPPLY LINE TEE, THREADED- - ONE -END NIPPLE & SOLVENT JOINT NIPPLES NOT INCLUDED IN PRE - rABRICATED SWING JOINT KIT. T YPICAL L, SWING G JOINT - FINISH GRADE 1" PIPE NIPPLE, LENGTH AS NEC', TO ACCOMMODATE 45 DEG. ANGLE (SOLVENT JOINT). 1" PVC NIPPLE RISER THREADED ONE END (MIPT) INSTAI..L W/ 45 DEG. ANGLE. - -- PRE - - FABRICATED SWING JOINT (SCH. 80), "LASCO ". - FINISH GRADE — LAWN SPRAY USE SECOND MALE ADAPTER (FROM SWING JOINT KIT) AND SOLVENT JOINT PVC NIPPLE INTO SOLVENT JOINT t,UPPLY LINE OUTLET TEE OR ELL. 2 MARLEX ST. ELLS `-- -- PVC NIPPLE (THREADED 130TH ENDS) 1/2" X 8 ". SCHED. 80. BRUCE DEES ES & ASSOCIATES 222 East 26th Street, Suite 202 Tacoma, WA 98421 (200_627-7947 N.l'.s. F a TYPICAL SWING � SPRAYS, s�._. j._._ S ING JOINT`: RECEIVED r:ITYOFTIIKWILA AU6 1 5 1 PEUM1TCENTER CITY OF TUKWILA APPROVED SEA' 13 19'1 AS Norma B1.1!LDING DIVISION N.T.S. N.T.S. 4' BRUCE DIEES & ASSOCIATES 222 East 26th Street, Suite 202 Tac:orna, WA 98421 (206) 627 -7947 FOSTER PARK ADDITION Planting Plan 53rd Avenue South PLANT l,sthut i alti: arast ^lame Si 4t Fraxinus oxycarpa'Raywood' 3" Cal. Maywood Ash NOTES Ffv,�yri�sr�� l.iriodendton tulipfcra Tulip Tree Prunus x blieeiana Blireiaaa Plum Thuja plicata Western Red Cedar Hedera helix English Ivy 1. The form and quality of trees expected are available at EX. Nursery, (503) 357 - 51.41. Trees from any other source must be approved prior to bid opening. Flag location of all trees for owner ;epreientative to review prior to any planting. 3. See specifications for topsand and topsoil requirements. 6%VC4aeka7 /NA i vi, . 1.9zip,eyer ear Au_ ye:or/& Wig Af76 TREE PLANTING DETAIL N.T.S. TREE STAKING DETAIL L N.T.S. -w I3UILDIP;r.; DIVISION) RECEIVED CITY OF TI IKWII.A AO' 1 5 Wi PERMIT CENTER STATE OF WASHINGTON REGIS i'CRcD L/4 O Ckrt 1,' ITECT t1 B. DEES nERTt.ICA:'E No. SW NORTH foundation plan floor plan elevations general notes CALVIN JOrdaN ASSOCIATES, INC. • CODE: Uniform Building Code, 1988 Edition. TYPE OP CONSTRUCTION: ' Type, V -N for B -2 Occupancy. • DESIGN CRITERIA: Roof Loading: Live Load 25 ' psf [lead Load >..wV• TOTAL 38 psi. Wind Load 20 psf • The Contractor shall verify and confirm all dimensions and conditions shown or implied do the drawings and specifications as well as the existing work and physical conditions of the site. Notify Architect of any discrepancies prior to start of work. FOUNDATION 'SOIL BEARING: 2 000 psf on Unyielding natural soils. Compaction work shall be in 8" lifts to a density of 95%. CONCRETE: Compressive strength f' = 2500 psi, minimum 5 1/2 sack mix, 4" maximum slump. Ultimate strength design method used. Mixing and placing of all concrete and selection of materials Shall accordance with' the UBC and ACI Code 318, proportions of a g a ate. to cement shall be such as to produce a dense work ble mix which can be Placed without segregation or excess free `surface water. 1/2" Chamfer on all exposed concrete edges, unless indicated otherwise on architectural drawings. Water curing shall be used. Air entraining agent (3% to 6%) to be used in all concrete flatwork exposed to weather. Pozzolith 300N (4 cz Pei 'COO lbs. of cement) to be used in all concrete. Where special placing conditions are requited, consult '.Architect for >variatiohsef this specification. REINFORCING STEEL: Allrei'nforcing steel shall be deformed bars per AS''PM A615, Grade 4'0, Py =90,000 psi. Unless Otherwise 'hiked, corner bars (2' 0" bend) will be provided for all horizontal reinforcement Detail 'steel in accordance with the "AdI Malivalof Standard Practices of n'ctailing :Reinforced Concrete ' Welded Lire mesh shall, be 6 x 6 W1'.4 x W1.4 per ASTM A185. Ret forcemerit cover shall be as follo`ws: Footings. . . . . 3'' inches Formed Surfaces - Weather Face 2 inches Interior °Face . . . 3/4' 'i:nch Slab `can' Grade . 1" C1. ` 'Top of Conc. TIMBER Bearing walls Non - bearing partitions All ether lumber Top &'bottom plates @ bearing walls SPECIES: GRADE: Fb: Structural timber and lumber to be Stress grade Hem -Fir (North)` or Douglas Fir -Larch (North) as fo flows: Hem -Fir' No. 2 10 0! ) psi Hem - Fir Std. * 5 2 5 psi Hem -Fir` Std. orBetter Hemi -Fit: No . 2 1001 ps i Wood bearing on 'or installed within 1" 'of concrete to be pressure treated according to UHC Standard 25 -12. Solid blocking of not less than 2" thickness shall be provided at all bearing points of trusses. Typical anchor bolts to be 5/8" diameter at`4' -0" O.C, minimum embedment 7 ". All metal framing anchors shown on drawings shall be as manufactured by P.` H. Bowman Company, or approved egi4l Shall be factory manufactured, ,designed to fit' the dimensions and loads indicated` the plans. Design shall,be in accordance with allowable` values assigned by`th.e building code official. Complete design calculat'i'ons showing 'internal layout, member farces and stress control points are to be available upon request 'for truss design. ' 'i'he ' of the truss is to" be under the sup of a registe professional engineer in the Stat of Wa shi ng tio n. All bracing shall" be as per manufact urer' s recommendations as approv by engineer. WOOD FRAMING DETAILS'not shown otherwise shall be constructed to the " standards of the Uniform Building Code. Man °i'Irii m nailing, unless `otherwise noted, shall conf to Table 25 -0 of the 11. SPECIAL CONDITION Contractor shall verify all dimensions 'in field and `shall. provide adequate shoring and bracing of all structural members during construction. Contractor shall notify Architect of all field changes prior to i " nstallatin. 12 CONTRACTOR shall be "solely responsible for all required p utions aid' themethUds, teclini4` r i n rata qua's or � p " "rocedui`es requied to perform his work 13. SH I RAWINGS: Sub fit five (5) sets of shop "drawings approval, prior to fabrication',for! 'Wood trusses. restroom building CALVIN JORDAN ASSOCIATES, INC NOTE': "tf 'thn m crnfi'lmed' document is' leas clear than this notice, it is due to the quality of the original document. LAVATORY WATER CLOSET URINAL fLOOR DRAIN FLOOR CLEANOUT {- Toggle type light switch 20A, 277V. Heater 7a � 40V with thetinostat. Chromalox FHW "1758`or equal. 0 Photocell Mounted o rciof facing north. L.uplex' receptacle. See'legeffd sheet B -1. Piatid' dryer 4tt ipl rey #Hb03 or equal. '2.4 kw, 2 40V, I Eh. Bryant 5228 with 1'00W ` lamp Electronieelhathtcal time clock for'exterior nnd'res roan lights. Paragon, Tork or equal. Photocell° &din at dusk, TC off at 11 :00 p.m., TV tan at 6 :00 a ..m. 'photocell Off at dawn. RECEIVtD APPROVED barrier wall detail skylight detail section a interior wall detail exterior wall detail electrical plan plumbing plan H OWIIC PANEL SCHEDULE Ser v ice 1!!n ran e Rated SERVING: 120/240 VOLTS 1 PHASE 3WIRE ____ 100 AMPS WITH ton MAIN BREAKER • LOAD DESCRIPTION Wall Heater REMARKS: CONNECTED LOAD: 7 KVA 29 AMPS DEMAND LOAD 7 KVA 29 AMPS 111 •ENGINEERINCO. STREETS- WATER • SEWE R• PA PK BUILDING • bruce DEES & ASSOCIATES 222 Fa 26th Street, suite 202 Tdcortla, WA 98421 (206) 627-1947 POWER RISER DIAGRAM kOTE: It the microkftmed document is less clear than this notice, it is due to the quality of the criginal document. ° LEGEND , Haricihoie 14/7"' 0 n'PE 41 m 42 10: aycwa/v . Underground Conduit. Provide trenching backtill and compaction. Minimum depth 24" below finished grade. Duplex Receptacle 20A, 125V, GFI. Hubbell GF5253 with CWP26CR cover. Mount in cast aluminum single gang deep box. • • • ru Pre cast concrete vault with hinged and locking cover. Verify exact requirements with Seattle City Light prior to bid. Utility vault or equal. POWER RECEIVED (NV OF TUKWILA vu 5 1991 PERMIT CENTER PANEL 13" RISER DIAGRAM 1 [NORTH foster park addition grading plan paving plan